Loading...
HomeMy WebLinkAbout2008-213Phone No.: FAX No.: A Corporation: Ocean Gate General Contractors, Inc. Corporation Name: (S) State of Incorporation: Florida Type (General By: Limited Liability): General Contracting of authority to sign) Name (typed or printed): Mark MacDonald 2854 SE Federal Highway Stuart, FL TI•��, President Attesl (Signature of Corporate Secretary) Business address: 2854 SE Federal Highway Stuart, FL 34994 Phone No.: (772) 283-6744 FAX No.: (772) 283-1538 Date of Qualification to do business is 2001 34994 (CORPORATE SEAL) ,rk,..**,ntk,.*«*f **.f.a*!*********I%*R**********,t*.#!**#*IN .,t1%.«***1%** 6'*lk** [The remainder of this page was left blank intentionally] A Joint Venture: (SEAL) Joint Venture Name: By: (Signature of joint venture partner — attach evidence of authority to sign) Name (typed or printed): Title: Business address: Last Revised 12/2007 00310 - 6 Wabasso Beach Pk. Restoration F:\Pubiic Works\Cliff Suthard\Wabasso Beach Park\A Construction Bid Documents0d Documents as of 1-9-2008\Div 0 AS OF 1-8- 2008\00310 - Bid Fonn.doc ft 6 4 r i'mw� N U O a w J m CLQ 2 V L .0 N ca rn 3 0 w m t N CL O U V v '~ = c � O io Q C i .c LL co C++ A � � � Q i �L O m `' 0 E Z O .. Z c O O = CLCL R m c~ o� v c m L d c 3 O .0 d w � a CL O . V one d O CL 0 m IQ Z Vy P 3 �v a Lv9 o ,P6 Q 1 4• J LL J r r a LL M U. E 0 O CiCnt ON�,N ON...N 0 �13 a W a �> a101 om T g e;>o m ° =oM �o� g� LL(9m a0v W 6QD 0 to 03l0 g c� J t C�J U `N t�q ch "'eOf C COa1 G�� QNN< 8NU C d OY E UW 0 aU W LL a(°) aLL C ON 4NN�► WLL b 7Ya—N� N�v1 ma O 7 CO OLLL CO ° OL ° L OL °L .4mam . v) COQ E O N !� a r W - Pf •4 - m O O O _ W L. N 0. Ct,7t Q: V V - '� 7 0 a b UrJ>MYi •> L) OJ W� LU•a .. NL 7 e1 T W W W W lTW W 9 a C OJ Otn 7 z °LL8 -cm U%. 'S LY M.2$a�j Ln �7 om Uaio 0g'0 00o is to yLL U in `m U W a _ x cLidc a�e�i vv EN°'to�o o=�i �mtm 3mLm Q �� W cLi� o r Cv e Joov aWW° ��ouWE t�' °oo z^cm ErE BErE 94�w_WW a, ' O a S O J W O O D J Y O O L J S m W Q O a $ 0 0 m T) N OM 3 J W O° is W— O mMa.LLLLmLL(2MwIr m<LLOm0ioLLattntnV)2a.2t� ma.za tnaZLL maLL0MMM i8m CF o c A C O m O J J O c a ,F CO) W o� LL N XO�133: "aLL amLL �`'' W m -e 0W to o 3i c OLL a -601 0 av W tW a g dy W m j V r ^LL co J O J C0_ W N a O of 0 .0.. W. O <m y= N- N 0 a a m.c M c m 0 gin cU ELY om c to O LL a <-m cLL 'EJ a, _ o 'oLL m. mE E o Lo c o0 r Z W i'i LL d Eo r13 �� oc z2 .0 Em �v= Li 0(L $N BN s< << oa E �0� �> m ztn ~da l sm U c-oc E W mto b oM 00 x Em Yo m u L W aL0 Q o 0 L W �bQ o c'ba J vm o�m a `mrn uWa E °N mom a °M o`r°g mom Q soi Lao Fr'a �» ��g meas gg Lo a� 3 m a Edam -B� o� m U t"a W W J 0 15 U 8v OC tV) U o 0 of OJ S OJ a Z Ya3 LL LL'mLL mOto MALL Land mOLa mtnNo IYZ�i KmLL Q mLL LL LL O O O N O < O g Ln O O N N m O O 00r t0 N O Ln W N O a f m - m co a N r O m Y) r L P O O O0) to t�/ m fD n N N N _ N ' CO) C4 N M M N cl E N 0 Q z 40 0 0 0 0 0 0 0 0 0 0 0 0 c o 0 0 0 0 0 0 0 0 0 0 0 o g 0 0 0 ° o a to e 0 0 O 0 tq 0 0 0 0 0 E m oo m o m m to a 'n N N N N �- of N l7 AN M N N N N N N N ot. n m go co co 7 O g O 00 C O O 0 O 0 N O 9— N N O Nuu N N N N N N V O m j O W O p N b 7 HU O O O O LL D -+ « co CD to 0 g g g 0 0 0 o c " o 0 0 0 N N N �V N N N N N C A is n O N f0 N O N O N N N W a tD (D in r w O A m O W W W W W W W W W W W W my my my 'Ey �aa to �y EN aN W N d W dN 3 qw a 0 N >a C Ya) > a C Yat �+a C T V C a c tan > a c tan i.a c Ua >%a c on >1O C N >:a C a c Ln T a H O Om W m Om W m 0m aM Om W 01 Oap tom m W 01 Om W01 Om W Ol O m W T 0 c ON Om taT OO W Of 390aN 3101a N; mC9N 3: as C9 C42(M C4 C7N 301 :JN 301 CDN 301 C7N;O1 L7 N,; Ql C>N 3.01 b v 0 °A L0� ro Lp �� i/ a Lrnna1 _o a g ani o a _w��+1 o ai A $ �� a 4M = °i L'a' = a` Lrn`o a o ' = a c o O<toto O o J W 0 x J W o x J to Ox J W `ox -i S x J to Ox j to 0 x --L W Ox J W 0 �J W O �J to O W.J Ua60 S LLO LLOy LL LL C7 LL LLC7 LL C9tj LL C7� L Or LLC9 _LLC7 °_LL EEaoicb�aoi'c0mWcv°=°to me W �mucatoacpm f0c�m aWicvmWcv�aWi 'a to E b°o$oo003°�oo3uo�i3 X003°003°003 too 03 °oa3�ou..° oo. �'oo_ ILz00LLy0ULLvi0ULLtnOULLCo OULLtn0ULLm0ULL(a OULLtn OULL(n0 LL6)OULLtnOULLw yyr co L m o 0° b 0 LL O oc N LLL W T = C O n LL O ^� `W x S `m Y N E IL a< LL < O c a ° E @ a a !xq to E a s a. m A E ZS $= ° LL_ coi ai ion vi m a m U z LLLX LLN C72 m Otn fx_ ZR e`e 3E ee eo .O w 0 h 01 � m W r a tD m O0 N N N o 0 na E E 0 0 z �z ot. n m go co co 7 O g O 00 C O O 0 O 0 N O 9— N N O Nuu N N N N N N V O m j O W O p N b 7 HU O O O O LL D -+ « co CD to 0 g g g 0 0 0 o c " o 0 0 0 N N N �V N N N N N C A is n O N f0 N O N O N N N W a tD (D in r w O A m O W W W W W W W W W W W W my my my 'Ey �aa to �y EN aN W N d W dN 3 qw a 0 N >a C Ya) > a C Yat �+a C T V C a c tan > a c tan i.a c Ua >%a c on >1O C N >:a C a c Ln T a H O Om W m Om W m 0m aM Om W 01 Oap tom m W 01 Om W01 Om W Ol O m W T 0 c ON Om taT OO W Of 390aN 3101a N; mC9N 3: as C9 C42(M C4 C7N 301 :JN 301 CDN 301 C7N;O1 L7 N,; Ql C>N 3.01 b v 0 °A L0� ro Lp �� i/ a Lrnna1 _o a g ani o a _w��+1 o ai A $ �� a 4M = °i L'a' = a` Lrn`o a o ' = a c o O<toto O o J W 0 x J W o x J to Ox J W `ox -i S x J to Ox j to 0 x --L W Ox J W 0 �J W O �J to O W.J Ua60 S LLO LLOy LL LL C7 LL LLC7 LL C9tj LL C7� L Or LLC9 _LLC7 °_LL EEaoicb�aoi'c0mWcv°=°to me W �mucatoacpm f0c�m aWicvmWcv�aWi 'a to E b°o$oo003°�oo3uo�i3 X003°003°003 too 03 °oa3�ou..° oo. �'oo_ ILz00LLy0ULLvi0ULLtnOULLCo OULLtn0ULLm0ULL(a OULLtn OULL(n0 LL6)OULLtnOULLw yyr co L m o 0° b 0 LL O oc N LLL W T = C O n LL O ^� `W x S `m Y N E IL a< LL < O c a ° E @ a a !xq to E a s a. m A E ZS $= ° LL_ coi ai ion vi m a m U z LLLX LLN C72 m Otn fx_ NAME AND LOCATION: JENSEN BEACH CAUSEWAY Jensen Beach, Florida FIRM RESPONSIBILITY: PROJECT OWNER/RER PROJECT ARCHITECT: COMPLETION DATE: PROJECT SIZE: PROJECT COST: KEY PROFESSIONALS: STAFF RESPONSIBILITIES: General Contractor Florida Department of Transportation Archer Western & Bob Novinka 3101 Jensen Beach Blvd. Stuart, Florida 34997 PH: 772.232.1916 FX: N/A Grandfield & Grandfield Architects Brad Grandfield 3601 SE Ocean Blvd., Ste. 002 Stuart, Florida 34996 PH: 772.283-6032 FX: 772.283.8150 October 2005 8,000 SF / 3.5 Acres $650,000.00 Mark MacDonald, Project Executive; Jennifer Sullivan, Project Manager; Tim Barker, Superintendent Ocean Gate General Contractors was hired to construct two new restroom facilities and 13 picnic pavilions with the necessary water and sewer amenities at the Jensen Beach Causeway for the DOT Index. We used customized galvanized items (i.e. bolts). Ocean Gate provided the labor to perform the required details of the assignment (i.e. hook up of utilities and erection of pavilions). The project was completed on time. �s pf m. . a. d � agrw AAA NAME AND LOCATION: SAVANNAS STATE PARK AUDITORIUM AND VISITOR CENTER 9551 Gumbo Limbo Lane Jensen Beach, FL 34957 FIRM RESPONSIBILITY: General Contractor PROJECT OWNER: Florida Department of Environmental Protection Bureau of Design and Recreation Jim H. Ross, Jr. 3900 Commonwealth Blvd. Tallahassee, Florida 32399 PH: 850.488,5372 FX: 850.245.2128 PROJECT ARCHITECT: Welch and Ward Andy Welch 218 East Oakland Ave., Ste. 06 Tallahassee, Florida 32301 PH: 850.222.7075 FX: 850.425.1054 PROJECT ENGINEER: Genesis Group Engineers James P. Sullivan, P.E. 2507 Callaway Road Tallahassee, Florida 32303 PH: 850.244.4400 FX: 850.681.3600 COMPLETION DATE: Completed August 2002 PROJECT SIZE: 80,000 SF PROJECT COST: 175797391.00 KEY PROFESSIONALS: Mark MacDonald, Project Executive; Greg Johnston, Superintendent; Carl Talmadge, Project Manager STAFF RESPONSIBILITIES: Ocean Gate General Contractors was hired to construct an 80,000 square foot inter -active visitors center pavilion, amphitheater, site utilities and parking at Savannas State Park in Jensen Beach, Florida. The building was frame constructed on a stem wall with all of the necessary equipment and apparatuses. The site was approximately 20 acres. Ocean Gate provided the complete design and construction for the entire Center, including complete interior finishing. The project was completed on time. NAME & LOCAITON: FIRM RESPONSIBILITY: PROJECT OWNER/REP.: PROJECT ARCHITECT: COMPLETION DATE: PROJECT SIZE: PROJECTCOST: KEY PROFESSIONALS: STAFF RESPONSIBILITIES: 0 JONATHAN DICKINSON STATE. PARK ENVIRONMENTAL CENTER Hobe Sound, FL General Contractor Florida Department of Environmental Protection Michael Renard Bureau of Design and Recreation Services 3900 Commonwealth Blvd., MS #520 Tallahassee, FL 32399-3000 PH: 850.488.5372 FX: 850.245.2128 Casey, O' Mura and Donnel Dudley O'Mura 11911 US Highway 1, Ste. 207 North Palm Beach, FL 33408 PH: 561.626.1133 FX: 561.622.1227 December 2006 14,500 SF $2.8 M Mark MacDonald, President; Bill Wyatt, Project Manager; Tim Barker, Superintendent; Brenda Padilla, Project Coordinator; Laurie Herter, Finance Controller With an established reputation for producing quality results for state parks, Ocean Gate General Contractors was hired for the Jonathan Dickinson State Park project.The Ocean Gate Team worked on a two -acre job site that was prepared for build before construction. We erected a 14,500 square foot design -build concrete building, the entire parking lot, lighting and landscaping. This is a multifunctional building consisting of a scientific research laboratory, visitor center and an educational center for visitors. Ocean Gate met both time and budget constraints paying particular attention to environmental details involved with a Parks & Recreation project. NAME AND LOCATION: CAYO COSTA STATE PARK Boca Grande, Florida FIRM RESPONSIBILITY: PROJECT OWNER: PROJECT ARCHITECT: PROJECT ENGINEER: COMPLETION DATE: PROJECT SIZE: PROJECT COST: KEY PERSONNEL$ STAFF RESPONSIBILITIES: General Contractor Florida Department of Environmental Protection Michael Renard 3900 Commonwealth Blvd. Tallahassee, Florida 32399 PH: 850.488.5372 FX: 850.245.2128 Florida DEP Bureau of Design and Recreation Thomas Smith 3900 Commonwealth Blvd. Tallahassee, Florida 32399 PH: 850.488.3539 FX: 850.245.2128 Florida DEP Bureau of Design and Recreation Marvin Allen 3900 Commonwealth Blvd. Tallahassee, Florida 32399 PH: 850.488.3599 FX: 850.245.2128 April 30, 2004 1,000 SF $350,000.00 Mark MacDonald, Project Executive; Jack MacDonald, Project Manager; Ron Rudner, Superintendent Ocean Gate General Contractors was hired for a challenging project at Cayo Costa State Park located in Boca Grande, Florida. Ocean Gate's responsibility included the construction and installation of a restroom on an island. This particular project could only be accessed by water since no bridge was available. Ocean Gate met the challenge head on and was successful in creating the desired building with all plumbing, electrical, etc. in working order. This was definitely a defining moment for Ocean Gate in that we achieved the goals on time with quality results. NAME & LOCATION: LAKE LOUISA STATE PARK Orlando, FL FIRM RESPONSIBILITY: General Contractor PROJECT OWNER/REP.: Florida Department of Environmental Protection Ken Tilbury 3900 Commonwealth Blvd. Tallahassee, FL 32399-3000 PH: 850.488.5372 FX: 850.245.2128 PROJECT ARCHITECT: Florida DEP Bureau of Design and Recreation Steve Watson 3900 Commonwealth Blvd. Tallahassee, FL 32399 PH: 850.488.5372 FX: 850.245.2128 PROJECT ENGINEER: Registe Engineering Group, Inc. Jacques Registe 1427 N. Bronough St. Tallahassee, FL 32303 PH: 850.894.4521 FX: 850.224.0505 ESTIMATED/COMPLETION DATE: August 2005 PROJECT SIZE: 40,000 SF PROJECT COST: $2.9 M KEY PROFESSIONALS: Mark MacDonald, Project Executive; Jack MacDonald, Project Manager; Greg Johnston, Superintendent DESCRIPTION OF PROJECT: Ocean Gate General Contractors was hired by the Florida DEP to construct 20 waterfront cabins that utilizes solar energy. Each cabin was outfitted with airconditioning, a kitchen, two (2) bedrooms, two (2) bathrooms and a fire place. We paid particular attention to the contract regulations and require- ments for the project that resulted in quality end products. The spectacular views and the beautiful surrounding area were a sensitive issue when working. As an environmentally friendly company, Ocean Gate ensured that the crew followed all of the guidelines in order to preserve the surrounding area. This project was completed on time. . MIT K,. Al\L LVl H11l/Pl: BILL BAGGS CAPE FLORIDA STATE PARK DAY USE PAVILLION & RESTROOM 1200 S Crandon Blvd. Key Biscayne, Florida 33149 FIRM RESPONSIBILITY: General Contractor PROJECT OWNER/REP.: Florida Department of Environmental Protection Division of Recreation and Parks Michael Renard, Contracts Manager 3540 Thomasville Road Tallahassee, FL 32309 PH: 850.488.5372 FX: 850.245.2128 PROJECT ARCHITECT: Florida DEP Bureau of Design and Recreation Marvin H. Allen 3900 Commonwealth Blvd. Tallahassee, Florida 32399 PH: 850.488.5372 FX: 850.245.2128 PROJECT ENGINEER: McDonald Group International, Inc. George McDonald 9030 S. Brittany Path Inverness, Florida 34452 PH: 352.637.1652 FX: 352.637.3679 COMPLETION DATE: January 3, 2004 PROJECT SIZE: 19000 SF PROJECT COST: $3079000.00 KEY PROFESSIONALS: Mark MacDonald, Project Executive; Jennifer Sullivan, Project Manager; Laurie Herter, Finance Controller STAFF RESPONSIBILITIES: Ocean Gate General Contractors provided the necessary labor, supervision, equipment, and materials to construct wood boardwalks over the dunes, a restroom, and pavilion according to the plans provided. We made excavations for piping, water mains, sewer lines, and pertaining structures. In addition, Ocean Gate was responsible for backfill excavations and the disposal of excess or unsuitable materials from excavation. We provided and placed necessary borrow material in order to properly backfill excavations. Ocean Gate installed timber piles to support the structure, reinforced steel with concrete, completed carpentry finishing work to the structure, and installed shingle roofing. We cast in place concrete wing walls, concrete sidewalks, and wooden boardwalks over the dunes. N k .r,= Nlyakka [liver State Park i 1 . i( 1 ..5 � 132f1ti Smtc Ruud 72. 5urux,Lf. F'h Tridxa. 34247 I J� lil`r' <?iir.:S "1 For res¢rvcltiaM v:H R -.ry xll oricn Qm"I) 42A 3921 .:. to ai w.Rec*-i VA rnu rico cnm Ranger OKI Prnific •^ \I`il' nuolp wnappmarnd Residence D1Uvr. Tm:il fllM nrar fnamR ngwr !iWlhm bn R .1 And, 44 wlv i trolrywwul ra I. rtkxUire 11.131 @ to", pi i .Jk tt I m lc, Big FIon C; mph! roil _to milt;. 4 ltotjv I'on.. l pal Piooi lJ::cl i! mile, PitJ K.114 � I I rMln, hp nh I' nlran r . ve. 71, mile. .Sul.rl h: �l i�J , " a, nl• JT 7 121. HIS FlaftCanspamotand c y. v 3S 31 yb+y xi 1' ul. 171 HI 3f'Hf,+1 E L -1--j _4 g *, � 1' I. m' 7 `- N A...�C.1,�'\l NAME AND LOCATION: MYAKKA RIVER STATE PARK - RANGER RESIDENCE 12280 Clark Rd. Sarasota, Florida 34241 FIRM RESPONSIBILITY: General Contractor PROJECT OWNER/REP.: Florida Department of Environmental Protection Michael Renard 3900 Commonwealth Blvd. Tallahassee, Florida 32399 PH: 850.488.5372 FX: 850.245.2128 PROJECT ARCHITECT: DEP Bureau of Design and Recreation Services Steve Watson 3900 Commonwealth Blvd., MS #520 Tallahassee, Florida 32399-3000 PH: 850.488.5372 FX: 850.245.2128 PROJECT ENGINEER: Creech Engineers, Inc. Mark B. 2000 NE Jensen Beach Blvd. Stuart, Florida 34957 PH: 772.283.1592 FX: 772.220.7881 COMPLETION DATE: Completed May 2004 PROJECT SIZE: 21000 SF PROJECT COST: $250,000.00 KEY PROFESSIONALS: Mark MacDonald, Project Executive; Seid Baniahmad, Project Manager; Sean Lukas, Superintendent STAFF RESPONSIBILITIES: Ocean Gate General Contractors was hired by the Florida Department of Environmental Protection to construct a new park ranger residence facility. We provided the labor and materials to construct a 2,000 square foot building. Ocean Gate was responsible for: clearing and stripping the site area in preparation to build, termite control, sod and seed of lawn, pouring concrete, all carpentry work, installation of crimp sheet metal roofing with trim, painting, plumbing, tiling, carpet installation, and a heating and air condition- ing unit. NAME AND LOCATION: KISSIMMEE PRAIRIE STATE PARK CAMPGROUND AND RANGER RESIDENCES Kissimmee, Florida FIRM RESPONSIBILITY: General Contractor PROJECT OWNER: Florida Department of Environmental Protection Dallas Marshall 3900 Commonwealth Blvd. Tallahassee, Florida 32399 PH: 850.488.5372 FX: 850.245.2128 PROJECT ARCHITECT: Kelly and Kelly Architects Gary Kelly 119 SW 6th Street Stuart, Florida 34994 PH: 772.283.3492 FX: 772.220.7310 PROJECT ENGINEER: Creech Engineers, Inc. Mark B. 2000 NE Jensen Beach Blvd. Stuart, Florida 34957 PH: 772.283.1413 FX: 772.220.7881 COMPLETION DATE: October 2001 PROJECT SIZE: 3,600 SF PROJECT COST: $1,400,000.00 KEY PROFESSIONALS: Mark MacDonald, Project Executive; Sied Baniahmad, Project Manager; Gerald Parker, Superintendent STAFF RESPONSIBILITIES: Ocean Gate General Contractors was hired by the Florida Department of Environmental Protection to construct a new park ranger residence facility at Kissimmee Prairie State Park. We provided the labor and materials to construct an access road and parking, con- cession building, observation platform, bathhouse building, water treatment facility and well, water service distribution system and 35 campsites. Ocean Gate was responsible for: clearing and stripping the site area in preparation to build, termite control, sod and seed of lawn, pouring concrete, all carpentry work, installation of crimp sheet metal roof- ing with trim, painting, plumbing, ceramic wall tiling, flooring, carpet installation, and a heating and air conditioning unit. NAME AND LOCATION: OLETA RIVER STATE PARK North Miami, Florida FIRM RESPONSIBILITY: General Contractor PROJECT OWNER: Florida Department of Environmental Protection Michael Renard 3900 Commonwealth Blvd. Tallahassee, Florida 32399 PH: 850.488.5372 FX: 850.245.2128 PROJECT ARCHITECT: Florida DEP Bureau of Design and Recreation Services Fred Hand 3900 Commonwealth Blvd. Tallahassee, Florida 32399 PH: 850.488.5372 FX: 850.245.2128 PROJECT ENGINEER: Registe Engineering Group, Inc. Jacques Registe 1427 N. Bronough St. Tallahassee, Florida 32303 PH: 850.894-4521 FX: 850.224.0505 COMPLETION DATE: May 2004 PROJECT SIZE% 29000 SF PROJECT COST: $3009000.00 KEY PROFESSIONALS: Mark MacDonald, Project Manager; Chris Ludwig, Superintendent STAFF RESPONSIBILITIES: Ocean Gate General Contractors was hired to construct two new picnic pavilions at Oletta River State Park in North Miami, Florida. As experienced General Con- tractors working for the Florida Department of Environmental Protection, Ocean Gate paid strict attention to the surrounding area. Preservation of the environ- ment is important and we made sure that our crew was careful when constructing the picnic pavillions as not to damage the surrounding area. The project was completed on time with quality results. NAME AND LOCATION: MARY BROGAN STATE PARK Stuart, Florida FIRM RESPONSIBILITY: General Contractor PROJECT OWNER: Florida Department of Environmental Protection Michael Renard 3900 Commonwealth Blvd. Tallahassee, Florida 32399 PH: 850.488.5372 FX: 850.245.2128 PROJECT ARCHITECT: Kelly and Kelly Architects Gary Kelly 119 SW 6th Street Stuart, Florida 34994 PH: 561.283.3492 FX: 772.220.7310 PROJECT ENGINEER: Montgomery & Associates COMPLETION DATE: PROJECT SIZE: 5.7 Acres PROJECT COST: $600,000.00 KEY PROFESSIONALS: Mark MacDonald, Project Manager; Greg Johnston, Superintendent STAFF RESPONSIBILITIES: Ocean Gate General Contractors was responsible for the landscaping, pavillions, tot -lot with safety fall surface, basketball courts, a restroom and sod. The project was completed on time. NAME AND LOCATION: FIRM RESPONSIBILITY: PROJECT OWNER: PROJECT ARCHITECT: PROJECT ENGINEER: COMPLETION DATE: PROJECT SIZE: PROJECT COST: KEY PROFESSIONALS: STAFF RESPONSIBILITIES: AVALON STATE PARK - RECREATION AREA Fort Pierce, Florida General Contractor Florida Department of Environmental Protection Michael Renard 3900 Commonwealth Blvd. Tallahassee, Florida 32399 PH: 850.488.5372 FX: 850.245.2128 Welch and Ward L.J.E. 218 East Oakland Ave., Ste. 06 Tallahassee, Florida 32301 PH: 850.222.7075 FX: 850.425.1054 Genesis Group Engineers James P. Sullivan 2507 Callaway Road Tallahassee, Florida 32303 PH: 850.244.4400 FX: 850.681.3600 April 30, 2004 6,500 SF $350,000.00 Mark MacDonald, Project Manager; Todd Porter, Superintendent Ocean Gate General Contractors was hired to perform work at Avalon State Park located in Fort Pierce, Florida. We constructed four (4) pavilions, restrooms, a canoe launch, beach access, elevated observation platform, and a 12 -hole CBS reinforced rest area with showers. The personnel who worked on the project have had previous experience working for the Florida Department of Environmental Protection and they understood the senisitivities that such projects require. Ocean Gate monitored construction to ensure that the environment would be preserved and that all materials were cleaned up. The project was completed on time. ar [NOTE: If requested by the County, the Bidder shall furnish references, and oth information, sufficiently comprehensive to permit an appraisal of its abilities as oo ct By: 77 190President (Signature) 4/9/08 (Position or Title) " (Date) * * END OF SECTION it r ""No im im r Last Revised 12/2007 00456 - 1 Wabasso Beach Pk, Restoration FAIDublic Works\Cliff Suthard\Wabasso Beach ParMA Construction Bid DocumentsSid Documents as of 1.94008\Div 0 AS OF l- ko 8-2008100456 - Qualifications Questionnaire.doc { t "0 :r The Bidder SHALL list below the name and address of each Subcontractor who will perform work under this Contract in excess of one-half percent of the total bid price, and shall also list the portion of the work which will be done by such Subcontractor. After the opening of Bids, changes or substitutions will not be allowed unless approved by the OWNER after a request for such a change has been submitted in writing by the CONTRACTOR, which shall include reasons for such request. Subcontractors must be properly licensed and hold a valid Certificate of Competency. Documentation Submitted with Project No. 0612 for. Wabasso Beach Park Restoration Work to be Performed Subcontractor's Name/Address 1.It1Dmv\ST p�—vN���N C--� 1. uM�IN t'2 "3231 o t_� AVE, F'6r ? IeEc-E t P - 6Z7 2. 3. WjA c. 4. Un LlI'C1 E S S t 'rl'c GaL K NTT Sbo 1\sA Wra V�rx� t� FL /hDV�4N C �p v 2�*cov r'D 6622 WAW Ll V�L IFL 6. L.tt H Q s ca 'Pc 2sii -i buEoo game sw*ym . Nngnpvk '�boo<T) FL 34289 7. 8. Note: Attach additional sheets if required. * * END OF SECTION * * Last Revised 12/2007 00458-1 - Wabasso Beach Pk, Restoration F:Wublic Works\CM SuthardkWabasso Beach Park1A construction Bid Documents\Bid Documents as of 1-9-2008\Div 0 AS OF 1- 8.2008\0045a - List of Subcontrac tors.doc SECTION 00459 -BIDDER'S AFFIDAVIT REGARDING STATE OF FLORIDA CERTIFIED EROSION AND SEDIMENT CONTROL INSPECTOR (TO ACCOMPANY BID = THIS AFFIDAVIT WILL BECOME PART OF THE CONTRACT DOCUMENTS IF A CONSTRUCTION CONTRACT IS AWARDED TO BIDDER) 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 Project No. 0612 for: Wabasso Beach Park Restoration STATE OF Florida it COUNTY OF Martin Before me, the undersigned authority, appeared Mark MacDonald who upon oath, duly administered, stated as follows: I. This swom statement is submitted byy Ocean Gate General Contractors, Inc. whose business address is 2854 SE Federa Highway Stuart, FL 349940 and (if applicable) its -- Federal Identification No.(FEIN) is 651084099 If entity has no FEIN, include the AMP*, Social Security Number of the individual signing this sworn statement: Mark MacDon' 2. My name iald s and my relationship to the entity named above is Owner/ President 3. 1 understand that if selected for this Project, I must provide a full-time State of Florida Certified Erosion and Sediment Control Inspector for the Project's full duration. 4. 1 agree that I will be responsible for complying with all local, state, and federal requirements regarding erosion and sediment control for the Project. 5. 1 understand that "pollution" as defined by Florida Statutes Chapter 403.031(7) means: a . . the presence in the outdoor atmosphere or waters of the state of any substances, contaminants, noise, or manmade or human -induced impairment of air or waters or alteration of the chemical, physical, biological, or radiological integrity of air or water in quantities or at levels which are or may be potentially harmful or injurious to human health or welfare, animal or plant life, or property or which unreasonably interfere with the enjoyment r of life or property, including outdoor recreation unless authorized by applicable law." 6. 1 understand that in addition to the definition set forth in Item 5 above, "pollution" is also defined by paragraph 1.5 of Section 02225 of the Technical Specifications for this Project. 1W 7. 1 understand that there are civil and criminal penalties for pollution listed in Florida Statutes Chapter 403.161 and that there are other penalties listed in Section 02225 of the Technical Specifications for this Project. I understand that I may be liable for these and other penalties if pollution occurs as a result of my activities associated with the Project. Last Revised 12/2007 00459 -1 Wabasso Beach Pk, Restoration F.1Public Works\Cliff Suthard\Wabasso Beach ParkW Construction Bid Documents\Bid Documents as of 1-9-20080v 0 AS OF 14-2008100459 - Affidavit Regarding Certified Stormwater Inspector.doc ■rr . las UP 8. My State of Florida Certified Erosion and Sediment Control inspector who will be assigned t0 this Project IS: Underwater Engineering Services Inc. - Joseph Frederickson and his or her State of Florida Certification Number is: 17138 - See Attached Under penalty of perjury, I declare that I have read the foregoing affidavit and the facts stated in it are true. FURTHER A IANT SAYPTH AUGHT Signature: Date: 4/9/08 Printed Name: rk MacDonald Thi&foregling instrument was subscribed and sworn to bef re me this day of n t , 20 C8 by k8aAL Mail QXnaW , who is ersona I nown to me and who did take oath R My Commission expires: IR • 2&,. �D * * END OF SECTION * * at DIANE M. GONZALEZ Notary Public, State of Florida My comm. exp. Aug. 26, 2010 Comm. No. DD 579463 Last Revised 1212007 00459 = 2 Wabasso Beach Pk. Restoration F:\Pubiic Works\Cliff Suthard\Wabasso Beach Park\A Construction Bid Documents\Bid Documents as of 1-9-2008\Div 0 AS OF i48-2008\00459 - Affidavit Regarding Certified SUxmwater Inspector.doc JC I ���yL��� --tit � •J ' �''A � IL Indian River County Purchasing Division 1800 27th Street Vero Beach, FL 32960 Phone 772 567-8000 Fax 772 770=5140 Ext.. 1416 ')ate: Project Name: Lid Number: lid Opening Date: ADDENDUM NO.6 April 2, 2008 Wabasso Beach Park Restoration 2008032 April 9, 2008 at 2:00 pm ► , TE: THE BID DUE DATE HAS BEEN REVISED TO APRIL 9, 2008 his Addendum is in Response to REQUESTS FOR INFORMATION (RFI), and consists of L pages. ****************This Addendum MUST be returned with your bid***************** II Bids must be received by the Purchasing Division office located at 1800 27t" Street, Vero Beach, FL 32960, prior to the Date and Time shown above. Late bids Lill be returned Company Name unoDened. (Tyr)6 / P authorized Signature: Telephone: Title: 2' 14 oCn Date. Fax: TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED: This ADDENDUM and all other tr : )ENDUMS are intended to clarify, correct, or change the Bidding Requirements and/or the ontract Documents. Therefore, they hereby supersede anything to the contrary in the Bidding Requirements or Contract Documents. All ADDENDUMS' are hereby made a part of and shall be Littached to the subject Bidding Requirements and Contract Documents. " ADocuments and Settingslmmclaughlin\Local SettingsWemporary Internet FleMOLMAddendum #6.doc Page 1 of 2 Item 1 - Response to RFI received subsequent to the issuance of ADDENDUM #5: 1. THE LANDSCAPE PLAN CALLS FOR THE INSTALLATION OF 6 SILVER PALMS WITH A HEIGHT OF 8' HOWEVER I HAVE RECEIVED NUMEROUS LANDSCAPE BIDS AND STATE THAT THIS PARTICULAR TREE IS HARD TO GET AND IF THEY ARE AVAILABLE THEY ARE VERY EXPENSIVE - MOST COMPANIES ARE BIDDING A 6' TREE HOWEVER ONE FIRM HAS BID THE TREE PER PLAN AND THE NUMBER PER TREE IS ASTRONOMICAL- DO WE NEED TO GO WITH THE PLAN OR IS A SMALLER 6' TREE ACCEPTABLE? All materials and work shall be bid as specified. CADocuments and 5ettingslmmclaughlin%ocal Settings\Temporary Internet Files\OLKSAddendum #6.doc Page 2 of 2 Indian River County L Is Purchasing Division 180027 th Street Vero Beach, FL 32960 Phone (772) 567=8000 Fax (772) 770=5140 Ext. 1416 )ate: Project Name: id Number: Laid Opening Date: ADDENDUM NO.5 March 31, 2008 Wabasso Beach Park Restoration 2008032 April 9, 2008 at 2:00 pm !`.jTE: THE BID DUE DATE HAS BEEN REVISED TO APRIL 9, 2008 This Addendum is in Response to REQUESTS FOR INFORMATION (RFI), revisions to :ertain sections herein, and consisting of 8 pages. ****************This Addendum MUST be returned with your bid***************** All Bids must be received by the wStreet, Vero Beach, FL 32960, pri ill be returned unopened.. Company Name 'Jame: authorized Telephone: T^ PROSPECTIVE BIDDERS AND OTHERS CONCERNED: This ADDENDUM and all other LJENDUMS are intended to clarify, correct, or change the Bidding Requirements and/or the �ntract Documents. Therefore, they hereby supersede anything to the contrary in the Bidding riequirements or Contract Documents. All ADDENDUMS are hereby made a part of and shall be Littached to the subject Bidding Requirements and Contract Documents. Purchasing Division office located at 1800 27th or to the Date and Time shown above. Late bids t ADocuments and SettingsWmclaughlin\Local Settings\Temporary Internet Files\OLMAddendum #5 (2).doc Page 1 of 3 a Item 1 - Response to RFI received subsequent to the issuance of ADDENDUM #4: 1. SHEET U-7 REVISED LIFT STATION: PLEASE PROVIDE A COPY OF THE SFWMD WATER WITHDRAWLI DEWATERING PERMIT. ALSO PROVIDE A COPY OF THE DEWATERING PLAN SHOWING WATER DISTRIBUTION, HOLDING, AND REMOVAL. The means and methods of any required dewatering are up to the CONTRACTOR. CONTRACTOR needs to be advised he is subject to SJRWMD dewatering criteria, not SFWMD. Also, caisson installation method should dramatically change dewatering requirements. 2. GEOTECHNICAL: THE PILE INSTALLATION IS UNCLEAR WHETHER DRIVING IS REQUIRED. ALSO, IF DRIVING IS A REQUIREMENT, DOES iT HAVE ANY IMPACT ON TH TURTLE NESTING SEASON? Piling for the boardwalk, ADA ramp, and stairs are not required to be driven; per the DRAWINGS 1 Coastal Tech: "Piles shall have a minimum embedment of 8' feet below existing grade or to elevation 0.0 NGVD whichever is lower. " The AM Engineering geotechnical report indicates the piles are to be driven to final bearing. Pavilion piles may be jetted to within 2 feet of the minimum tip elevation and driven the last 2 feet 3. ITEM #14 — EXISTING IRRIGATION WELL AND IRRIGATION SYSTEM: PLEASE PROVIDE THE CHARACTERISTICS OF THE EXISTING WELL. PLEASE PROVIDE THE EXTENT OF WORK FOR IRRIGATION SYSTEM REPLACEMENT. Existing piping and wells have been cleared and exposed. A site visit with the plans in hand will greatly clarify the "assumptions". Yes, we are aware the existing well data is not known, howeve our assumption is that it is not irrigating the sod with salt water and is therefore less than 20 feet deep. 4. A. PLEASE CLARIFY THE LENGTH OF 16 PILES @ 10" DIAMETER FOR THE PAVILION AREAS, B. PLEASE CLARIFY THE LENGTH OF ALL 6X6 WOOD PILES FOR BOARDWALKS. C. PLEASE CLARIFY THE LENGTH OF 6X6 WOOD PILES FOR THE COVERED BENCH AREA LOCATED AT BOTH SIDES OF 8' WIDE BOARDWALK. A. For the piles at the pavilion, i.e. 10"Timber piles the minimum tip elevation should be +9.0' NGVD. Section 2/S-4 shows the top of the pile at +28.OWGVD and the top of slab at + 18.0'NGVD. addition to the minimum tip elevation of +9.0 the minimum embedment should be 9 feet. So, if tht final grades are as indicated on the section the minimum final pile length is 19'-D". Driving parameters and cut off may require a longer pile, the pile Contractor should be consulted. B. 6X6 piles for the main boardwalk shall have a minimum length of 21.5' [(+18'NGVD - O.ONGVD) +3.5'J. Any splices shall occur at the pile cap - as approved by the ENGINEER. C. 6X6 piles for the covered bench area located a both sides of 8' wide boardwalk shall have a minimum length of 27' [(+18'NGVD - 0.0NGVD) +9'J. Any splices shall occur at the pile cap - as approved by the ENGINEER The cost to furnish and install all piling as shown shall be included in the LUMP SUM BID ITEM 2.01. 5. IN SECTION 03000, ARTICLE 2.11 ITEM B, YOUR ENGINEER HAS SPECIFIED THE PILES 11 BE TREATED WITH .40PCF MCQ WITH THE PILES BEING KILN DRIED AFTER TREATMENT, IT IS MY STRONG RECOMMENDATION THAT YOU SUGGEST THE USE OF .80 CCA PILINGS. The following wood treatments will be acceptable alternatives for the construction of the boardwalk CADocuments and Settings\mmclaughlin\Local Settings\Temporary Intemet Res\OLMAddendum #5 (2).doc Page 2 of 3 Piling - 0.6000Am, 0.370AM, or U.1bGA0; Wood above ground (stringers, pile caps, handrails, benches, etc.) 0.14MCO or EcolifeT"; Other treatments which are equivalent may be approved by ENGINEER. 6. POINT: IN PART F OF THE SAME SCHEDULE, YOU ARE CALLING FOR ALL HOT DIPPED GALVANIZED HARDWARE, WHICH, ON THE OCEAN FRONT WILL NOT HOLDUP MORE THAN 24 YEARS BEFORE IT HAS RUSTED ALMOST COMPLETELY. ALL OF YOUR HARDWARE SHOULD BE TYPE 316 STAINLESS STEEL. All hardware (nails, screws, bolts, nuts, etc.) shall be Type 316 stainless steel or otherwise approved by the ENGINEER. 7. DOES THE LIFT STATION REQUIRE AN RTU ORA GENERATOR? RTU is required. Generator is not required. wtem 2 — In Section 00310, BID FORM, pages 00310 —1 and 00310-3 REPLACE those pages with the attached pages 00310 -1 R and 00310-3R. tem 3 - In Section 00622, CONTRACTOR'S APPLICATION FOR PAYMENT, pages 006224, aind 00622-5, REPLACE those pages with the attached pages 00622 - 41R and 00622 - 5R. tem 4 - In Section 01541, PROTECTION OF THE WORK AND PROPERTY, page 01541 -1, 'REPLACE that page with the attached page 01541 -1 R. C \Documents and Settings\mmclaughlin\Local Settings\Temporary Intemet Files\OLKS\Addendum N5 (2).doc Page 3 of 3 StU I tUN UU37U — blU IFUKM PROJECT IDENTIFICATION: Project game: Wabasso Beach Park Restoration County Project Number: 0612 Project Address: 1820 93`d 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 180027 1h Street VERO BEACH, FLORIDA 32960 1901 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 #1 #4 #2 #5 #3 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 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 (2) reports and drawings of a Hazardous Last Revised 3/3112008 00310 -1 R Wabasso Beach Pk. Restoration F:1Pubilc Works0iff SuthardlWabasso Beach Park1A Construction Bid DocumentslBid Documents as of 2-6-20080v 0 AS OF 1-$- 2008/00310 - Bid Form.doc WABASSO BEACH PARK RESTORATION BID TABULATION FORM ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL No AMOUNT 1.0 GENERAL ITEMS 1.01 Mobilization 1 LS 1.02 Performance Bond 1 LS 1.03 Payment Bond 1 LS 1,04 Insurance Coverage 1 LS 1,05 Demobilization 1 LS 1.06 Record ("as -built') Drawings and Survey Work 1 LS A. Subtotal Items 1.01 through 1.06 2.0 CONSTRUCTION ITEMS 2,01 All site construction including, but not limited to , clearing, grubbing, earthwork, removal of existing 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. 1 LS 2,02 Asphalt Paving, including testing, subgrade 2390 SY stabilization and base. 2.03 Sidewalk 586 SY 2.04 Curbs (all types) 110 LF 2.05 8' Boardwalk, including all connections to 250 LF crosswalk and crosswalk ramp complete 2.06 Benches and roofed structure on 8' Boardwalk 2 EA 2.07 Site lift station, force main, gravity mains, 1 LS electrical work, controls, valves, fittings, and related incidentals Be Subtotal Items 2.02 through 20o Y ' 1 to on ot GRAND TOTAL ITEMS: A, and B 17 Base Bid with All Deck Planks to be ,... c. i' Constructed with Evergrain as Sp ecifred i.: GRAND TOTAL ITEMS: A, and B ; ....,.;. Alternate Bid with All Deck Planks -.,. r Constructed with Specified Lumber I 'I ++ REMAINDER THIS PAGE INTENTIONALLY LEFT BLANK ++ 6 Last Revised 3/31/2008 00310 - 3R Wabasso Beach Pk. Restoration F:Tublic Works\C11ff Suthard\Wabasso Beach Park\A Construction Bid Documents\Bid Documents as of 24-200M01v OAS OF 1-8- 2008\00310 -131d Form.doc O F-• H O U v Of O c O O U LM a� c co OD c 40 i r d CL C/3 ¢ v rr0^ v/ V I, a) c� G C v is a� ao E U _ . ilk It ow 7 CD r� 1 •,,; I'?�. cn �i C13 a E Volt CO CD ItirOt 0 Lo cm TOO' ;low LID N in W �. co co cn 0 C6 Vi >- >- (t d s . ..: _i �J (jJ I rO m OWWO DaIL O C O N C rf! 01 G) C) o �L E cj cs� 3 ui � : , _c• Ito-Otc cO w , do 0 000 cm O _ a 3 F a O C O V y C N N Y C je co � aW a cmm E > -cam � �3 h Eos.: -,;,'s: p H QE 2 �ioIMMIIII�oa�CL 0"0 N �) m H Z CR0o Q` Co m a� a >,4) � Q (J co IMIII p Wi m�>c� va �Ema Ec 3: cc usc° ° ,►•— c oar tome �c�,n3CD is v,omca,°�n•o� Montec U 0 U- w v w ift"IIIIII� a� E c m n m o le c 'O o U c m - � O O O C ' a alwto� lC9 O N aII �= p O Y y C V] O G W Y N Y N U '1; E C U— c v v O U C m N O +. q� -- �• -- r, Y c0 lD N cc ' W_ N `c m m°.. ,.. (p ma>�+3 L mm c �o °rnco3 ... ui I' Z E OY.Q Z O C N.SC_ O O L,C 3L O H U� =oa�.r:: _` W o mc>aS� m° o O FA E��s��ccaE�oQ�° ` 3a O 0 0I=0 ¢ c� cn0�o COvmcncn W e c o 0 0 0 0 o 0 Q 0 0 0 o a �Zl����.—ter NN N NNN N N ,` c Q LM O N a.Y t U m ID a3 O N N cc N C�7 M c O CD N N m J 5tt; i IUN 01541 PROTECTION OF THE WORK AND PROPERTY 1.1 GENERAL A. Take all precautions, provide all programs, and take all actions necessary to P P P 9 rY maintain, protect, and repair the Work and all public and private property and facilities from damage until the OWNER formally accepts the Work. Be In order to prevent damage, injury or loss, CONTRACTOR's actions shall include, but not be limited to: 1. Store apparatus, materials, supplies, and equipment in an orderly, safe manner that,will not unduly interfere with the progress of the Work orthe Work'` of any other Contractor or utility service company. 2. Provide suitable storage facilities for all materials that are subject to injury by exposure to weather, theft, breakage, or otherwise. 3. Place upon the Work or any part thereof, only such loads as are consistent with the safety of that portion of the Work. 4. Clean up frequently all refuse, rubbish, scrap materials, and debris caused by construction operations, so that at all times, the site of the Work presents a safe, orderly, and workmanlike appearance. 5. Provide barricades and guard rails around openings, for scaffolding, for temporary stairs and ramps, around excavations, elevated walkways, and other hazardous areas. 6. Keep all haul roads clean from dirt and debris from haul operations. 7. Provide site drainage (including temporary drainage systems) such that the Work is not damaged as a result of stormwater runoff from rainfall. Ali protective drainage activities shall comply with the requirements specified elsewhere herein. Be Use of Lot. '10 for CONTRACTOR operations is not permitted except as may be approved by the OWNER. Co Except after written consent from proper parties, do not enter or occupy privately-owned land with men, tools, materials or equipment, except on easement provided. D. Assume full responsibility for the preservation of all public and private property or facility on or adjacent to the site and work area. If any direct or indirect damage is done by or on account of any act, omission, neglect, or misconduct in the executiorw of the Work by the CONTRACTOR, it shall be restored by the CONTRACTOR, at its expense, to a condition equal to or better than that existing before the damage wa done. Last Revised 3/31/2008 01541 A R Wabasso Beach Pk Restoration FAPublic WorkslCiiff Suthard\Wabasso Beach Park% Construction Bid Documents\Bid Documents as of 24)i 20081Technical SpeclficationslDiv 1101541 - Protection of the Work and Property.doc Indian River County Purchasing Division 180027 th Street Vero Beach, FL 32960 Phone (772) 567=8000 Ext. 1416 Fax (772) 770=5140 ADDENDUM NO, 4 Date: March 20, 2008 Project Name: Wabasso Beach Park Restoration Bid Numbers, 2008032 Bid Opening Date: April 9, 2008 at 2:00 pm NOTE: THE BID DUE DATE HAS BEEN REVISED TO APRIL 9, 2008 This Addendum is in Response to REQUESTS FOR INFORMATION (RFI) and consisting of 3 pages. ****************This Addendum MUST be returned with your bid***************** All Bids must be received by the Purchasing Division office located at 1800 27th Street, Vero Beach, FL 32960, prior to the Date and Time shown above. Late bids will be returned unnnened Company Name Name: (IYPe/I Authorized Signature: Telephone: Title: cCr Date: Fax:�a TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED: This ADDENDUM and all other ADDENDUMS are intended to clarify, correct, or change the Bidding Requirements and/or the Contract Documents. Therefore, they hereby supersede anything to the contrary in the Bidding Requirements or Contract Documents. All ADDENDUMS are hereby made a part of and shall be attached to the subject Bidding Requirements and Contract Documents. CADocuments and SettingsVncross\Local Settings\Temporary Internet FileMOLK92Wddendum #4.doc Page 1 of 2 Item 1 - Response to RFI received subsequent to the issuance of ADDENDUM #3: 1. ARE THE SIDEWALKS AND PARKING LOTS FOR BOPPY'S AND THE REAL ESTATE GOING TO STAY, AS IS, OR ARE THEY COMING OUT? The sidewalks are to stay as is, and CONTRACTOR will be responsible for making a smooth transition from the parking lot and sidewalk apron to the existing sidewalk. 2. SUPPLEMENTARY CONDITION 17.14 — MINIMUM PERCENTAGE OF WORK TO BE PERFORMED BY CONTRACTOR - STATES THE CONTRACTOR MUST PERFORM AT LEAST 51% OF THE WORK WITH ITS OWN PERSONNEL AND EQUIPMENT, PLEASE PROVIDE CLARIFICATION OF THE INTENT OF THE OWNER AS WE WOULD BE UNABLE TO ADHERE TO THIS CONDITION, BUT WOULD LIKE TO BID THE PROJECT AND HAVE BEEN WORKING FEVERISHLY TO ASSEMBLE OUR PROPOSAL. In the CONDITIONS OF THE CONTRACT, Section 00800 Supplementary Conditions to the General Conditions, Article SC47.14 Minimum Percentage of Work to be Performed by CONTRACTOR, DELETE THAT ARTICLE. 3. THE FOLLOWING WAS RECEIVED FROM A BIDDER; "I SPOKE WITH CATHY KEMP THIS AFTERNOON. (772489-6254) SHE IS THE SERVICE PLANNER FOR FPL FOR THIS SITE. SHE INDICATED THEFOLLOWING: THERE IS NO 3 PHASE POWER ON THE POLES ON THE NORTH SIDE OF THE PROPERTY, THE ONLY WAY TO GET 3 PHASE TO THE NW CORNER IS TO COME ACROSS SR A1A, WHICH WOULD REQUIRE DOT PERMIT. LENGTHY PROCESS, ACCORDING TO CATHY. AN OPTION FOR LIFT STATION 3 PHASE WOULD BE TO COME FROM THE CONCRETE POLE NEXT TO THE SIDEWALK BETWEEN BOPPY'S AND THE REALESTATE OFFICE, SHE SAID FEES WOULD BE REQUIRED FOR THE TRANSFORMERS AND LABOR. HOW MUCH: SHE DIDN'T KNOW. ANOTHER QUESTION FROM MY END WOULD BE, CAN WE RUN UNDERGROUND THRU THE REAL ESTATE PARKING LOT?" FPL has already been requested to extend 3-phase power to the power pole shown on the plans, see sheet U -8a and the attached service request. It should also be noted that there is no platted easement between lots 4 and 5 (Boppy's and the Office building), nor do we have any authorization to install utilities through the private parking lot. CADocuments and Settingslmcross\Local Settings\Temporary Internet ReMOLK92Wddendum #4.doc Page 2 of 2 Project Name: Location: Company Name: Commercial and Industrial Project Checklist Wabasso Beach Park Restoration 9310 North A-1 -A I Wabasso / Indian River 'Primary Point of Contac: Electrical Contractor. Contact for Design: Other. For Agreements an Contact Name: Mailing Address: P , -,nY iil Cliff Suthard Office: N/A Office: Steve Snoberaer office: Office: City and County Cell: Cell: Ceq: Cell: ' Exiting and proposed facilities Email: Email: Email: Email: steves(&-carterassoc. • Existing utllly poles, meters andfor padmounted transhmner locations • Easement designations, welland boundaries d Invoices, please provide: Cliff Suthardm 4375 43rd Avenue Vero Beach FL 32967 1 or Email: Person FPL will contact to discuss On project: and send eonmanieatfons to rogaroffiag changes aRecang the status of the job Type of Business (Presse select dere) 8 Office Retail Multiple -Unit Complex Medical Number of Units 1 Restaurant (speciy) Number of Meters 1 Seating Capacity Meter Designation (Suite, unit, Apt, ste)® All Electric Gas f Electric ®Site Plan, Water, Sewer, Drainage, Paving and Landscape Plans including but not limited to: Location of Wetlands or Environmentally protected areas Location of any protected species on or near site (within 2 miles) I Dune Veaetation Location of any contaminated soli concerns Can utilities be permitted with developers crossing of environmental areas? Yes? 1 5 Electrical Requirements yoltaoe• 120/2401 Phase 1201208 3 Phase 120/240 3 Phase (Open Delta) 2771480 3 Phase PX 1201240 3 Phase (Closed Delta) / / Form Submittal Date csuthard(&ircaov.cory ' Exiting and proposed facilities steves(&-carterassoc. • Existing utllly poles, meters andfor padmounted transhmner locations • Easement designations, welland boundaries )( Electrical Riser Diagram X Panel Schedule x CAD File: Can be an electronic file or a Me on a drse Should be in DXF or DWG format and indude the following• a Contact ph$ of CAD firm that did the design e. Drainage areas b. Site plan f. Dedicated utility easements G Sewer fines (both main and service lines) g. Wetland area - If applicable d. Water lines (both main and service lines) h. Lift Station Location of Wetlands or Environmentally protected areas Location of any protected species on or near site (within 2 miles) I Dune Veaetation Location of any contaminated soli concerns Can utilities be permitted with developers crossing of environmental areas? Yes? 1 5 Electrical Requirements yoltaoe• 120/2401 Phase 1201208 3 Phase 120/240 3 Phase (Open Delta) 2771480 3 Phase PX 1201240 3 Phase (Closed Delta) / / Form Submittal Date csuthard(&ircaov.cory steves(&-carterassoc. Commercial and Industrial Project Checklist FPL Service Details Additional Electrical Requirements Wire Size: 60 Main Panel disconnect size (amps) Number of Sets: 1 Number of meters required Total Estimated Demand: 8 (kW) Meter address / designation (suite, unit apt, etc) Total A/C Square Footage: N/A YES Lift Station (Yes / No) Number of A/C Units: 0 size tons Other electrical needs This service is for a county owned lift station only. 5 Construction Schedule Please include the below required intonation in (MrMddlyy) lonmL 1) Clearing, Site Work, Water & sewer May 2008 3) Installation completed b)r AU ust 2008 2) FPL design layout by Aril 200 4) Desired date for Permanent Service AU ust 200EI 6 Installation of FPL Construction Material Customer to install: all FPL facilities for credit Directional Bores Tor crossing under roadways or environmental areas to get into project X FPL to install all of its facilities Customer to directional bore Yes:X No: FPL to directional bore Yes: a No: 8 Easement 13 NX Platted: Yes: X No: Specific: Yes: No: Utllity Yes. No: Final Plat recorded by: I Already Platted (date) Other Concems sentinel Are there any existing FPL facilities in conflict with proposed construction & critical dates for relocation or removal? Explain. Are there any special construction requirements / restrictions. (Use construction entrance only, no weekend work or work outside of normal working hours)? Explain: ® Are there existing buildings on-site to remain in operation during construction? Explain: Existing 1 phase service lines need to be maintained during 3 phase installation. ® Are there existing overhead power lines and/or service lines that need to be removed and/or abandoned? Explain Existin single phase service to existing 9 9 P g pole. Need 3 phase to existing pole. Once all above information is received we can begin Design of the Project Design Phase = 6 - 8 weeks Scheduling Phase= 3weeks Construction Phase = dependent on the scope of the project •" Please send completed form and CAD file to your Area CPM "• Please contact your Area CPM for assistance J 1v11;-0bZ1a6c Melissa Cross From: Michelle Creighton Sent: Thursday, March 20, 2008 3:29 PM To: Ben Herd; Michael Cupp; Melissa Cross Subject: FW: Addendum #4, Wabasso Beach Park Restoration Bid Attachments: FPL Commercial and Industrial Project Checklist.pdf; Addendum #4.doc Michelle Creighton I Estimating Assistant 2854 SE Federal Highway I Stuart, FL 34994 Phone: (772) 283-6744 Ext. 10 mcreighton@oceangategc.com www.oceangategc.com I Fax: (772) 283-1538 Ll r agc 1 vi J CONFIDENTIALITY NOTE: The information contained in this transmission is privileged and confidential under Florida Statute 466.252 & 396.017. If you are not the intended recipient (or authorized to act on behalf of the intended recipient) of this message, please do not disclose, forward, distribute, copy, or use this message or its contents. If you have received this communication in error, please notify us immediately by return e-mail and delete the original message from your e-mail system. Thank you. — -Original Message ----- From: Luanne Marino [mailto:lmarino@ircgov.com] Sent: Thursday, March 20, 2008 3:22 PM To: Clifford Suthard; brad@summitcm.net; christy@summitcm.nets hollytanner@bellsouth.net; ronnie@kirchmanconstruction.com; peter@ passage_islandhomes.com; annette_lamont@mcgraw-hill.com; jfykes@barthconstruction.com; mtaylor@sidfl.com; antoinette.ledet@reedbusiness.com; gdp@ebmorris.cc; Michelle Creighton, dtrindade@collagecos.coms dmstump2005@earthlink.net; dmilton@miltonconstruction.com; Ikuznitz@gcworks.nets king@ckmcinc.com; chasinbobby@aol.com; camgroupllc@gmail.com; robert32904@yahoo.com; srush@westconstructioninc.net; richard@naturebridges.com; lanceglaab@comcast.net; jerry@awmconstruction.ince wataugacompany@bellsouth.net; art@canaveralconstruction.com; hjones@earthbalance.com Subject: RE: Addendum #4, Wabasso Beach Park Restoration Bid Attached is Addendum #4, for the Wabasso Beach Park Restoration Bid. There should be 2 documents attached. I am required to provide addendums to everyone who has picked up the bid package, even if they are not going to bid the project. Please email me back confirmation that you have received it. 3/20/2008 Indian River County Purchasing Division 180027 th Street Vero Beach, FL 32960 Phone (772) 567=8000 Fax (772) 770-5140 Ext. 1416 ADDENDUM N0.3 Date: Project Name: Bid Number: Bid Opening Date: March 17, 2008 Wabasso Beach Park Restoration 2008032 March 26, 2008 at 2:00 pm TE HAS BEEN REVISED TO MARCH This Addendum is in Response to REQUESTS FOR INFORMATION (RFI) and consisting of 2 pages. ****************This Addendum MUST be returned with your bid***************** All Bids must be received by the Purchasing Division office located at 1800 27th Street, Vero Beach, FL 32960, prior to the Date and Time shown above. Late bids will be returned Company Name _ Name: L (Type / I Authorized Signature: Telephone: vua�. L - , v U l Fax: TO PROSPECTIVE BIDDERS AND OTHERS CONCERNED: This ADDENDUM and all other ADDENDUMS are intended to clarify, correct, or change the Bidding Requirements and/or the Contract Documents. Therefore, they hereby supersede anything to the contrary in the Bidding Requirements or Contract Documents. All ADDENDUMS are hereby made a part of and shall be attached to the subject Bidding Requirements and Contract Documents, C:\W INNTapsdoc\nettemp\3696\$ASQ864083. DOC Page 1 of 2 Item 1 — Response to RFI received subsequent to the issuance of ADDENDUM #2: 1. THE PLANS STATE DON'T DISTURB DISNEY'S LANDSCAPE, THE 2" P.E. WATER LINE IS GOING RIGHT THROUGH THE LANDSCAPE AREA. PLEASE CLARIFY IF THIS AREA IS IN THE ROW OR IF IT IS DISNEY PROPERTY. This area is located within the ROW, the CONTRACTOR shall install the 2" P.E. water line to avoid Disney landscaping located within the ROW to the extent practical. 2. THE LEGEND ON SHEET C2 SHOWNS A HATCH PATTERN FOR PARKING LOT RESTORATION, BUT THIS HATCH PATTERN IS NOT SHOWN IN THE PLAN LAYOUT. PLEASE CLARIFY THE AREAS THAT THIS HATCH PATTERN IS REFERRING TOO. See sheet C3 for all proposed pavement 3. THE PLANS CALL FOR THE CONTRACTOR TO PLANT NATIVE DUNE VEGETATION. IS THERE GOING TO BE BEACH NOURISHMENT BEFORE THE CONTRACTOR PLANTS VEGETATION? Beach restoration (by others) may or may not occur prior to native dune planting, however the extent of native dune vegetation required will not change. 4. PLEASE CLARIFY HOW THICK THE STABILIZED SUBGRADE IS. The CONTRACTOR shall provide adequate stabilized subgrade to meet the minimum compaction specifications as noted on the drawings and technical specifications. 5. PLEASE CLARIFY IF THE 2.5" OF ASPHALT INCLUDES THE 1" OVERLAY. The 2.5" of asphalt 1.5 inch, and 1 includes the 1 inch of overlay. 6. PLEASE CLARIFY THE NUMBER & THICKNESS OF ASPHALT LIFTS. Two lifts, 1.5 inch, and 1 inch or as prescribed by FDOTspecifications. 7, THE PHONE NUMBER IN ITEM 11 #11 OF ADDENDUM #2, IS WRONG. The correct number is 8004624002. C:1WI NNT\apsdoclnettemp13696\$AS0864083. DOC Page 2 of 2 Indian River County Purchasing Division 180027 th Street Vero Beach, FL 32960 Phone (772) 567=8000 Fax (772) 770=5140 Ext. 1416 Date: Project Name: Bid Number: Bid Opening Date: ADDENDUM NO.2 March 12, 2008 Wabasso Beach Park Restoration 2008032 March 26, 2008 at 2:00 pm This Addendum includes revisions to various SECTIONS of the CONTRACT BID DOCUMENTS, ADDITIONAL CONTRACT DRAWING, and REVISED CONTRACT DRAWINGS consisting of 45 pages, and 16 DRAWINGS. Addendum MUST be returned with your Bid****************** All Bids must be received by the Purchasing Division office located at 1800 27th Street, Vero Beach, FL 32960, prior to the Date and Time shown above. Late bids will be returned unopened. Compa Name: Authori; Telephc CADocuments and Settings\Imarino\Local Settings\Temporary Internet Files\ContentOutlook\BGUD33FE\Addendum #2.doc Page 1 of 11 Rev. 3-12-08 J Item 1 ownResponse to questions received prior to the February 28, 2008 Prebid Conference. 1. WILL TRASH BINS, BBQ GRILLS, AND CIRCULAR BENCH BE SUPPLIED BY COUNTY OR CONTRACTOR AND ARE THERE ANY COUNTY STANDARDS? The County will furnish and install the trash bins. CONTRACTOR shall furnish and install two grills and the circular bench. Grills will be required for the picnic pavilions and shall be Pilot Rock, model NS -20 B6S stainless steel. Contact R. J. Thomas Mfg. Co., Inc. 800-762-5022. Grills shall be installed per manufacturer's recommendation where directed by the ENGINEER. Circular Concrete Benches shall be Barco Products, Seaside Bench Model No. SW1030, 6' Concrete Bench with seat color to be Slate Natural Stone and base color to be Tan Exposed Aggregate. Barco Products contact number 8004384697. Barco Products or approved equal accepted. 2. CAN THE WORK PROCEED DURING THE SEA TURTLE NESTING SEASON? The sea turtle nesting season begins March 1st and ends October 31s`. Yes, all work landward of the "primary dune line" which essentially includes all work except the crosswalks and ramp. See Section 01009 SPECIAL PROVISIONS, Ardclel.2, and Section 00200 INSTRUCTIONS TO BIDDERS Article 23. 3, WILL BATHROOM FLOORS BE EPDXY COATED? SPECIFICATIONS LIST EPDXY, BUT FINISH SCHEDULE SHOWS ONLY SEALED CONCRETE. The restroom floors will be finished per the specifications. Item 2 see,Response to questions received at the February 28, 2008 Prebid Conference: 1, CAN THE FULL TIME INSPECTOR, REQUIRED IN SECTION 00459, ITEM 3, ALSO BE THE PROJECT FOREMEN? Yes 2, DOES THE CONTRACTOR OR COUNTY PAY FOR TESTING? CONTRACTOR pays for the testing. See Section 00800, Supplementary Conditions to the General Conditions, Article SC -13.03 3. PLEASE PROVIDE A PERMIT FEE SCHEDULE; ARE THERE ANY UTILITY FEES? See the following Revised Section 00800, Supplementary conditions, Article SC -6.08, Paragraphs B and D: Be The OWNER has applied for or obtained the following permits: • Indian River County Minor Site Plan • Florida Department of Environmental Protection, Reference IR -784 • US Army Corps of Engineers • Florida Department of Environmental Protection Water & Wastewater Indian River County Water & Wastewater FDOT Utilities Connection and Driveway Connection Other permits to be obtained by CONTRACTOR include but may not be limited to: • Indian River County Building Department • Indian River County Electrical for Lift Station • Florida Department of Health Well demolition and construction permits D. The CONTRACTOR shall obtain and pay for all other required permits and licenses, except any impact fees or utility connection fees, which will be paid by the OWNER. The CONTRACTOR shall provide copies of the permits to the OWNER and ENGINEER and shall comply with all conditions contained CADocurnents and SettingsUmarino\Local Settings\Temporary Internet Files\Content.Outlook\BGUD33FEWddendum #2.doc Page 2 of 11 Rev. 3-12-08 L 15. THE ELECTRICAL SERVICE AND UTILITY INFORMATION IS NOT OF SUFFICIENT DETAIL TO DETERMINE WORK REQUIRED, FOR NUMBER OF PHASES, SERVICE TO THE LIFT STATION, UTILITY RELOCATIONS, TELEPHONE LINES, AND COORDINATION WITH FPL. FPBL service extensions are shown on sheet U-1. Underground utilities are indicated to the extent known. Be advised "Sunshine State One Call" no longer responds to requests for locates from surveyors or engineers. CONTRACTOR will have to locate and adjust the existing utilities in accordance with the notes on sheet U-2. FPBL was forwarded with service request information indicating revised design components. 16. Mr. Davis, Director of Public Works, advised revisions to the lift station will be submitted to the bidders. The revisions essentially include a station with addition capacity. WILL THERE BEAN ADDITIONAL 10 DAYS FOR BIDDER REVIEW OF THE REVISED LIFT STATION BEFORE THE BID OPENING DATE? If necessary the bid date will be extended. As above the bid date has been extended. 17, through 21. ADDITIONAL QUESTIONS CONCERNING INSUFFICIENT INFORMATTION RELATIVE TO THE METER SOUTH OF THE WET WELL, NOTES ON U1 FOR CLARITY, WELL PERMIT, NO DETAIL DRAWINGS FOR THAT WORK, NO POINT OF POWER CONNECTION FOR LIFT STATION, HOW WILL POWER TO LIFT STATION BE PROVICED, AND NO RISER DETAIL. Regarding the power connection to the lift station and how power will be provided, the Contractor shall hire a licensed electrical contractor to design and connect the power service for the lift station. See attached Sheets U-1 REVISED, and additional DRAWING Sheet U -8A REVISED for details. These DRAWINGS SHALL BECOME A PART OF THE CONTRACT DOCUMENTS TOGETHER WITH DRAWINGS U-7 REVISED, U4 REVISED, AND OTHER DRAWINGS HEREIN, 22. NOTE: Mr. Davis advised the Wabasso Beach Park site is very busy with private businesses at the entrance along the north, and Disney activity to the south. It will be necessary to close the Park from time to time and divert patrons to the Golden Sands Park. Consequently safety and protection of the public is very important and will require the CONTRACTOR'S attention. Item 3 - Response to questions received after the February 28, 2008 Prebid Conference:. 1, SECTION 2.02 OF THE SPECIFICATIONS CALL FOR ALUMINUM WIRE, WILL ALUMINUM WIRE BE ALLOWED ON A BEACH FRONT PROJECT? Delete the reference to the use of aluminum wire and use copper wire only. 2. SECTION 2.09 METERING SPECIFICATIONS, SPECIFICATION SHOULD BE ALUMINUM METER SOCKET, NEC REQUIRES "ALL MATERIALS TO BE SUITABLE FOR THE LOCATION"? There is not a copper meter can. Project will require a standard aluminum meter can that can be used in a location near the beach. 3. PLEASE PROVIDE SPECIFICATIONS FOR TIMECLOCKS. The time clock will be equal to an Intermatic T101P. 4. THERE IS NO CIRCUIT SHOWN FOR EXHAUST FANS. The exhaust fans shall be tied into the lighting circuit in the appropriate bathroom. 5. SHEET E1.01, IS SCALE 1" = 20'? The scale is incorrect on sheets E101. Correct scale is 1 " = 20 6, CONCRETE POLES, FIXTURE SCHEDULE CALLS FOR 12' AFG. WHAT IS THE TOTAL REQUIRED LENGTH OF THE POLE? WHAT ARE THE WIND LOAD REQUIREMENTS AND ARE LOAD CALCULATIONS AND ENGINEERING REQUIRED? CADocuments and SettingsUmarinolocal Settings\Temporary Internet Files\ContentOubook\BGUD33FE\Addendum #2.doc Page 4 of 11 Rev. 3A2-08 „ 16. C4, THE QUANTITIES GIVEN FOR NEW ASPHALT ARE INCONSISTENT WITH THE BID FORM. PLEASE VERIFY CORRECT QUANTITIES AND REVISE THE BID FORM ACCORDINGLY. Bid sheet has not been revised since bid quantity is equivalent to the total surface area of the proposed parking lot The CONTRACTOR will install 2.5 inch layer of asphalt over -5,660 sgft (628 syd) of new pavement and a 1 inch layer of asphalt over -15,850 sgft (1,761 syd) of old pavement which is not proposed to be removed. Therefore, a total of 2390 syd of asphalt will be installed Within bid item 2.02 the CONTRACTOR will be responsible for all materials, equipment, and labor for the proper installation of the su"rade stabilization, base, asphalt, and required testing. Approximate cut and till quantities are shown on page C-1. 17. C-7, PLEASE VERIFY THAT THE BOARDWALK COVERED ROOFS ARE TO RECEIVE SHINGLES IN LIEU OF METAL ROOFING TO MATCH THE RESTROOM AND PAVILIONS. CONTRACTOR shall provide metal roofing identical in type and installed as identified on the architectural and structural drawings In lieu of the shingle roofing shown on C4. 18. U-1, THERE ARE TWO WATER METERS THAT ARE NOTED TO BE RELOCATED. IS THIS CORRECT, THAT THE METER OWNER (UTILITY) WILL DO THE RELOCATION? The relocation of the two water meters Is included in the scope of work for this CONTRACT, see sheets UIREVISED and U8AREVISED. 19, U-1, IF THE EXISTING WELLS AND IRRIGATION SYSTEM ARE TO BE ABANDONED BY THE CONTRACTOR PLEASE PROVIDE A DETAIL OF THE WORK INVOLVED. See notes provided on U8A REVISED for details. 20. U-1, WILL THE CONTRACTOR BE REQUIRED TO INSTALL THE NEW WELL AND IRRIGATION WORK? IF SO PROVIDE A DETAIL. See notes provided on U8A REVISED for details. 21. U-1, WILL THE CONTRACTOR BE REQUIRED TO RELOCATE THE EXISTING TELEPHONE SERVICE? IF SO PROVIDE A DETAIL Contractor will be responsible to relocate all indicated utilities. See plan details, sheet U4 REVISED and U -8A REVISED. See Existing Utility notes on sheet U2. 22, U-1, REGUARDING THE FP&L 3 PHASE POWER EXTENSION, HAS FPL COMPLETED THIS WORK? No 23. U-1, REGUARDING THE FPL 230 VOLT 3 PHASE BURIED SERVICE TO POLE, HAS FPL COMPLETED THIS WORK? The buried electric service is by CONTRACTOR. See site plan details sheet UIREVISED and notes on U7 REVISED. 24, U7, PLEASE PROVIDE ELECTRICAL SERVICE REQUIREMENTS FOR THE LIFT STATION THAT IS COMPATIBLE WITH SERVICE FOR ALL OTHER BUILDINGS AND SITE LIGHTING. N/A, lift station requires separate electric service and meter can. 25. U-7, LIFT STATION NOTE STATES, "SEE ELECTRICAL DRAWINGS FOR SERVICE REQUIREMENTS,” PLEASE PROVIDE THIS INFORMATION. See notes on sheet U=1 REVISED and U8 REVISED. 26. LA -1, IN THE TOP RIGHT CORNER, THE NOTE READS, "PROPOSED DUNE VEGETATION" HAS THIS WORK BEEN COMPLED OR IS THE CONTRACTOR REQUIRED TO DO THIS WORK? IF INCLUDED IN THE CONTRACT PLEASE PROVIDE SPECIE AND QUANTITY. See Item 3 #15 above. CADocuments and SettingsUmadnolwal Settings\Temporary Internet Files\Content Outlook\BGUD33FE\Addendum #2.doc Page 6 of 11 Rev. 3-1248 The scale Is incorrect on sheets E1.01 and E1.02. Correct scale is 1" = 20 38. SPECIFICATIONS BOOK REFERS TO SHEET E3.10 FOR ELECTRICAL SPECIFICATIONS. PLEASE VERIFY THIS SHEET EXISTS. In the contract documents, in Section 00010, TABLE OF CONTENTS, sheet 000104, in DIVISION 16 - ELECTRICAL, revise the notation "See Drawing Sheet E3.10" to read. "See Drawing Sheet E3.00". Revised TABLE OF CONTENTS sheet 00010-4R is attached. 39. FINISH SCHEDULE ON A-6.10 SHOWS NO FINISHES HOWEVER ON A4.20 PAVILLION WALL SECTIONS SHOWS THAT THE PAVILLION HAS AREAS TO BE PAINTED. Section 09911-EXTERIOR/INTERIOR PAINTING, 3.5, EXTERIOR PAINTING SCHEDULE. Specification calls out all areas to be painted. 40. C-2 SHOWS THAT BOLLARDS ARE PLACED 6" O.C. IS THIS CORRECT OR IS IT TO BE 6' O.C.? Bollards are to be installed at 6 feet on center. 41. C4 SECTION B -B SHOWS 2X12 BEAM BOLTED TO 6X6 PILE: ANCHOR DETAIL SHOWS 2X10 BEAM — PLEASE CLARIFY BEAM SIZE. The beam should be 2'02': 42, C-2 SHOWS A TYPE F CONCRETE CURB ON EAST SOIDE BUT SECTION A -A, C-3 HAS THE CURB LISTED AS TYPE D. The curb on the eastern edge of pavement shall be a type F curb. 43. C-6 BOARDWALK & ADA RAMP TYPICAL DETAIL: THE DECKING IS SHOWN AS BEING NAILED AT ONE LOCATION BUT SCREWED IN ANOTHER — PLEASE CLARIFY ATTACHMENT OF DECKING. The decking is to be screwed, please see Technical Specification SECTION 03000 for boardwalk construction methodology. 44. A4.20 PAVILLION WALL SECTION "PAINT EXPOSED CONSTRUCTION" —DOES THIS. INCLUDE UNDERSIDE OF PLYWOOD DECK AND EXPOSED TRUSSES? Section 09911-EXTERIORIINTERIOR PAINTING, 3.5, EXTERIOR PAINTING SCHEDULE. Specification calls out all areas to be painted, which includes underside of plywood sheathing and trusses. 45. SHEET LA -1 SOUTH END OF PROPERTY SHOWS LANDSCAPING ALONG DISNEY RESORT BORDER, HOWEVER SHEET AS0.10 SHOWS A NEW SIDEWALK BEING INSTALLED; PLEASE CLARIFY WHAT IS GOING AT THIS LOCATION, Revised DRAWING Sheet LA -1 REVISED is attached. 46. PLEASE GIVE LOCATION OF FLAGPOLE. Flagpole shall be located in the center of the circular bench area. Delete CE Green Buttonwood tree, ground cover to remain. 47. SHEET ASO.10 SHOWS DIRECTIOHNAL ARROWS AND A CROSSWALK IN THE PARKING LOT; THEY ARE NOT SHOWN ON SHEET C-2; ARE THEY FOR REFERENCE OR PART OF THE PARKING LOT SRIPPING? Directional arrows and crosswalk striping are not to be construction. All proposed parking lot striping is shown on Sheet C-2. Item 4 mm REVISION TO SECTION 00310 - BID FORM: In SECTION 00310 - Bid Form, page 00310-1, Article 2.01, REVISE the second sentence to read as follows: "The Bid will remain subject to acceptance for 90 days after the Bid opening, or for such .longer period..........." CADocuments and SettingsUmarino\Local Settings\Temporary Internet Files\Content.0utlook\BGUD33FEWddendum #2.doc Page 8 of 11 Rev. 3-12-08 the CONTRACTOR shall provide effective protection for land and vegetation resources at all times as defined in the following subparagraphs. F - Work Area Limits: Prior to any construction, the CONTRACTOR shall mark the areas that are not required to accomplish all work to be performed under this contract. Isolated areas within the general work area which are to be saved and protected shall also be marked or fenced. Monuments and markers shall be protected before construction operations commence. The CONTRACTOR shall convey to its personnel the purpose of marking and/or protection of all necessary objects. G - Location of Storage and Other CONTRACTOR Facilities: Location of the CONTRACTOR's field offices, staging areas, stockpile storage and temporary buildings shall be subject to the approval of the OWNER at the Pre -Construction Meeting. H - Disposal of Solid Wastes: Solid wastes (excluding clearing debris) shall be placed in containers which are emptied on a regular schedule. All handling and disposal shall be conducted to prevent contamination. I - Disposal of Chemical Waste: Chemical waste shall be stored in corrosion resistant containers, removed from the work area and disposed of in accordance with Federal, State and Local regulations. J - Disposal of Discarded Materials: Discarded materials other than those which can be included in the solid waste category shall be handled as directed by OWNER K - Protection of Water Resources: The CONTRACTOR shall keep construction activities under surveillance, management and control to avoid pollution of surface and ground waters. Special management techniques as set out below shall be implemented to control water pollution by the listed construction activities included in this contract. L - Oil Spill Prevention: The CONTRACTOR must. Prevent oil or other hazardous substances from entering the ground, drainage or local bodies of water. ❑ Provide containment, diversionary structures or equipment to prevent discharge oil from reaching a watercourse. C Take immediate action to contain and clean up any spill of oily substances, petroleum products and hazardous substances. ❑ Immediately report such spills to the OWNER. Absorbent materials capable of absorbing the contents of the largest single tank shall be kept on site. Fuel and oil storage tank installation must be constructed so that a secondary means of containment is provided for the entire contents of the largest single tank. Dikes and other means of containment is provided for the entire contents of the largest single tank. Dikes and other structures shall be impervious to spilled oil to prevent infiltration into the ground. Mobile or portable fuel storage tanks shall be positioned or located so as to provide a secondary containment identical to that required for non-mobile storage tanks. Storage tanks shall be located where they will not be subjected to flooding or washout. Fueling activities shall be limited to upland areas - no fueling or transfer of petroleum products shall take place on the beach M - Protection of Fish and Wildlife Resources: The CONTRACTOR shall keep construction activities under surveillance, management and control to minimize interference with, disturbance to and damage of fish and wildlife. N - Protection of Air Resources: The CONTRACTOR shall keep construction activities under surveillance, management and control to minimize pollution of air resources. All activities, equipment, processes and work operated or performed by the CONTRACTOR in accomplishing the specified construction shall be in strict accordance with the applicable air pollution standards of the State of Florida (Florida Statute, Chapter 403 and others) and all Federal emission and performance laws and standards. O - Protection of Sound Intrusions: The CONTRACTOR shall keep construction activities under surveillance and control to minimize damage to the environment by noise. CADocurnents and Settings\Irnarino\Local SetUngsWernporary Internet Files\Content.OuUook\BGUD33FEWddendum #2.doc Page 10 of 11 Rev. 3-12-08 SECTION 02539 SUBMERSIBLE PUMPING STATION PART 1- GENERAL 1.01 RELATED WORK SPECIFIED ELSEWHERE A. Site Work Division 02000 Sections B. Concrete Work Division 03000 Sections C. Coating Systems Division 09000 Sections D. Electrical - General Division 16000 Sections 1.02 SCOPE OF SERVICES A. The pumping station shall consist of a wet well structure, two (2) submersible sewage pumps, an electrical control panel, liquid level controls, valve vault, valves, pump -out connection, electric meter, electric and water service and all appurtenant piping and equipment as shown on the Drawings and/or as specified. B. The Contractor shall furnish all labor, materials, equipment and incidentals required and install, place in operation, and field test a submersible wastewater pumping station. The station shall be complete with pumps, motors, piping, valves, buried electric service, electrical work (including motor controls and RTL), structures, connections and appurtenances, tested and ready for service. C. These specifications are intended to give a general description of what is required, but do not cover all details which will vary in accordance with the requirements of the equipment as offered. It is, however, intended to cover the furnishing, the shop testing, the delivery and complete installation and field testing, of all materials, equipment and appurtenances for the complete pumping units as herein specified and as shown on the Drawings, whether specifically mentioned in these specifications or not. D. For all units there shall be furnished and installed all necessary an desirable accessory equipment and auxiliaries whether specifically mentioned in these specifications or not, and as required for an installation incorporating the highest standard for the type of service including field testing of the entire installation and instructing the regular operating personnel in the care, operation and maintenance of all equipment. 1.03 PUMP SYSTEM REQUIREMENTS A. qualifications: 1. To assure unity of responsibility, the motors and control system shall be furnished and coordinated by the pump manufacturer. The Contractor and manufacturer shall assume responsibility for the satisfactory installation and operation of the entire pumping system, including pumps, motors, and controls as specified. 2. The pumps covered by these specifications are intended to be standard pumping equipment of proven ability as manufactured by a reputable manufacturer having long experience in the production of such pumps. The pumps furnished shall be designed, constructed and installed in accordance with the best practice and methods, 025394 02539 ,,Submersible Pump Station (Rev.) and shall operate satisfactorily when installed. Pumps shall be manufactured in accordance with the Hydraulic Institute Standards, 3. The control system shall be manufactured by a company with an established record of successful performance for similar products. 4. All equipment furnished under this specification shall be new and shall be the standard product of manufacturers having a successful record of manufacturing and servicing the equipment and systems specified herein for a minimum of five (5) years. 5. The pumps shall be furnished complete with controls, and accessories required and shall be as manufactured by Flygt or ABS. 1.04 SUBMITTALS A. Shop Drawings - The Contractor shall furnish the Engineer a minimum five (5) copies of shop drawings of the items listed below, prior to their delivery. This shall be done in accordance with the provisions of the General Conditions, 1, Pumps 2, Pump Accessories 3, Access Covers 4, Control Panel and RTU 5, Electrical Devices 6. Precast Structures 7, Poured In Place Concrete Design Mix B. Manufacturer's Data - The Contractor shall furnish the Engineer a minimum five (5) copies of manufacturer's data of the items listed below, prior to their delivery. 1. Pipe 2, Fittings 3. Joints and Restrainers 4, Plug Valve 5, Check Valve 6. Quick Disconnect C. Operation and Maintenance Data - The Contractor shall furnish the Engineer three (3) sets of each of the following for each mechanical unit installed. 1. Instructions 2. Maintenance Manual 3, Parts Lists 4, Wiring Diagrams 5. Pump Performance Curves D. Operating Instructions and Service 1. Three sets of operating and maintenance manuals shall be furnished. The manuals shall be prepared specifically for this installation and shall include all required cuts, drawings, equipment list, descriptions, etc. that are required to instruct operating and 02539-2 02539 — Submersible Pump Station (Rev.) 2.03 A. The pumps shall be totally submersible, non -clog, centrifugal pumps with close -coupled motors designed to pump sewage. The pumps shall be capable of passing a minimum 3- inch diameter spherical solid. The motor shall be an integral part of the pumping unit. The design shall be such that the pumping units shall be automatically connected to the discharge piping when lowered into place on the discharge connection. The pumps shall be easily removable for inspection or service, requiring no bolts, nuts or other fastenings to be removed for this purpose, or need for personnel to enter the wet well. B. At the rated rpm, each pumping unit shall have the following operating performance: Flow Npm) Total Head (ft.) 36 32 26 The pumps shall be as manufactured by "ABS", model AFP 1040, with 177 mm impeller, or approved equal. C. Pump Construction - The pump shall be of the centrifugal type with a solids handling, single vane, dynamically balanced, shearing type impeller. The common pump and motor shaft shall be series 400 stainless steel. The shaft and rotor assembly shall be supported by two ball bearings; the lower ball bearing shall be a heavy duty, double row, angular contact ball bearings. Each pump shall be provided with a tandem double mechanical seal running in an oil reservoir, composed of two separate lapped face seals, each consisting of one stationary and one rotating tungsten -carbide or silicon carbide ring with each pair held in contact by a separate spring, so that the outside pressure assists spring compression in preventing the seal faces from opening. The compression spring shall be protected against exposure to the pumped liquid. The pumped liquid shall be sealed from the oil reservoir by one face seal and sealed from the oil reservoir from the motor chamber by the other. The seals shall require neither maintenance nor adjustment, and shall be easily replaced. Conventional double mechanical seals with a single spring between the rotating faces, requiring constant differential pressure to effect sealing and subject to opening and penetration by pumping forces, shall not be considered equal to tandem seal specified and required.The impeller shall be constructed of nodular iron SP. All other parts shall be of close grain gray iron construction, with all parts coming into contact with sewage protected by a coat of rubber - asphalt paint. All external bolts and nuts shall be of stainless steel. D. Pump Identification - Stainless steel nameplatesgiving the name of the manufacturer, head, speed, and all other pertinent data shall be attached to each pump and motor. PUMP MOTORS AND CABLES A. Pump motors shall be of the submersible type, housed in an air-filled, watertight casing. Motors shall be a NEMA Design B. Insulation shall be moisture -resistant NEMA Class F with a maximum temperature rise of 90 degrees Celsius above ambient temperature (40 degrees Celsius). The motor shall be rated for a maximum of 3.0 Hp at 1780 RPM, connected for operation at 230 volt, 60 hertz, 3-phase service. The motor shall be non -overloading along the entire operation of the published pump curve. The full load current shall not exceed 10.0 amps at 230 volts, 3 phase, electric service. Pump motors shall have cooling characteristics suitable to permit continuous operation, in a totally, partially or nonsubmerged condition. Each motor shall incorporate an ambient temperature compensated overheat sensing device and a moisture sending device wired in series. The protective devices shall be wired into the 02539 — Submersible Pump Station (Rev.) 02539-4 shall be transmitted to the panel manufacturer. Any discrepancy between the information shown on the plans and that provided by the electric company shall be brought to the attention of the Engineer. B. Components The control panel shall include power distribution components for a duplex motor control center including but not limited to the following components: 1. Main Circuit Breaker 2, Generator Circuit Breaker w/Mechanical Interlock 3, Surge Arrestor 4. Motor Circuit Breaker 5, Motor Starters 6, 120 V. Duplex Receptacle with 15 Amp. Breaker 7. Control Power Circuit Breaker 8. Generator Receptacle The control panel shall include control components including but not limited to the following: 1. Control Relays 2, Automatic Alternator 3. Hand -Off -Auto Switches 4, Run Lights 5, Elapsed Time Meters 6, Exterior Alarm Hom 7, Exterior Flashing Alarm Lamp 8. Phase monitor and shutoffs for each pump 9. Seal failure detector with indicator lamp and reset for each pump 10. RTU data acquisition and control system C. Component Requirements 1. All motor branch circuit breakers, motor starters and control relays shall be of highest industrial quality, securely fastened to the removable back panels with screws and lock washers. Back panels shall be tapped to accept all mounting screws. Self - tapping screws shall not be used to mount any component. 2. A thermal -magnetic circuit breaker, appropriately sized for the service and ground fault interrupting capacity, as manufactured by Square D Company, or approved equal, shall be furnished for the main breaker. All circuit breakers shall be sealed by the manufacturer after calibration to prevent tampering. A motor circuit breaker shall be provided for each motor starter. Each motor circuit breaker shall be adequately sized to meet the pump motor and station operating conditions. 3. A mechanical disconnect mechanism shall be installed on each circuit breaker to provide a means of disconnecting power to the pump motors. Operator handles for the disconnect mechanisms shall be located on the exterior of the control compartment door. 4. An open frame, across -the -line, NEMA rated, magnetic motor starter, Bulletin 709 as manufactured by Allen-Bradley Company, or approved equal, shall be furnished 02539-6 is 02539 — Submersible Pump Station (Rev.) A radio communication, Remote Telemetry Unit (RTU), complete with antenna and all data acquisition and control components, shall be supplied with the pump control system. The RTU shall be capable of acquiring analog and discrete data for transmission to the Central Telemetry Unit (CTU); The RTU shall also be capable of receiving instructions from the CTU for the operation of the pumps. 2.10 ACCESS COVERS A. The wet well shall be furnished with a single leaf, and valve vault with a double leaf, hinged, aluminum access cover, with recessed key wrench lock and stainless steel accessories. The wet well cover frame shall be placed and securely mounted above the pumps with stainless steel guide bar brackets accurately aligned. The frame shall be equipped with safety handles to maintain the door in an open position. The covers shall be fabricated from checkered plate aluminum sheet and shall be designed to withstand 300 psf loading. The valve pit access cover shall be identical in construction to the wet well access cover, except that it shall be a double leaf cover of larger opening size. Access covers shall be Bilco JD, or approved equal. Minimum size of the wet well opening shall be 446ot by 3 -foot; adequate to accommodate the two (2) pumps as shown on the Drawings. The stainless steel upper guide rail holder and a stainless steel level sensor cable holder shall be mounted to the frame of the wet well access cover. 2.10 MISCELLANEOUS CONCRETE A. All miscellaneous concrete pours shall have a design mix with a 28 -day compressive strength of 3,500 pounds per square inch, and shall comply in all respects with the requirements of Division 03 of these specifications. B. Concrete used for tremie pours shall have the same design mix as miscellaneous concrete, except that the following admixtures shall be included in the mix: 1. High -Range Water Reducing Admixture shall be incorporated into the design mix to provide enhanced: water reduction; high slump retention; high flowability; and self compacting properties. The admixture shall be based on polycarboxylate chemistry and shall be as manufactured by "Master Builders Technologies", Glenium 3030 NS, or approved equal. 2. Anti -Washout Admixture shall be incorporated into the design mix to provide washout and segregation resistance. The admixture shall be based on liquid cellulose chemistry and shall be as manufactured by `BASF", Rheomac UW450, or approved equal. C. Admixtures shall be incorporated into the design mix in accordance with manufacturer's recommendations. Concrete supplier shall confirm compatability with any other admixtures to be used in the design mix. 2.11 REINFORCING STEEL A. All reinforcing steel shall be grade 60, and shall comply in all respects with the requirements of Division 03 of these specifications. 2.12 PRECAST CONCRETE WET WELL SECTIONS 02539-8 02539 — Submersible Pump Station (Rev.) J �r a. Nominal Size (O.D. Base) b. Dimension Ratio (for wall thickness) C, Manufacturer Name and Product Series d. Cell Class e. ASTM Basis f. Pipe Test Category g. Plant Identification h. Production Date i. Operator Number (Shift Letter optional) j. Resin Supplier Code Be Fittings: 1. All underground fittings shall be ductile iron with mechanical or manufacturer's mechanically restrained joints. Fittings shall be compact ductile iron conforming to AWWA C 153. The fittings shall be lined and coated in accordance with the ductile iron pipe specification. Fittings shall have a minimum pressure rating of 350 psi. All fittings and the appropriate number of downstream and upstream joints must be restrained. 2. Unless otherwise indicated on the Drawings, all above ground fittings or fittings in boxes shall be ductile iron flanged fittings, conforming to AWWA-C110 Standards. The fittings shall be lined and coated in accordance with the ductile iron pipe specification. 3. Where indicated on the Drawings, HDPE fittings shall be in accordance with ASTM D 3261 and shall be manufactured by injection molding, a combination of extrusion and machining, or fabricated from HDPE pipe conforming to this specification. The fittings shall be designed for a working pressure of 160 psi. The fittings shall be manufactured from the same resin type and cell classification as the pipe itself. The fittings shall be homogeneous throughout and free from cracks, holes, foreign inclusions, voids, or other injurious defects. All fittings shall be constructed to have a minimum D.R. 11 sidewall thickness. C. Joints: 1. Standard joints for ductile iron pipe shall be bell and spigot, rubber gasket, compression, push -on type as specified in AWWA C111 (ANSI A21.11). 2. Flanged joints shall utilize NST threaded flanges and pipe barrels conforming to AWWA specification C115. Flanged joints through 12 -inches shall be rated for a working pressure of 350 psi. Bolt pattern and hole sizes shall comply with ANSI B16.1, Class 125. Each flange joint shall have a 1/8 -inch thick, full-faced, rubber gasket. Size, length and number of bolts shall conform to AWWA C115. Bolts and nuts shall be stainless steel, series 304 or 316. 3. Mechanical joints shall be used on all underground fittings for changes in horizontal or vertical alignment on all runs of pipe. All mechanical joints shall be restrained in accordance with AWWA C111. 4, Restrained Joints - Fittings used for changes in alignment of pipe shall be mechanically restrained. As indicated on the drawings, pipe lengths located upstream and downstream of restrained fittings shall also be restrained. Method of joint restraint shall be as follows: 02539 - Submersible Pump Station (Rev.) 02539-10 2.19 A. The Contractor shall coordinate with the provider of electric power and install an unspliced, underground power supply from the pump station to the power pole or transformer designated by Florida, Power and Light. The Contractor shall install properly sized conductors in conduit to provide a 230 volt, 3 phase, four (4) wire electric service with no more than a 5% voltage drop when two pump are operating. Pull or Terminal boxes (if needed) shall be polymer concrete and fiberglass, with the words "ELECTRIC" embossed on the top. Boxes shall be "CDR Systems Corp.", model PA124730-26, or approved equal. All conductors shall be installed in conduit (schedule 40 underground) with long radius sweeps at all bends. All electrical components and accessories shall be provided and installed in accordance with the NEC and local ordinances. All costs for coordinating and installation of the electric service shall be the responsibility of the Contractor. COATINGS A. All coatings shall be industrial grade, designed to achieve maximum protection of all structures and mechanical equipment. All coating components and accessories shall be provided and installed in accordance with the Drawings and the requirements of Division 09 of these specifications PART 3 - EXECUTION OF WORK 3.01 SITE PREPARATION A. Clearing The Contractor shall perform all clearing necessary, where applicable, for the proper installation of the Pumping Station and its appurtenances as shown on the Plans. B. Excavation Excavation shall be to the depth shown on the Plans. The materials of excavation shall include all materials encountered and no additional compensation shall be allowed for difficulty in their removal. The Contractor shall be responsible for the disposal of the excess material as directed by the Engineer. 1. Sheeting and Bracing - The Contractor shall be responsible for properly supporting the sides of all trenches and excavations with timbers or other supports wherever necessary or required to properly safeguard the trenches, adiacent properties and structures. The cost of all necessary timber, sheeting and bracing whatsoever (left in place or removed), shall be included in the prices bid. Timber sheeting and bracing shall be left in place if so ordered by the Engineer and/or where shown on the Plans to avoid undermining or otherwise endangering the work or adjacent structures. All sheeting left in place shall be cut off or driven at least 18 -inches below finished grade, unless otherwise ordered by the Engineer. 2. Dewatering - The Contractor shall furnish sufficient pumping or other dewatering equipment and shall provide satisfactory drainage during the construction to properly complete the work. Except for the wet well which is to be installed by the caisson method, all work shall be installed in the dry. Unless otherwise permitted by the Engineer, the water table shall be lowered by the use of a well point system. The 02539 - Submersible Pump Station (Rev.) 02539-12 B. Manufacturer's Certification Contractor shall coordinate with the Manufacturer's of major control components and pump equipment to provide all pre start-up work and inspections as necessary to prepare the pump station for final start-up. At start-up, the Manufacturer's representatives shall be present for a minimum of one &hour day to provide the following services: 1. Check final installation of equipment 2. Provide start-up of equipment 3. Run specified tests 4. Train personnel in operation and maintenance of equipment ` 5. Certify as to acceptability of final installed and tested product C. The pump test shall demonstrate their ability to: 1. Operate without vibration or overheating at the specified conditions. 2. Perform as specified. 3. Load test, check amperage, phase to voltage test and insulation test. 4. Flow test based on timed draw down of the wet well and force main pressure reading. D. All defects revealed by or noted during the tests shall be corrected or equipment replaced promptly at no additional expense to the Owner. E. Should the Contractor be unable to demonstrate to the satisfaction of the Engineer that the units will satisfactorily perform the service required, the units may be rejected. Contractor shall remove and replace the equipment at his own expense. F. Prior to final acceptance by the Owner, all required: as -built record drawings; pump curves; operation and maintenance manuals; special tools necessary to disassemble, service, repair and adjust the equipment and all spare parts shall be delivered to the Owner. END OF SECTION 02539-14 L 02539 — Submersible Pump Station (Rev.) DIVISION 15 — MECHANICAL and PLUMBING 15010. See Drawing Sheet M3.10 15010 See Drawing Sheet P3.10 Section No. Title DIVISION 15 — MECHANICAL and PLUMBING (continued 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 E3.00 APPENDICES APPENDIX A — LEGAL DESCRIPTION APPENDIX B — PERMITS SHEET No. DRAWINGS DESCRIPTION Civil Site & Boardwalk Work 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 Last Revised 112008 00010- 4R Wabasso Beach Pk. Restoration F.ftbilc Works\Cliff 5uthardlWabasso Beach Park1A construction Bid Documents181d Documents as of 2-6400811)iv 0 AS OF 148 2008/00010 - Table of Contents.doc J L Liect: ;levation: ,ter Level: apth I Blows/ et) 6 inches A. M. ENGINEERING AND TESTING, INC. 590 N.W. TAERCANTILE PLACE, PORT ST. LUCIE, FLORIDA 34986 PT-InN a f777) 97A.'3i75 - FAX* !7721 o7d_i qRn Indian River County Department of Public Works 437543 ri Avenue, Unit 102 Vero Beach, Florida 32967 Wabasso Beach Park Restorations Indian River County, Florida +16 feet NGVD 15 feet 171---.....E-------- - 191- ----- -F------.. 76VIOT-00 SPT — 5 N27.763540 W80.397080 Layer: °ye ;� I Description 0 - M Light brown fine sand, trace shell fragments 1 2 ..Same 3 1 (...Same 4 1 (...Same 5 18V2.16 (Light yellowish brown fine sand, little to some shell fragments 6 1 (...Same 7 1 (...Same 8 1 (...Same End of boring at 16 feet D-1586) Project No.: Lab No.: Page: Date Drilled: Field Party: Drill Rig: PSL1935B I 1 of 1 1 -Oct -07 S.C./1.C./A.R CME -45 Laboratory Tests awa Passing I Moisture Organic A. M. ENGINEERING AND TESTING, INC. 590 N.W. MERCANTILE PLACE, PORT ST. LUCIE, FLORIDA 34986 ---��� ar+-r aa_raaava� as/►Ji a/Vi�i1\V C' Indian River County Department of Public Works 437543 rd Avenue, Unit 102 Vero Beach, Florida 32967 Project: Wabasso Beach Park Restorations Indian River County, Florida Elevation: +16 feet NGVD Water Level: Not able to be determined TEST LOCATION: SPT - 4 N27.76341 ° W809397050 Depth Blows/ N Sample Layer. (feet) 6 inches Value No. I Frnm/tn Description A 111- ----- -E-......_ 121 131 --•--- .F....._-- 3 5 •17 7 - 12 15 aaa23wal 16 5 17 3--8 - ------ 5 -------- 13 4 -- S - -----•- 2 5 3 5 6 - 5- --- -7 -- ------ 6 - ----- - - 13 6 9 -3- -4 - -- -7- 10 •-- 4---- -------- 111- ----- -E-......_ 121 131 --•--- .F....._-- 19 17 ---•--•- •30- 32 62 0 - 6'h ILight brown fine sand, trace shell fragments 1 ? i I...Same 3 I I...Same 4 16% - 23% Light yellowish brown fine sand, little shell fragments 5 1 I...Same 6 1 1 a. Same, some shell fragments 7 1 1 ...Same, some shell fragments Lab No.. Page: Date Drilled: Field Party: Drill Rig: 1 1 of 2 1 -Oct -07 S.CJI.CJA.Ri CME -45 Laboratory Tests Passing Moisture Organic No.200 I Content Content 13 1 4 •17 15 aaa23wal 16 ----- 17 mm -mm. 19 17 ---•--•- •30- 32 62 0 - 6'h ILight brown fine sand, trace shell fragments 1 ? i I...Same 3 I I...Same 4 16% - 23% Light yellowish brown fine sand, little shell fragments 5 1 I...Same 6 1 1 a. Same, some shell fragments 7 1 1 ...Same, some shell fragments Lab No.. Page: Date Drilled: Field Party: Drill Rig: 1 1 of 2 1 -Oct -07 S.CJI.CJA.Ri CME -45 Laboratory Tests Passing Moisture Organic No.200 I Content Content A. M. ENGINEERING AND TESTING, INC. 590 N.W. MERCANTILE PLACE, PORT ST. LUCIE, FLORIDA 34986 PHONE: (7721924-3575 - FAX (772) 924-3580 STANDARD PENETRATION TEST BORING (ASTM D4586 Indian River County Department of Public Works Project No.: PSL1935B 4375 43rd Avenue, Unit 102 Lab No.. 1 Vero Beach, Florida 32967 Page: 2 of 2 eject: Wabasso Beach Park Restorations Date Drilled: 1-0ct-07 Indian River County, Florida Field Party: S.CJI.C./A.R levation: +15 feet NGVD Drill Rig: CME -45 ater Level: Not able to be determined TEST LOCATION: SPT -2 N27.763110 W80.396960 Laboratory Tests tpth Blows/ N sample Layer. Passing Moisture Organic Ae ,__`� „_, -_ ,U— I c—.,. 1# Description Nn_ Inn a ftntwnt I Cnntnnt 20 _ 181A - 231/2 Light yellowish brown fine sand and shell fragments 23 lamamommm r 24 l8._- 231/2 - 281/2 Light gray very fine sand, trace shell fragments 2 4 ..---- 8 25 31 55 - ---- - -- r ?6 r 28 ---.. .---- E �g _--1 I _-_ .-•__.__ 281/2 - 38 Light gray fine sand, some shell fragments, trace 15 9 cemented sand pieces -- 30 1-9 34 -- - - - r _ 31 L32 ----------------- 33 --•-- --_•-- ! 34 --• 14--- ---..... 16 10 ...Same, lighter, less cemented sand 35 .20_ .36 _ 36 ---•- ---•-- 37 ----• ------ _' 38 - 40 Gray fine sand, some shell fragments — 39 --- �---- ----•- 6 11 rte- 9 15 End of boning at 40 feet A& n___a r__ ___ n .. r•........ n-............. nfP..hliw N/nuke _ Hrnhne,n a tbb Park ReslnralinnrS PSLI91 IBor A. Me ENGINEERING AND TESTING, INC. 590 N.W. MERCANTILE PLACE, PORT ST, LUCIE, FLORIDA 34986 PHONE: (772) 924-3575 - FAX: (772) 924-3580 Vero Beach, Florida 32967 Project: Wabasso Beach Park Restorations Indian River County, Florida Elevation: +15 feet NGVD Water Level: Not able to be determined TEST LOCATION: SPT -1 N27.7 Depth Blows/ N Sample Layer: 221------- 04amwwas.. .39702° Description 18!6 - 23%21Light yellowish brown fine sand and shell fragments 23 ----- ------ 74 ___46_._ Immammasm 8 23'/_ - 28%2 Light gray fine sand, trace shell fragments 25 .•_36--- --82.. -,c l- •------4--...... 271- .---. 281----------------- 29 .-. 1700 28% - 33'/2 Very light brown fine sand, some shell fragments .---- - 33 -- - 9 30 ..-40--- -- 73--- 311- .......l,..------ 321...------G-------- 33 34 ---20.... 33%2 - 38%2 Very light gray very fine sand, trace shell fragments ------• 10 21 35 ..-saw22--- --43--- 361• ------F---...-- 371•-----••-E-------- oval - ----- -F........ 39 5 38% - 40 Gray fine sand, some shell fragments, little silt 10 19 29 End of baring at 40 feet F: lRN! DatcVrtdion River County Deaartnrent ofPubGe il/orlr . W"hneen a--..,. D...r Lab No.: 1 Page: 2 of 2 Date Drilled: 27 -Sep -07 Field Party: S.C./7.CJA.R Drill Rig: CME45 Laboratory Tests Passing I Moisture I oreanic No. 200 1 Content I Content •,GtAY1 1 � �- t • d :rRy� 1 • •Si X73.! --J ,•`... �tJ.a'•.a3 `. +1.5.1 •t6.t, R .•y � as:�• ea: � •a -13.J •t3.t• -ts•t -1a5 -1i,9 •1S - L ae4 s. X1'18.. r 1 ,`\ \ [ , _4 , •� r6P -13.117 y- • -115 -tat -Ia.B •15� •r _ -133%-tYw f-ty%s7L ..'' -1S s t ''•.ate :;. : ;- - .: ... • . - . .,,a.,.T. ..J. .moi, •`..:,;ae= . -. r✓ • / -t27 :• i f � ; � ,._ f '^ � � •aI !: .' .:,•d- -tad •�•,Y :`.'s Z ;� L -t�~'� -1'3 -12 -72.6't_ -133 •la -14.6 -14.6 +:J_a '1�`x r►, % X AA a INDIAN RIVER COUNTY DEPARTMENT OF PUBLIC WORKS BORING LOCATION PLAN PROPOSED EVIPROVEMENTS TO Wabasso Beach Park l INDIAN RIVER COUNTY, FLORIDA L SPT -1 SPT -2 •co :Its, SPT -3 -FDFEP Pro jec DATE: OCTOBER 1, 2007 (" PROJECT N0: PSL1935B-1 A. M. ENGINEERING AND TESTING, INC. 590 N.W. MERCANTILE PLACE PORT ST. Lum, FLoRIDA 34986 TEL: (772)924-3575 FAx:(772)924-3580 :I 1 CRITERIA FOR AUGER (CAST -IN-PLACE) PILE INSTALLATION The Righting of the auger used to form the piles should have a constant diameter that achieves the specified cross-section, and should be continuous from the auger head to tip. The center hole of the auger through which the grout is pumped should have a diameter of at least 3 inches. The auger head used to drive the flighting should have a minimum static weight of 4,000 pounds. It should be powered by a drive unit with at least 150 horsepower and a minimum rated torque of 9,000 foot-pounds. The piling leads should be prevented from rotating by a stabilizing arm attached to the crane or by firm embedment of the pile leads in the surficial soils. A positive displacement pump capable of developing a displacement pressure greater that 350 psi should be used to transport the grout to the augered hole. The pump should be provided with a gauge for monitoring pressure and a digital counter for measuring total grout volume. Each pile should be angered and grouted in an uninterrupted sequence. Once the design penetration depth is reached, the auger should be withdrawn 0.5 to 1 foot while maintaining positive rotation. This position should be maintained until grout flow has reached the tip at which time the auger should be lowered into the bottom of the hole. The rate of grout mJ ection and auger withdrawal should be closely coordinated so that a positive gauge pressure is maintained at all times. A minimum head of 5 feet of grout should be provided above the auger tip during grouting. The auger should be raised with minimal rotation and with a continuous, steady rate of pull, which allows the required grout head to be maintained. The volume of grout per linear foot of pile should be at least 10 percent larger than that of the neat excavation. In no case should a pile with a grout volume less than the neat excavation volume be accepted. A sequence of pile installation should be used such that previously constructed, adjacent piles are not disturbed. We recommend that new piles not be installed within 6 diameters of freshly grouted piles until the grout in the existing piles has undergone initial. set and has been in place at least 6 hours. r A.M. Engineering and Testing, Inc. A. M. ENGINEERING AND TESTING, INC. ATTACHMENT A I. General Site Preparation The construction area should be stripped of all topsoil, surface vegetation, trees, roots, debris and other deleterious matter within and five feet beyond the perimeter of the proposed building and in all paved areas. Areas to receive fill should be likewise stripped. Any holes or voids from tree roots, abandoned septic tanks, etc. should be filled as indicated in Section IV. We recommend that a representative of A. M. Engineering and Testing, Inc. inspect the stripped site prior to placing fill. (This can be done while monitoring the proof4olling as recommended below.) The cleared areas should then be proof -rolled and compacted with a 10 -ton (minimum) vibratory roller operating at a "slow walk" speed. The vibratory compactor should make at least six overlapping passes over the entire cleared area, three passes in one direction and three more at a right angle to the first three passes. (When proof -rolling areas with adjacent or nearby structures, refer to Section II.) Proof4olling helps to detect any soft or loose zones and buried debris. If unstable areas are encountered, the project engineer or the geotechnical consultant should be advised, the matter investigated and the problem resolved. Because the initial proof - rolling is very critical, we recommend that a representative of A. M. Engineering and Testing, Inc. monitor the operation. After proof4olling, the cleared areas should be compacted until the upper two feet of soil aclueve a density of at least 95 percent of the modified Proctor maximum dry density (ASTM D 1557). The compaction should be checked with field density tests. II. Where Vibratory Equipment May Affect Adjacent Structures Where the project site is located adjacent to existing structures that may be damaged by the operation of heavy vibratory rollers, the required densification should be achieved with alternative equipment. Loaders, heavy plate compactors, and "jumping jack' type compactors have been used successfully. The densification procedure may need to be modified because of reduced capacity of the acceptable equipment. For example, since small plate compactors are generally effective only to a maximum depth of six to eight inches, thinner lifts will be required. III. Excavation and Backfilling Where excavation and backfilling are required, the soils should be removed to the specified depth. Soils that are suitable for use as fill should be stockpiled separately. The excavated surface should be compacted (as described in Section I) so that the upper two feet of the subgrade soil achieve a density of at least 95 percent of the modified Proctor maximum dry density (ASTM D 1557). The compaction should be checked with field density tests. The site should then be filled to grade in compacted lifts as indicated in Section IV. i A. M. ENGINEERING AND TESTING, INC. Geotechnical Exploration for Proposed Restrooms and Boardwalk Wabasso Beach Park, Indian River County, Florida Project No, PSL1935B-1 Entrance Ramp Pad and Footing After the project site has been prepared as outlined below, the entrance ramp can be supported on shallow spread footings. The footings can be proportioned using a maximum net soil bearing pressure of 2,500 pounds per square foot (psf). Although computed footing dimensions may be less, we recommend minimum widths of 18 inches for strip footings and 24 inches for square footings. The bottom of the footings should bear at least 18 inches below the adjacent exterior grade. Site Preparation Recommendations — Entrance Pad and Footing The entrance ramp bottom of footings and pads should be compacted in accordance with the general site preparation procedures in Attachment A, except that only the upper foot of soil needs to be compacted to at least 95 percent of the modified Proctor maximum dry density (ASTM D1557). The fill for the foundation pads should comply with the indications in Section IV of Attachment A. CLOSURE This report is for the exclusive use of Indian River County Department of Public Works and the designers of the previously described project, and may only be applied to this specific project. The right to rely on this report may not be assigned without written permission of A. M. Engineering and Testing, Inc. This report has been prepared in accordance with generally accepted geotechnical engineering practices in the State of Florida. No other warranty, expressed or implied, is made. We do not guarantee performance in any respect, only that our work meets normal standards of professional care. Our recommendations are based on the project information furnished to us, the results of our field explorations and our past experience. They do not reflect variations in subsurface conditions that may exist between our borings and in unexplored areas of the site. The nature and extent of such variations may not become evident until further explorations are made or construction is underway. Should such variations be observed, we recommend that A. M. Engineering and Testing, Inc. be requested to observe the actual site conditions and re-evaluate our recommendations, if necessary. 5 A. M. ENGINEERING AND TESTING, INC. Geotechnical Exploration for Proposed Restrooms and Boardwalk Wabasso Beach Park, Indian River County, Florida Project No. PSL1935B-1 FOUNDATION RECOMMENDATIONS — RESTROOM STRUCTURES Based on sheet A4.10 prepared by Donadio & Associates, Architects P.A. (dated September 13, 2007 for DEP Permit), the restrooms will be supported on 16 inch diameter augercast piles with a pile top elevation (bottom of lowest structural member) of +16 feet NGVD, minimum pile tip elevation of 49 feet NGVD, and a design scour elevation of +3 feet NGVD. The restrooms will have a finished floor elevation of +18 feet NGVD. Since the 100 -year storm erosion elevation is at +3.0 NGVD, a loss of soil support in the upper 13 feet was included in compressive, tensile, and lateral pile capacity analyses. Sixteen inch diameter augercast piles installed with a minimum tip elevation of -19 feet NGVD may be designed for a maximum 25 ton allowable compressive capacity and 15 ton uplift capacity. Lateral loads can be transmitted to the vertical piles up to the values shown on Table 1. We assume that the piles will have a minimum of one percent steel reinforcement for the calculations. The lateral capacity, pile top deflection, maximum moment, and point of fixity were calculated using the commercially available L -pile 4.0 software assuming a free -head condition. Additional lateral capacity may be attained by utilizing inclined piles. Table 1: Lateral Capacities for 16 -inch Diameter Augereast Piles Pile Pile Top Design Lateral Estimated Maximum Elevation Elevation Diameter Elevation Minimum Load Deflection Moment of Max of Point Pile Tip At Top of Moment of Fixity Elevation Pile (inches) (NGVD) (tons) (inches) (in4dps) (NGVD) (NGVD) (NGVD) 16 1 +15 1 49 1 0.8 1 14 1 275 1 +0 1 43 The pile tips should be socketed at least two feet into dense soil. The piles should be installed with minimum center -to -center spacings of at least 3 times the pile diameter, D. For structures east of the CCCL, pile center -to -center spacings of 8D might be required. Augercast piles should be reinforced over their entire length for tension capacity. The reinforcement shall be as designed by the Structural Engineer. Centralizers should be installed at the toe of the pile, and at a minimum vertical spacing of 15 feet along the cage. We recommend a minimum grout strength of 5,000 psi at 28 days. The type of specimens (2 -inch cubes or 3 x'6 cylinders) used for compressive strength testing shall be the type used for mix design. The frequency of molding specimens shall be at least one (1) set of six (6) compressive strength specimens per day, but not less than one (1) set for every 50 cubic yards placed in a day. The grout may be held in the mixer for a period not to exceed 120 minutes unless approved by the Geotechnical Engineer's representative in the field. 3 Indian River County Purchasing Division 180027 th Street Vero Beach, FL 32960 Phone (772) 567=8000 Fax (772) 770-5140 Ext, 1416 Date: Project Name: Bid Number: Bid Opening Date: ADDENDUM NO, 1 February 29, 2008 Wabasso Beach Park Restoration 2008032 March 26, 2008 at 2:00 pm This Addendum is issued for the purpose of revising the bid due date. ***************This Addendum MUST be returned with your Bid*************** All Bids must be received -by the Purchasing Division office located at 1800 27t' Street, Vero Beach, FL 32960, prior to the Date and Time shown above. Late bids will be returned unopened. Company Name Name: r J Authorized Signature: Telephone: 'uhllc Work$\Clifi SutharMWabasso Beach Park1A Constructlon Bid DocumentsOd Documents as of 2a&200$�Ad AOC dendum #1 & #2lgddendum L toti0 t+dCxH 44m looza nn as �C: H�OW �r rf CT Petro lI; Cl �Ing rt < to O 1% r VM m N - too e ca y('� i�H Dm HH OG w0 HIC r NMd b op Mae of m oo ff � K a H < a w in m n ty IVpu onn z qo C69 0 tie H ca OH x� c� W H Kb x ro H "d cl til til to xta to H HO 90 to r o� d� H 0 x Q V r 0 M 0 m r+ Cl Cl N w N W4 Dow W m O anO X rg OCEAN GATE GENFRAL. CONTRACTORS I CORPORATION DOCUMENT 1 1 2007-2008 MARTIN COUNTY ORIGINAL BUSINESS TAX RECEIPT Larry C. O'Steen, Tax CoNeetor, P.O. Box 9019, Stuart, FL 94995 (rn) 2IR14 04 CHARACTER COUNTS IN MARTIN COUNTY 'v YR. S • 0 0 LIC. FEE s _ 000 PENALTY s s 000 coI_ FEE : It . 0 0 TRANSFER $ 26.25 7O TTOiATAAL� 1 �5_pgp 6MEFEBY�KEpIiAI� CONlRApR K OF G NB AT LOCATION LISTED FOR THE PERIOD BEGINNING ON THE LICENSE 2007-513-0477 CERCGC 062639 PHONE (772) 283-6744 SIC NO LOCATION: 2854 SE FEDERAL HWY STu 09 AUGUST DAY OF 201 o e - 11 2006 50798.0001 DAVID RAL CONTRACTORS, INC HIGHWAY 6 26.25 THIS FORM BECOMES A RECEIPT ONLY WHEN VALIDATED BY RECEIPTING MACHINE. ANYONE DOING BUSINESS WITHOUT A VALID OCCUPATIONAL LICENSE IS SUBJECT OF A. $250 FINE. PENALTY 10% FOR MONTH OF OCTOBER, 5% ADDITIONAL EACH MONTH THEREAFTER UP TO 25% PLUS COLLECTION COSTS. NOTE — A PENALTY IS IMPOSED FOR FAILURE TO KEEP THIS LICENSE EXHIBITED CONSPICUOUSLY AT YOUR ESTABLISHMENT OR PLACE OF BUSINESS. Palm Beach County - Planning, Zoning & Building Contractor's Information & Status Certification Number CGCO62339 Status Contractor MARK D MACDONALD Company Name OCEAN GATE GENERAL CONTRACTORS INC Address 2864 SE FEDERAL HWY STUART, FL 34994 Phone (772) 2835744 Expiration Date 08!3112008 Active Insurance Date 07/0312007 Aotive Bond Date Worker's Comp Date 01/01/2007 Active Class of Business GENERAL Active http://vNww.pbcgov.comlpzb contractorj?ZB_Contractor Detall.asp?certification=CGCO... 10/18/2006 N N ti m O M � C! Re N er O� m Z Q aD . lo w g cr Z N � cr U J C7 OL Z m w 0 J J F'- O Lti m Q N s a � U � _ O M) 0 O 1/1 'd t199'ON A Ld eD N W to M M � C! O� 0 aD � m p •"vwr"N W>.5W wt LL UWiZn�Oz°o m mm -m °a► - F -coca A m N S. 0 0 oa M% low 0Q 0 z W M z W W C W > q ( C9 �o0 Z�IrW ui .J U a m N U) in 1.4 IU, LL 2 v m d' O Q J O V (� z. a y 2 0 O 0 L) H Go 0 < Q o� 0 1 11 qt C W w0UJ 0� 0 ¢"LL Q Y U UdLO Or�Nco v Q CERTIFICATE OF LIABILITY INSURANCE D%TEi%z ) 3roduoer THIS CERTIFICATE IS ISSUED AS A MATTER OF Providence Property & Casuelty INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE 8000 WanenParfcway, Bldg. 3, Ste 300 CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT Frisco, TX 75034 AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY INSURERS AFFORDING COVERAGE NAIC 8 INSURER A: Providence Property and Casuaev I ..-14 Lig11 ANY REQUIREMENT TERM OR CONDITION CF ANY ""`� "' 'nc IMUNCU NAMGD ABOVE FOR THE POLICY PERIOD INDICATED, NOTVNTHSTANDING OR MAY PERTAIN THE INSURANCE AFFORDED BY 7W POUCIEESS DESCRIBEDHET OR ERRE N IS SU9,IECTT0 ALL THE TERMS, DOCUMENT WTH RESPECT TO EXCLUSIONS AND CH THIS FlCONDITIONS OF SUCCATE moky BE H POLICIES. AGGREGATE UMTS SHOWN MAY HAVE BEEN REDUCED BY PAID CLADM. L�7 UASHM ANY ALIT UA UITY OCCUR ❑ CLAIMS MADE mow - 891-061 .v ^i. Ocean G81e General Contractors, Inc 2854 SE Federal Hwy Stuart, FL 34996 GTE COMBINED (E+ 0 KTLE OMIT $ smLY INURy (Per ps w) $ BODILY rNARry (P.r rmlptrtJ s PROPERTY DAMAGE MrTOON.Y-EAACCID9n S OTHER THAN FA ACC AUTO ONLY Na = AGGREGATE I S s T/Dt/07 v0i/08rEL I -EA aAPLO#8E3 ISEASE-POLICY UM 2,000,DDD THE EXPIRATIONDATE THEREpF -i�i ISSUING INSURER WALL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR UABIUTY OF ANY IOND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. VA r ARTICLE VIII NAMES AND ADDRESSES OF INITIAL DIRECTORS The names and addresses of the persons who shall serve as Directors until the first annual meeting of shareholders, or until successors shall have been elected and qualified, are as follows: Mark MacDonald 2001 SE Airport Road Stuart, Florida 34996 ARTICLE IX INCORPORATOR The name and address of the initial incorporators are as follows: Mark MacDonald 2001 SE Airport Road Stuart, Florida 34996 ARTICLE X AMENDMENT OF ARTICLES OF INCORPORATION These Articles of Incorporation may be amended in the manner provided by law. Every proposed amendment shall be approved by the Board of Directors, proposed by them to the. Stockholders, and approved at a Stockholder's meeting by a majority of the stock entitled to vote thereon, unless all the Directors and all the Stockholders sign a written statement manifesting their intention that a certain of these Articles of Incorporation be made. ARTICLE XI BYLAWS The Bylaws of the Corporation shall be made, altered or rescinded by a three-fourths (3/4) majority vote of the Directors of the corporation.