SLED Opportunity · FLORIDA · SARASOTA COUNTY
AI Summary
Sarasota County seeks a contractor for the Alligator Creek Stream Restoration project involving canal bank grading, excavation, dewatering, drainage installation, utility relocations, landscaping, and aquatic plantings under a construction contract.
Invitation For Bids-Construction
The County intends to select a contractor for a stream restoration project that includes canal bank grading, excavation, dewatering, installation of drainage structures,
pipes, utility relocations, landscaping and aquatic plantings.
The County anticipates to execute a Construction Contract to run the duration of the Project.
Refer to the Solicitation Documents and Attachments section for minimum qualifications, scope/specifications, and insurance requirements.
Please see attached Addendum 1 and use the See What Changed link to view all the changes made by this addendum.
Question Submission Deadline Changed to Friday, April 3, 2026 at 5 PM EST. Please use the See What Changed link to view.
Please see Attachment H - STREAM FLOW DIAGRAM_ADDENDUM 3 and use the See What Changed link to view all the changes made by this addendum.
Please see attached Addendum 4 and use the See What Changed link to view all the changes made by this addendum.
Line Item 1050-18-004 added to Pricing Table. Please use the See What Changed link to view.
Qualifications of the Proposer and individual experience of key personnel and proposed subconsultants.
Proposer’s past experience providing the requested services.
Proposed approach to providing the requested services.
Overall value provided to the County. Compensation will be scored individually by each member of the evaluation committee.
Compensation will not be scored by the evaluation committee. Points will be calculated by procurement based on the formula provided in the solicitation.
Only proposers who submit a Local and American Business Certification Form with their proposal will be considered for local and American business preference points.
Only proposers who submit a Local and American Business Certification Form with their proposal will be considered for local and American business preference points.
Qualifications and experience of key personnel, including subconsultants.
Qualifications and experience of key personnel.
Relevant experience of Proposer and subconsultants with projects that indicate proficiency in similar work.
Relevant experience of Proposer with projects that indicate proficiency in similar work.
Proposed approach to providing the required services including, proposer’s ability to meet time and budget requirements, anticipated impacts of a proposer’s current and projected workload on the project, organizational structure, and proposed project schedule.
Ten points will be awarded based on the location of the Proposer’s office. For the purposes of this section, “local” shall be defined as having a staffed office located within Sarasota, Charlotte, or Manatee County that has been in operation for one or more years. When calculating location points, the County will only consider information provided on the Proposer Information Form that is submitted with the proposal.
Proposers will receive 1 point for each project submitted on the Summary of Professional Experience & Capabilities Form that meets all of the following criteria. A maximum of 5 points is available for this criterion:
Proposers who submit proof of their certified minority business enterprise status as defined by the Florida Small and Minority Business Assistance Act, will be awarded 5 points.
All bidders are required to complete the Vendor Information Form. Bidders who fail to upload a completed Vendor Information Form with their submittal may be found non-responsive
All Proposers are required to complete the Proposer Information Form. Proposers who fail to upload a completed Proposer Information Form with their submittal may be found non-responsive.
All bidders are required to complete the Construction Bidder Information Form. Bidders who fail to upload a completed Construction Bidder Information Form with their submittal may be found non-responsive.
If a bidder is meeting qualifications through demonstrated experience, they must complete the provided Contractor Qualification Form(s). Bidders who fail to upload completed Contractor Qualification Form(s) with their submittal may be found non-responsive.
Proposers are required to upload their written proposal as a single document. File must be uploaded in a format that is compatible and easily read (pdf, doc, docx, etc.)
The written proposal should include the following Sections. Proposers are responsible for reviewing the Part I of the Solicitation Documents attached to this RFP for specific requirements for each section of the Written Proposal.
If Bidder is meeting qualifications by being FDOT prequalified, they must complete the provided FDOT Prequalification Form. Bidders who fail to upload a completed FDOT Prequalification Form with their submittal may be found non-responsive.
If a Bidder is meeting qualifications by being FDOT prequalified, they must provide evidence of FDOT precertification for each required work class. Acceptable documents include (1) FDOT Pre-qualification Letter or (2) FDOT Certificate of Qualification. Bidders who fail to upload required documentation may be found non-responsive.
All bidders are required to provide a copy of the required Bid Bond. Bidders who fail to upload a copy of their Bid Bond with their submittal may be found non-responsive.
Upon notification by the County, the apparent low bidder will be required to deliver the original Bid Bond (or cashier’s check) to the County within 5 business days.
Bidders must use the Reference Form provided to submit references meeting the requirements specified in the solicitation. Only references provided using this form will be used to verify qualifications have been met. Bidders who fail to complete and upload the provided reference form with their submittal may be found non-responsive.
License requirements are specified in the solicitation. Bidders must submit proof of all required licenses with their submittal. License(s) must be active at time of bid opening.
Certification requirements are specified in the solicitation. Bidders must submit proof of required certifications with their submittal. Certifications must be achieved prior to bid opening. Bidders who fail to submit proof of required certifications may be found non- responsive.
Bidders submitting as a joint venture or partnership must complete the Joint Venture Form. Bidders who do not complete the Joint Venture Form and upload required documentation will not be considered as a Joint Venture. Submittal of this form is optional.
All responses submitted to Sarasota County are subject to the requirements of Florida Public Record laws. Bidders claiming an exemption from public records under Florida public records law must complete and upload the Public Records Disclosure form and all required documentation with their submittal. Submittal of this form is optional.
This solicitation includes additional requirements due to grant funding. By clicking Confirm, Bidder acknowledges receipt of those documents and confirms they will comply with any grant requirements Confirm that you have receive the grant documents and will comply if awarded the solicitation.
This solicitation includes additional requirements due to grant funding. Bidder must download and complete the required grant forms. Bidders who fail to upload the completed grant forms with their submittal may be found non-responsive.
This solicitation includes additional requirements due to grant funding. Bidder must download and complete the required grant forms. Bidders who fail to upload the completed grant forms with their submittal may be found non-responsive.
This solicitation includes additional requirements due to grant funding. Bidder must download and complete the required grant forms. Bidders who fail to upload the completed grant forms with their submittal may be found non-responsive.
Please download the below documents, complete, and upload. Bidders who fail to submit a completed Fee Proposal may be found non- responsive.
Please upload the certification if it applies. Submittal of this form is optional.
All bidders are required to download and complete the Statement of Compliance with the Florida Trench Safety Act. Bidders who fail to upload a completed copy of this form with their submittal may be found non- responsive.
Proposers are required to upload their written proposal as a single document. File must be uploaded in a format that is compatible and easily read (pdf, doc, docx, etc.)
The written proposal should include the following sections. Proposers are responsible for reviewing Part I of the Solicitation Documents attached to this RPS for specific requirements for each section of the Written Proposal.
Proposers must download the Summary of Professional Experience & Capabilities Form and upload the completed form with their submittal. Proposers who fail to provide a completed Summary of Professional Experience & Capabilities form with their submittal may be found non-responsive.
Proposers must download the Current & Projected Workload Form and upload the completed form with their submittal. Proposers who fail to provide a completed Current & Projected Workload Form with their submittal may be found non-responsive.
Bidders submitting as a Certified Business Entity must complete the State of Florida Certified Business Entity Form Form. Bidders who do not complete the FL CBE Form and upload required documentation will not be considered as a FL CBE. Submittal of this form is optional.
Sworn Statement under Section 287.133(3)(a), Florida Statutes, on Public Entity Crimes. By answering "yes" to the statements below, vendor agrees to provide additional documentation upon request by the County. Vendors responding "no" may be deemed non-responsible.
*By responding "yes", vendor attests that neither the vendor, nor any officer, director, executive, partner, shareholder, employee, member or agent who is active in the management of the vendor nor any affiliate of the vendor has been convicted of a public entity crime subsequent to July 1, 1989.
All Respondents are required to download and complete the Foreign Country of Concern Attestation Form (PUR 1355). Respondents who fail to upload a completed Foreign Country of Concern Attestation Form (PUR 1355) with their submittal may be found non-responsive.
This attestation is required pursuant to Section 287.138 (4)(a), Florida Statutes which states:
(4)(a) Beginning January 1, 2024, a governmental entity may not accept a bid on, a proposal for, or a reply to, or enter into, a contract with an entity which would grant the entity access to an individual’s personal identifying information unless the entity provides the governmental entity with an affidavit signed by an officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in paragraphs (2)(a)-(c).
Respondent acknowledges that selected respondent(s) shall be required to submit a Common Carrier or Contracted Carrier Attestation Form (PUR 1808) prior to contract execution. The attestation form will be provided by the County.
This attestation is required pursuant to Section 908.111 (3), Florida Statutes, which states:
(3) A contract between a governmental entity and a common carrier or contracted carrier which is executed, amended, or renewed on or after October 1, 2022, including a grant agreement or economic incentive program payment agreement, must include:
Respondent acknowledges that selected respondent(s) shall be required to submit a Human Trafficking Attestation form prior to contract execution. The attestation form will be provided by the County.
This attestation is required pursuant to Section 787.06 (13), Florida Statutes, which states:
(13) When a contract is executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services as defined in this section. For purposes of this subsection, the term "governmental entity" has the same meaning as in s. 287.138(1).
Select the solicitation method for this project.
Select all that apply
Would you like to have bidders respond to an electronic pricing table through OpenGov?
OpenGov Pricing Table should be the default for price based solicitations. Only use an excel spreadsheet when it is not possible to create an pricing table in OpenGov.
If you are NOT using the Electronic Pricing Table option, will you want your bidder to separate a Price Proposal from the rest of their Response? You'll want to do this if you open your bids initially WITHOUT showing price, and then come back in after a technical evaluation to unseal pricing later.
Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?
Will the awarded vendor have access to an individual's personal identifying information per 287.138 FS?
Does the project involve the transportation or delivery of goods or passengers by common carrier?
Q (No subject): Can you provide the budget for this project please?
A: $19,697,042.00
Q (No subject): What is the Engineers estimate?
A: $19,697,042.00
Q (Number of Days): What will be the number of days from Notice to Proceed to Substantial Completion on this project?
A: Please see Part I, Section 15.2(b) of the Project Documents.
Q (No subject): Is it possible to get CAD drawings?
A: CAD drawings are not required to bid the project. Please see the plan sheets that are provided in Open Gov - Project Documents - Attachment F.
Q (Start Date): When will this project start?
A: Please see Part I, Section 15.2(a) of the Project Documents.
Q (No subject): Is there any post construction maintenance period?
A: Yes, please see Attachment D - Specifications Package T-1600-Landscape Plantings, Section 1.9 Warranty.
Q (Pay Item 110-9-2 Exotic/Nuisance Species Eradication): This is a large area (202 Acres) will it be treated in place for all exotic/nuisance species within the 202 acres? Some woody exotic species may need a follow up treatment is that included under this pay item?
A: See Addendum No 1 Revised Specifications -Supplemental Specification Section 110-3.6 and Plan Sheets 115 to 159 for updated limits of exotic species eradication.
Q (Exotic/Invasive Species Eradication): On plan sheets 155 - 159 under the Notes Box more specifically Note 3. Exotic/Invasive Species eradication to be performed on all County property within project boundary. Can you identify those specific areas on the plans?
A: See Addendum No 1 Revised Specifications - Supplemental Specification Section 110-3.6 and Plan Sheets 115 to 159 for updated limits of exotic species eradication.
Q (Gopher Tortoise Burrows - sheet 3): Bid item 60 calls out 10 locations for gopher tortoise burrows. Where are the locations of the burrows?
A: The Gopher Tortoise Burrows locations are to be determined by a preconstruction survey.
Q (Dirt): What is to be down with the excess dirt?
A: Excess dirt can be hauled offsite. Please see Attachment D – Specifications Package, Permits Section Water Navigation Control Authority (WNCA), stipulation #9 (Pg. 193) for further detail.
Q (No subject): Our company specializes in stream restoration, including rock walls, toe wood, J-hooks, wetland creation, step pools, and more. Do any other DBPR/CILB licenses fulfill the licensing requirement other than General Contractor's License?
A: No. Please see Part I, Section 3.4(a) of the Project Documents.
Q (Riffle material): There are numerous riffles throughout the project that are not related to the geo bags or step pools, what are these constructed with? Also, there is not a pay item for these. Are the incidental to stream excavation?
A: The riffles outside of the step pools and geobag riffles are not a separate pay item. They shall be paid under Item T1100-2. Riffles in the stream bottom do not require rock. They shall be constructed by matching the proposed grades shown in the contract drawings/plans.
Q (General): Can a project submitted for contractor/subcontractor qualification be a current project? Or do the projects submitted have to be completed projects? Please clarify directly and advise.
A: They must be completed projects. Please see Part I, Section 3.4(b) - 3.4(c) of the Project Documents.
Q (No subject): Is the step pool rock tonnage part of the rip rap totals?
A: No. Step pools are paid under Item T1100-6. Please reference Plan Sheet 151 for step pool quantities.
Q (toe wood, cross vanes, j-hooks): Will all the instream structures (j-hooks, crossvanes, and toewood) be constructed from on-site clearing debris or do we need to import wood?
A: Please see Section T1700-2.1. Additional material may need to be imported on-site in accordance with Section T1700.
Q (163 thorugh 167, Plans and Technical Specification T1050 Utility Pipe): Plan sheets 163 through 167 indicate all proposed PVC pipe material to be SDR 14. Technical Specification T1050-2.1 Utility Pipe indicates PVC to be SDR 18. Governing order from the General Provisions lists technical specifications override the plans. Could you please confirm that the technical specifications listing PVC SDR 18 for the intended scope of utility pipe work overrides the plans listing of SDR 14 from the plans? In short, SDR 18 is to be used over SDR 14, correct? Please clarify and advise.
A: 8 inch and 10 inch pipe material shall be C900-DR14, and 14 inch and 16 inch pipe material shall be C905-DR18.
Q (T1060 Utility Structure Technical Specifications vs. Schedule of Values): Technical Specification T1060 appears to be geared for a sanitary application. However, the project appears to have only one manhole as part of the construction scope for a storm water application, not sanitary per Section T1060. Likewise, the Schedule of Values, pay item 1060-1 Type "8" Manhole Round-Manhole, Type "8," with the proposed quantity of 1 EA, appears to be associated with storm structure S-14 (see plan sheet 90). Could you please confirm that the county does want to apply a sanitary manhole specification, T1060, which requires factory applied polymer coating both inside and out, as well as other sanitary requirements, to a storm manhole? Please clarify and advise.
A: Technical Specification T1060 is relevant to several utility sections and is separate from S-14. S-14 shall rely on FDOT Specifications for the construction.
Q (No subject): Can we do hydroseeding in lieu of sodding?
A: Please refer to specification 981-5-7. Any hydroseeding will be incidental to on-site plantings.
Q (No subject): What are the specifications of Cobbles and Boulders? Can we use Lime Stone?
A: Please refer to Technical Specification T1100. Limestone is an acceptable material.
Q (No subject): It looks like so many utility lines pass through the construction area. How deep are they?
A: Utility lines with known depths are shown on the plans. If utility lines do not specify depths, the contractor shall assume depths are unknown.
Q (No subject): We do not see any construction access road along the stream. Can we use existing trail as a construction access? Also do we need to install any temporary bridges along the stream crossings?
A: The construction boundary is designated on the plans. Contractor shall determine means and methods for site access within the boundary. There is no requirement to install temporary bridges. The use of temporary bridges is considered means and methods. The design of the bridges is subject to County approval.
Q (No subject): What type of restoration required after the removal of existing trail?
A: The temporary trail detail is provided on Sheet 4 of the plans.
Q (No subject): As per bid item T1200-1, we have to submit bypass system design plan. What is the expected stream floor under normal rain?
A: See Attachment H - Stream Flow Diagram_Addendum 3.
Q (No subject): Can we using regular heavy trucks on site to haul off? Or do we have to use low-ground-pressure rubber tracked vehicles?
A: The type of trucks to be used are part of the contractor’s means and methods. There is no requirement for low-ground pressure rubber tracked vehicles.
Q (No subject): Can we use onsite wood chips for soil mixes?
A: Onsite wood chips may be allowed as long as the wood chips are compliant with the requirements for wood chips stated in T1500.
Q (No subject): Do you need any tree protection fences or trunk protections for the trees to be protected?
A: Please refer to Sheet 153 for Sarasota County’s Best Management Practices for trees description.
Q (No subject): Do we have enough onsite root wads to complete the project?
A: Unknown. There has not be an inventory on the number of root wads that are anticipated to be produced during site operations.
Q (No subject): Some of the construction area named as a "FISH REARING LAGOONS". How can we protect the fish during construction?
A: This term represents the name for the location under the proposed conditions, not during construction.
Q (zoom link ?): where is the zoom link
A: Zoom links are available on the County Calendar.
Q (Line item pricing for Seed & Sod ): How is Sod & Seeding paid
A: Payment for seeding and sodding is covered under Specification 981-5-3.
Q (No subject): Please provide soil preparation specifications for disturbed area.
A: Soil preparation is stated in Specification 981-5-3.
Q (No subject): We can see some turbidity curtains have to install across the stream whare we have to do grading. If we are providing coffer dams and a clean water bypass pumping, do we still need any turbidity curtains across the stream?
A: In the situation described in this question, turbidity curtains would not be required.
Q (No subject): Drawing says, Broadwalks and bridges are not included in the contract. do we have any other access to get the material with out providing temporary bridges for the stream crossings?
A: This note from the drawings is referring to the boardwalks and bridges associated with the trail along Alligator Creek, shown on Sheets 64 to 87.
Q (No subject): FEMA Flood Elevations on Sheet 172 helps us to calculate the height of the Coffer Dams. But without having flow rate we are unable to decide the pumping rate of the bypass pumps. Please provide us the flow rates during a normal rainy season.
A: See Attachment H - Stream Flow Diagram_Addendum 3.
Q (No subject): We understand that the local lime rock material are acceptable for Rock Step Pool Construction,. What is the Minimum and maximum densities of acceptable lime rock? Also what are the acceptable maximum and minimum sizes of Bedding Stones, Boulders, and Cobble stones?
A: Material gradations are provided in T1100-3. Bedding stone types are outlined in Specification 530-2.14.
Q (No subject): Are there any hydroseeding, seeding, mulching, top dressing, or fertilizer application for the un disturbed areas within the LOD?
A: Any hydroseeding will be incidental to on-site plantings.
Q (No subject): Is the given budget only for restoration work on the plans? or including bridges and boardwalks too?
A: The given budget is only for the stream restoration work. The bridges and boardwalks are expected to be future project(s).
Q (No subject): Can we burn woody material onsite?
A: Refer to General Provisions, Section 7, 7-1.1, Section 7-2.4 , Section 7-20 and Specifications Packet, Supplemental Specifications Section 110- Clearing and Grubbing.
Q (FDOT Prequalifcation): Is the Sarasota FDOT Prequalification form separate than a FDOT prequalification form?
A: Yes. Please see Open Gov Item 4. Vendor Questionnaire.
Q (No subject): Geobag Frffle - the specification specified two Geobag fill materials, 1. Bold and Gold Expanded Clay Tire (ECT) Filtration Media Fill, 2. Sand/Wood Chip Mix Fill What is the correct Geobag fill to be used? Can we use a mixture of onsite wood chips and sand mix for this purpose?
A: Specifications T1800-3.2F and T1800-3.2G state the type of material that belongs in each geobag riffle.
Q (No subject): What is the starting date of the project?
A: The anticipated award date of the contract is July 07, 2026.
Q (No subject): Do you need us to install rebar pins for wood habitat too? - Sheet #146
A: Specifications T1700-2.9 and T1700-3.5 state when rebar is and is not required.
Q (No subject): Do we need any prior permission for site visit?
A: This project encompasses approximately 193 acres and includes private and public areas that may contain wildlife. There is no specific permission needed for the public portions of land that are part of the project area, but It is advised that the plans be reviewed before embarking upon a site visit to ensure locations of private properties are respected.
Q (No subject): We have to use heavy trucks to import and export material for this project. Are you expecting us to provide any wood mulch or wood mats along the access roads?
A: Heavy trucks may be used. Please refer to Section 110-1.
Q (No subject): Looks like the Allegator Creek starting from the reservoir at the east side end. Do we have to expect any continues outflow from the reservoir during the construction?
A: Please refer to T1400-3.2.
Q (No subject): Can we send our previous experiences to the county for prior evaluation, to find out the eligibility to bid?
A: No
Q (Dewatering): Will sub-surface dewatering be necessary for this project? For the surface dewatering, can the adjacent retention ponds be used for filtration of discharge?
A: Please refer to Specification T1200. Contractor to be responsible for dewatering regardless of surface or subsurface. Adjacent ponds may not be used for filtration.
Q (No subject): Can we get the list of Prebid meeting attendees?
A: See Official Notice #1: Pre-Bid Meeting Sign-In Sheet.
Q (Pre bid): Is there a list of online attendees?
A: See Official Notice #2: Pre-Bid Meeting ZOOM Online Attendees
Q (No subject): This project has 630 day duration. Also we have to Cut and haul 122906 cubic yards of earth. But you allocate only 50 hours of traffic control for this whole project period. Is this correct?
A: 50 hours is meant to provide MOT (Maintenance of Traffic) for staging areas for the construction entrance installation. Contractor to determine means and methods for cut removal.
Q (No subject): Bid Item T1100-1 EARTHWORK - CUT & HAUL - Is this item for cut and haul offsite for disposal?
A: Yes, that is correct.
Q (No subject): Please define wetlands and adjacent upland habitats as it applies to Sarasota guidelines?
A: All wetland and upland features within the project area are defined within the existing and proposed land use figures as shown on Sheets 7 through 13.
Q (Schedule of Values and Section T1500): Pay Item T1500-1 Vegetated Reinforced Soil Slope (VRSS)lists "SYF" as a unit. The specifications under section T1500-3.4 Measurement and Payment states "square yard foot." Is this a mistake on both the schedule of values and in the cited specification? If this is not a mistake, what is a "square yard foot?" How is this unit "SYF" to be measured in the field, quantified, and agreed upon? Answering this question by referencing of the plans and/or by specification sections, does not answer the question posed. Please clarify and advise.
A: Square yard represents the area of sloped face of VRSS (Vegetated Reinforced Soil Slope) installation while the vertical height of the slope is referenced in feet, resulting in a measurement of SYF for VRSS installation. A more gradual slope will result in more material than a steeper slope. VRSS will be installed per SYF along creek stationing.
Q (Specification 102-1): Pay item 102-1 Maintenance of Traffic is not listed in the project specifications for method of measurement. Deferring to FDOT specification 102-1 for Maintenance of Traffic, the specifications states that measurement and payment is based on lump sum. The schedule of values indicates 50 DAYS for Maintenance of Traffic. As the FDOT deferred specification for maintenance of traffic does not correspond with the 50 DAYS provided in the schedule of values, and payment is specified as lump sum, how will the contractor be paid for maintenance of traffic should it be necessary to exceed the 50 days listed in the schedule of values? Please clarify and advise.
A: 50 days of MOT (Maintenance of Traffic) is provided for installation of the construction entrances to the staging areas. Once staging areas are established, it is not anticipated the MOT will be required for daily operations.
Q (Project Specification & pay item 102-99 and FDOT Specification 102-11.14): Pay item 102-99 Portable Changeable Message Sign, Temporary is not listed in the project specifications for method of measurement. Deferring to FDOT specification 102-11.14 for Portable Changeable Message Signs, the specifications states…"The quantity to be paid at the contract price will be for the number of PCMSs or truck mounted changeable message signs certified as installed/used on the project on any calendar day or portion thereof within the contract time." The pay item unit of measure on the schedule of values is "ED," with a total of 720 ED (each day) given on the schedule of values. This would equate to 1 unit per day for the duration of the contract. As payment is determined by the number of "certified" units, how many units are proposed with the 720 ED (each day) given on this project? Are we limited to 720 ED should more days and units be necessary? Please clarify and advise.
A: See Addendum #4, Revised Pricing Table as item 102-99 was revised.
Q (Project Specification 110-12.8 and FDOT Specification 110-11.14): Pay item 110-4-10 REMOVAL OF EXISTING CONCRETE - CAP ROCK/PAVED TRAIL/SIDEWALK/CONCRETE is listed as pay item in the schedule of values and is referenced in the project specifications section 110. The schedule of values for pay item 110-4-10 is listed as 2,910 SY. However, project specification 110-12.8 lists Item No 110-4-1 Removal of Existing Concrete as lump sum. Additionally, FDOT specification 110-4-10 for Removal of Existing Concrete, the specifications states…"The quantity to be paid for will be for the number of square yards of existing concrete elements, acceptably removed and disposed of, as specified. The quantity will be determined by actual measurement along the surface before removal." There is a contradiction between the governing project specification with the SOV and FDOT specification cited. Is the contractor being paid by measurement in the field? Please clarify and advise.
A: Pay Item 110-4-10 shall be paid by square yard based on actual measurement along the surface before removal.
Q (Project Specification 110-12.8 and FDOT Specification 110-11.14): Referencing back to the previous RFI, pay item 110-4-10 REMOVAL OF EXISTING CONCRETE - CAP ROCK/PAVED TRAIL/SIDEWALK/CONCRETE is listed as pay item in the schedule of values and is referenced in the project specifications section 110. The schedule of values for pay item 110-4-10 is listed as 2,910 SY. However, the plans do not appear to indicate, nor label, specific areas or items, related to the removal of "existing concrete, cap rock, sidewalk, or paved trail," that total up to, or come close to, the magnitude of 2,910 SY given in the project schedule of values. If the aggregate trail is considered part of the project scope for the referenced pay item, 110-4-10 REMOVAL OF EXISTING CONCRETE - CAP ROCK/PAVED TRAIL/SIDEWALK/CONCRETE, then the quantity for this pay item far exceeds the 2,910 SY provided in the project schedule of values. Could you please review the 110-4-10 REMOVAL OF EXISTING CONCRETE - CAP ROCK/PAVED TRAIL/SIDEWALK/CONCRETE schedule of values quantity, with the bid set of plans provided, and confirm or revise, the bid quantity for this pay item accordingly? Please clarify and advise.
A: Removal of the existing trail is not included under Pay Item 110-4-10. This pay item is for removal of the existing Lake Leisl Weir and removal of any other existing concrete. There is potential to encounter cap rock during grading. The cost to remove cap rock included under this pay item.
Q (43, Plans): Plan sheet 43 shows a "suggested construction phasing" schedule based on locations identified and station range. The notes on this sheet also indicate that the means and method of prosecuting the project are the responsibility of the contractor. If the responsibility of the means and methods for prosecting this project on the contractor, could you please confirm that the construction phasing schedule listed on plan sheet 43 is, in fact, "suggested," and not a required phasing plan? Please clarify and advise.
A: The “Suggested Construction Phasing” schedule is the only suggestion. Means and methods are the responsibility of the contractor.
Q (50, Plans): Plan sheet 50 includes a leader and note stating..."Kiosk Sign (To Be Removed & Replaced). What are the particulars (size, type, material, specifications) to which we are to "replace this kiosk sign? To What pay item is this scope of work included? Please clarify and advise.
A: See Addendum #4, Listing of revised plan page as item was revised.
Q (54, Plans): Plan sheet 54 at approximately STA STA 60+00, 68' RT and 94' RT includes a leader and note stating..."All Private Structures on County Property To Be Removed." Most items tagged in this manner on the plans have identification list with them. These particular items are rectangles with no existing identification list on the plan. Since these rectangles appear to be with the limits of grading, could the county please identify specifically what these two items are at these two locations? Please clarify and advise.
A: Please refer to Addendum No 1 Revised Specifications -Supplemental Specification Section 110-11.9 for a table of encroachment descriptions and items to be removed by the contractor.
Q (60, 81, & 82, Plans): Plan sheet 60 includes a leader and note stating..."Existing Fence (To Be Removed) See SH. 81 & 82 for New Fence Locations." Plan sheets 81 includes a leader and notes stating..."Construct Chain Link Fence (Match w/Like Kind & Height. As existing fence removal is not part of clearing and grubbing and this fence is not shown clearly as being part of any "selective clearing" pay item nor is it an "encroachment," what pay item are we to utilize for the removal of this existing fence from plans sheet 60? One cannot match "like kind and height" without given the height, material type, proposed length, and governing details and specifications. Could you please provide the height, material type, proposed length, and governing details and specifications for the proposed fence installation? What pay item are we to utilize for the proposed fence installation shown on plan sheet 80? Please clarify and advise.
A: See Revised Pricing Table Addendum No 1 - Pay item was added for Fence Installation under item 550-22-31.
Q (55, &168, Plans): Plan sheets 55 and 168 show the removal and replacement of existing curb and gutter on both sides of Jacaranda Blvd. to facilitate entrances to staging areas and soil protection devices. On sheet 168, leaders with notes state..."Reconstruct Curb & Gutter After Construction Per Sarasota County Standards..." However, there does not appear to be an appropriate pay item listed in the schedule of values for the construction portion of the curb and gutter. What pay item are we to utilize for the reinstallation/construction of the existing curb and gutter on Jacaranda as indicated on plan sheet 168? Please clarify and advise.
A: Curb shall be replaced in-kind and covered under Pay Item 101-1.
Q (48-61, Plans & Section 110 Project Specifications): Many of the plan sheets, including plan sheets 48 through 61, show an existing aggregate trail approximately from STA 2+75, RT to STA 66+00, RT listed as "To Be Removed." As mentioned, this existing trail appears to be aggregate. For the scope of this project, is the existing aggregate trail, shown on the plans to be removed, considered "Cap Rock" or as a "Paved Trail" as defined in the project specifications section 110? Please clarify and advise.
A: Removal of the existing trail is not included under Pay Item 110-4-10. This pay item is for removal of the existing Lake Leisl Weir and removal of any other existing concrete. There is potential to encounter cap rock during grading. The cost to remove cap rock included under this pay item.
Q (48-61, Plans): Many of the plan sheets, including plan sheets 48 through 61, show an existing aggregate trail approximately from STA 2+75, RT to STA 66+00, RT listed as "To Be Removed." As mentioned, this existing trail appears to be aggregate. However, the schedule of values includes pay item 110-4-10 including "paved trail" of which is assumed to be existing concrete sidewalk or trail. However, the plans and specifications do not indicate a range nor locations of any "paved trail," concrete or otherwise. Could you please identify the station and range or positions within the project where "paved trail" utilizing pay item 110-4-10 is utilized? If there is any other sort of non-concrete paved trail, could you please identify the station and range or positions within the project where that particular sort of "paved trail" is located? Please clarify and advise.
A: Removal of the existing trail is not included under Pay Item 110-4-10. This pay item is for removal of the existing Lake Leisl Weir and removal of any other existing concrete. There is potential to encounter cap rock during grading. The cost to remove cap rock included under this pay item.
Q (General): We understand that this creek falls under "navigable waters of the US" and all applicable permits, but, is this creek actually navigated by motor powered water craft? This goes to the necessity of having Manatee warning signs in place per specifications. Please clarify and advise.
A: Contractor shall follow the permitting requirements for in-water work.
Q (ACOE Permit): The Army Corp. of Engineers permit in the second paragraph on page 178, states…"The aspect of your project involving restoration of a 2.3-mile-long canalized stretch of Alligator Creek to create a meandering stream, as depicted on the attached drawings, is authorized by Nationwide Permit (NWP) 27 (Aquatic Habitat Restoration, Establishment, and Enhanced Activities). This verification is valid until March 14, 2026..." Since the bid is due after this date of March 14, 2026 and construction will start after, has the county renewed it's ACOE permit to remain valid during the proposed construction? Could the county please provide or assure us of a valid ACOE permit for construction? Please clarify and advise.
A: The USACE NWP 27 was recently authorized with the standard NWP expiration date of March 14, 2026. The project is being reviewed for re-verification under the new NWP 2026 rule and is expected to be issued prior to commencement of construction.
Q (49, 66, & 111 Plans): Plan sheets 49, 66, & 111 indicate monitoring wells that are scoped "To Be Abandoned." What substance are these monitoring wells designed to monitor in the ground water? What depth are we to assume for bidding purposes? What size are we to assume for bidding purposes? Are these monitoring wells accessible? Please clarify and advise.
A: The monitoring wells are being abandoned “by others”. The contractor will only be required to cut and grade to achieve proposed grades. See Addendum #1 Listing of Revised Plan Pages for listing of revised sheets dealing with monitoring wells.
Q (General): Pertaining to the Sarasota County WNCA permit already obtained for this project, who is responsible for hauling excess soil offsite? Please clarify and advise.
A: The contractor is responsible for hauling soil offsite. See Stipulation 9 of the WNCA Permit for more information.
Q (Bypass Flow, T1400-3.2 Technical Specification): Section T1400-3.2 B states…"The governing 5 YR 24 HR existing design storm flood elevations are those calculated by the COUNTY'S existing Lemon Bay ICPR4 Model for existing conditions (not proposed conditions, which are lower)…." The following questions have been formulated: 1. What is the existing flow rate(s) for the project area? 2. To what flow rate must the bypass system be designed? 3. Is Alligator Creek affected by tidal events? 4. If so, what is the elevation for a "King Tide" event? 5. Could the county please provide all of the information generated by the Lemon Bay ICPR4 model mentioned? Please clarify and advise.
A: Attachment H provides the existing flow rates for the 5-year, 24-hour storm at numerous locations throughout the project area. Alligator Creek is affected by tides; however, it is not possible to provide elevations or flow rates associated with tide events. Due to the massive scale and scope of the Lemon Bay ICPR4 Model, it is not possible to provide all of the information generated from it. The awarded contractor may request the model from the County.
Q (88-90, Plans and Pipe Culvert Optional Materiral): The schedule of values indicates "optional material" for all Section 430 pipe scoped for installation on this project. However, plan sheets 88-90 depict all of the proposed pipe as RCP. Can the round pipe under Section 430 listed, in the schedule of values, be installed as approved optional materials other than RCP? Please clarify and advise.
A: Please follow culvert material designations shown on the plans.
Q (73, 89, & 120, Plans and Schedule of Values): Plan sheets 73, 89, & 120 depict storm structure S-8 as a double 24" Mitered End Section. The Schedule of Values does not include a double 24" Mitered End Section, only single 24" Mitered End Sections are listed with a quantity of 2 EA. If the double MES for S-8 is supposed to be two (2) single 24" MES's, then the quantity of 24" Single MES's will be overrun to the project. Is structure S-8 supposed to be 2 single 24" MES's or a double 24" MES? Will the schedule of values be updated to reflect the correct pay items or number of pay items to reflect this difference related to structure S-8? Please clarify and advise.
A: See Addendum #4, Revised Pricing Table as item 430-984-129 was revised.
Q (T1400-3.2 Bypass Flow): T1400-3.2 Bypass Flow Section states…"The governing 5 YR 24 HR existing design storm flood elevations are those calculated by the COUNTY'S existing Lemon Bay ICPR4 Model for existing conditions (not proposed conditions, which are lower)…." Will the contractor be compensated for unforeseen consequences or impact, due to bypass failure from a designed and approved system, based on the required Lemon Bay ICPR 4 model? Please clarify and advise.
A: No. The implementation of a bypass system, such as its design, layout and maintenance, is the means and methods of the contractor.
Q (79, 89 & 126, Plans vs. Schedule of Values): Plans sheets 79, 89 and 126 depict storm pipe as 19"x30" ERCP. The Schedule of Values has no other pay item for ERCP except pay item "430-175-230 PIPE CULVERT, OPTIONAL MATERIAL, OTHER SHAPE - ELLIP/ARCH, 30" SD." This pipe is not equivalent to 30" as stated in pay item nomenclature. 19"x30" ERCP is usually used as a substitute for 24" round RCP. Will the county be revising the Schedule of Values to include 19"x30" ERCP? If now, what pay item are we to utilize for the 19"x30" ERCP depicted in the plans? Please clarify and advise.
A: See Addendum No 1 revised pricing table as this pay item was revised.
Q (130, Plans): Plan sheet 130 depicts riprap around the proposed weir wall structures STA 114+00. In all other areas that are shown to depict riprap, the type "A" and "B" have been labeled accordingly. However, the riprap around the weir wall at STA 114+00, is not classified. What classification "A" or "B," is the riprap around the weir wall at STA 114+00 supposed to be? Please clarify and advise.
A: Sheet 140 calls out Type A Riprap.
Q (T1060 Utility Structure Technical Specifications vs. Schedule of Values): Technical Specification T1060 appears to be geared for a sanitary application. However, the project appears to have only one manhole as part of the construction scope for a storm water application, not sanitary per Section T1060. Likewise, the Schedule of Values, pay item 1060-1 Type "8" Manhole Round-Manhole, Type "8," with the proposed quantity of 1 EA, appears to be associated with storm structure S-14 (see plan sheet 90). Could you please confirm that the county does want to apply a sanitary manhole specification, T1060, which requires factory applied polymer coating both inside and out, as well as other sanitary requirements, to a storm manhole? If a sanitary application is not necessary and the scope is supposed to be for a storm application, wouldn't FDOT Section 425 be more suited? Please clarify and advise.
A: See Addendum No 1 revised pricing table as this pay item was revised.
Q (163-167, Plans, Technical Specifications T1050, T1055, & T1080, and Supplemental Specifications 110 - Demolition of Existing Sarasota County Utilities): Plans sheets 163 through 167 indicate removal of existing municipal owned sanitary forcemain pipe and existing municipal owned reclaim water pipe as part of the scope of work. Technical Specifications Sections T1050, T1055, and T1080, cover the installation of utility pipe but does not include the demolition and disposal of existing municipal owned utility pipe. Supplemental Specifications Section 110 Clearing & Grubbing (as well as FDOT Section 110 Clearing & Grubbing) also do not include demolition and disposal of existing municipal owned utility pipe. As the plans and specifications compared and cited, do not include direction or compensation for the demolition and disposal of existing municipal owned utility pipes, what pay item(s) are we to utilize for this existing utility pipe demolition scope of work? If current pay items are not to be utilized, will the schedule of values be updated to include this scope of work? Please clarify and advise.
A: See Addendum #4, Revised Pricing Table as items were revised.
Q (163, Plans and Schedule of Values): Plan sheet 163 depicts the proposed pipe and fittings for the 10" sanitary forcemain to be installed. This includes 4 EA 45 degree bends for the proposed 10" forcemain and 2 EA 90 degree bends (drawn but not listed) for the temporary 10" sanitary forcemain bypass. This bypass pipe and proposed pipe correlate to the schedule of values length for 10" sewer pipe scoped for installation. However, the schedule of values includes only 4 EA elbows not 6 EA as we have counted. This notion is further reinforced as the plan show the 10" Forcemain Temporary Bypass to have all joints restrained. 90 degree bends would be part of this restrained system. Will the schedule of values be updated to include these 90 degree bends? Please clarify and advise.
A: See Addendum #4, Revised Pricing Table as items were revised.
Q (165, Plans and Schedule of Values): Plan sheet 165 depicts the proposed pipe and fittings for the 8" sanitary forcemain to be installed. This includes 4 EA 45 degree bends for the proposed 8" forcemain and 2 EA 90 degree bends (drawn but not listed) for the temporary 8" sanitary forcemain bypass. This bypass pipe and proposed pipe correlate to the schedule of values length for 8" sewer pipe scoped for installation. However, the schedule of values includes only 4 EA elbows not 6 EA as we have counted. This notion is further reinforced as the plan show the 8" Forcemain Temporary Bypass to have all joints restrained. 90 degree bends would be part of this restrained system. Will the schedule of values be updated to include these 90 degree bends? Please clarify and advise.
A: See Addendum #4, Revised Pricing Table as items were revised.
Q (165, Plans and Schedule of Values): Plan sheet 165 depicts the proposed pipe and fittings for the 14" sanitary forcemain to be installed. This includes 4 EA 45 degree bends for the proposed 14" forcemain and 2 EA 90 degree bends (drawn but not listed) for the temporary 14" sanitary forcemain bypass. This bypass pipe and proposed pipe correlate to the schedule of values length for 14" sewer pipe scoped for installation. However, the schedule of values includes only 4 EA elbows not 6 EA as we have counted. This notion is further reinforced as the plan show the 14" Forcemain Temporary Bypass to have all joints restrained. 90 degree bends would be part of this restrained system. Will the schedule of values be updated to include these 90 degree bends? Please clarify and advise.
A: See Addendum #4, Revised Pricing Table as items were revised.
Q (General): The number of questions and detail expected to be provided in return as answers to RFI's should be large. Having enough time to review the answers/information, address changes with subcontractor quotes, receive revised subcontractor quotes, and apply all the changes to our proposal, is of great concern. Due to the number of questions and anticipated response information provided, could the county please extend the bid date? Please advise.
A: The Q&A period has been extended until April 3rd, 2026. We do not anticipate extending the bid opening date of April 14th, 2026.
Q (63, Plans): Plan sheet 63 depicts earthwork calculations in a chart for the project. The "cumulative" quantity of 122,908 CY appears to be synonymous with the pay item "T1100-1 Stream Restoration Earthwork - Cut & Haul." However, when reviewing the table provided from a "cut/fill" perspective, the total cut for the project is indicated as 150,909 CY. This leaves a magnitude of 28,000 CY of work not included in a true "cut/fill" analysis. It appears that 28,000 CY of the work, to cut the material, will also have to be included in the embankment work item as a "balance," not true "cut/fill" taken from pre/post cross sections and end-area method computations. Could you please confirm that this project requires, as the chart indicates, at least 150,909 CY of work as "cut," and 28,002 CY of "fill (embankment)" to accomplish the scope of this project? Please clarify and advise.
A: The cut/haul line item is for net cute that requires off site disposal. The embankment line item should include the borrow and on-site haul for the 28,000 CY of fill required for the project.
Q (Plans): Is access to the project limited to just the staging areas shown on just off of Jacaranda Blvd? Or will the county allow other access points throughout the project? If other access points are allowed, will any restrictions be employed/enforced for those additional access locations? Please clarify and advise.
A: Contractor heavy equipment and machinery shall access the project via the staging areas off of Jacaranda (only). Contractor personnel in standard pickup trucks may enter the project via county easements and public property along the project boundaries.
Q (Plans): Are there enough trees proposed to be removed to account for all of the wooden structures and usage for this project? If not, how will surplus wood be approved to be imported and used to accomplish the scope of work? Please clarify and advise.
A: Unknown. There has not been an inventory on the number of root wads that are anticipated to be produced during site operations. Trees shall be provided in accordance with Addendum No 1 Revised Specifications Package Technical Special Provision T1700-2.
Q (133, Plans): Plan sheet 129 depicts a "VRSS B2" proposed at approximately STA 221+00. However, the VRSS is also shown as condition "B3" at approximately STA 216+50. Both "B2" and "B3" conditions appear to apply on this specific area. Could you please clarify in detail with some sort of defined boundary which areas receive the appropriate conditions? Please clarify and advise.
A: See Addendum #4, Listing of revised plan pages as boundaries have been revised.
Q (129, Plans): Plan sheet 129 depicts a "VRSS B2" proposed at approximately STA 108+50. However, the VRSS is also shown as condition "C2" at approximately STA 109+00. Both "B2" and "C2" conditions appear to apply on this specific area. Could you please clarify in detail with some sort of defined boundary which areas receive the appropriate conditions? Please clarify and advise.
A: See Addendum #4, Listing of revised plan pages as boundaries have been revised.
Q (128 & 129, Plans): Plan sheet 128 depicts a "VRSS A2" proposed at approximately STA 734+00 east towards a match line at STA 735+00 for plan sheet 129. However, the VRSS is also shown as condition "C2" at approximately STA 737+50 then continuing east to the end of the area at approximately STA 738+00. Both "A2" and "C2" conditions appear to apply on this specific area between plan sheets 128 & 129? Could you please clarify in detail with some sort of defined boundary which areas receive the appropriate conditions? Please clarify and advise.
A: See Addendum #4, Listing of revised plan pages as boundaries have been revised.
Q (128 & 129, Plans): Plan sheet 128 depicts a "VRSS B2" proposed at approximately STA 103+25 east towards a match line at STA 105+00 for plan sheet 129. However, the VRSS is also shown as condition "B1" at approximately STA 104+50 then continuing east to the match line for sheets 128 and 129. Furthermore, the continuation of the VRSS on plan sheet 129 from the match line at STA 105+000 to just past STA 106+00 is depicted as "VRSS A1". "B2, B1, and A1" conditions apply on this specific area between plan sheets 128 & 129? Could you please clarify in detail with some sort of defined boundary which areas receive the appropriate conditions? Please clarify and advise.
A: See Addendum #4, Listing of revised plan pages as boundaries have been revised.
Q (151 & 152, Plans, Section T1500 VRSS): Plan sheet 151 includes a VRSS Deployment Specification Table showing the various components of the VRSS system. Plan Sheet 152 includes a VRSS detail complimenting the table. On plan sheet 151In the table on under VRSS Unit Type, A1, B1, & C1 do not include a thickness for back drain nor a filter fabric type. This contradicts the complimenting detail on plan sheet 152. Could you please confirm or clarify that the VRSS Type A1, B1, and C1 DO NOT receive back drain material or filter fabric as depicted in the table on plan sheet 151? Please clarify and advise.
A: VRSS (Vegetated Reinforced Soil Slope) unit types A1, B1, and C1 do not include a back drain or filter fabric.
Q (161 Plans, Section T1070, & Schedule of Values): Plan sheet 161 depicts 2'x2'x12' proposed encasement around the existing 10" PVC sanitary force main. Is this encasement considered part of pay item "1070-1 Concrete Ditch Pavement, Non-Reinforced 6", Sewer Cap?" If not, what pay item should include the scope of work for this 2'x2'x12' concrete encasement? Please clarify and advise.
A: This encasement was removed in Addendum No 1 updates. Technical Special Provision T1070-1 pay item is now listed for concrete thrust blocks associated with utility relocation.
Q (Section 985 Specifications): Section 985 of the project specifications under sub article 985-3.2 describes anchoring devices specific metal pins and washers. Further down in the specification, under 985-4.3.9 Materials, section B Ground Anchoring Devices are listed. The metal pins and washers are listed along with U-shaped wire staples, triangular wood stakes, and 8 gauge staples. Are only metal pins and washers required per section 985-3.2? Or are the anchoring devices described in section 985-4.3.9 Materials, section B required? There is also a contradiction between the two specifications regarding the metal pins 24" vs. 18" in length respectively. What specific anchoring devices are required or are we able to utilize a range of the anchoring devices listed? Please clarify and advise.
A: A range of anchors shall be used. Refer to Addendum No 1 -Revised Specifications Package, Supplemental Specification Section 985-3.2 and Section 985-4.3.9.
Q (Section 57 Specifications & Schedule of Values 57-2 & 57-6): We would like to seek clarification on the 57-7.6 pay item: Reset Property Corner with Boundary Survey. The SOV calls for (10) occurrences, please advise if there are known locations or if these are an estimated count that would require notification of work where corners may be at risk. The difficulty in an accurate value for this item is the boundary survey requirement. That cost would be specific to the property requiring the reset, the research involved and the state of the property itself for access. The large commercial plaza, business parcels, single family platted residential and un-platted lands adjacent to the project would create a large variance in cost. If the corner was between two parcels/lots, would the boundary survey be required for both properties that have the common corner? Please advise if there are corners known to be at risk where these (10) costs can be accurately estimated or if this line item could be based on an hourly rate with the ability to adjust around the specific to the instance if it is needed. Typically, these are a Reference and Reset task on a single corner if it is found prior to removal/disturbance, the boundary survey requirement tied to it is what is driving this inquiry.
A: See Addendum #4, Revised Pricing Table as item 57-6 was removed.
Q (Section 57 Specifications & Schedule of Values 57-2 & 57-6): This entire section discusses the requirements and methods that are specified to "certify new benchmark monumentation" and "resetting property corner with boundary survey(s)"However, neither the plans nor the specification depict where this scope of work is to be employed. Furthermore, depending on the property tract and subsequent boundary, the methods to which monumentation or property corners would be established can vary greatly in time, resources, and thus cost. The rules for reestablishing from a boundary survey, as stated in the specifications, varies depending on how that marker was originally established. Without knowing the monument or property corner ahead of time, a proper cost cannot be established and a blanket cost is not equitable. With such a wide range of possibilities from which a boundary survey is created, how are we to price these two pay items, 57-2 CERTIFIED NEW BENCHMARK MONUMENTATION and 57-6 RESETTING PROPERTY CORNER WITH BOUNDARY SURVEY, equitably? Please clarify and advise.
A: See Addendum #4, Revised Pricing Table as items 57-2 and 57-6 were removed.
Q (Turbidity Monitoring and Reporting): Will turbidity monitoring and reporting be required on days in which no one is working (i.e. weekends or holidays)? Please clarify and advise.
A: No. Refer to Addendum No 1 -Revised Specifications Package, Supplemental Specification Section 104-6.4.8 for turbidity monitoring schedule.
Q (Schedule of Values): The Schedule of Values includes pay item 1050-18004 UTILITY PIPE, PLUG AND PLACE OUT OF SERVCE, 8-19.9" (LAKE LIESL UNKNOWN UTILITY). However, we cannot find definitively on the plans where this pay item and scope are applied. Could you please provide the location to where pay item 1050-18004 UTILITY PIPE, PLUG AND PLACE OUT OF SERVCE, 8-19.9" (LAKE LIESL UNKNOWN UTILITY) is applied and a detailed scope of work? Usually plugging is paid as an each or lump sum. This is depicted as 50 LF. Are we supposed to grout fill 50 LF? Please clarify and advise.
A: See Addendum #4, Revised Listing of revised plan pages. Note was added to sheet 164.
Q (163 through 167, Plans and Technical Specification T1050 Utility Pipe): Plan sheets 163 through 167 indicate all proposed PVC pipe material to be SDR 14. Technical Specification T1050-2.1 Utility Pipe indicates PVC to be SDR 18. Governing order from the General Provisions lists technical specifications override the plans. Could you please confirm that the technical specifications listing PVC SDR 18 for the intended scope of utility pipe work overrides the plans listing of SDR 14 from the plans? Could you please verify which SDR rating, either SDR 18 or SDR 14, we are to utilize? Please clarify and advise.
A: 8- inch and 10 -inch pipe material shall be C900-DR14, and 14-inch and 16 -inch pipe material shall be C905-DR18.
Q (165, Plans and Schedule of Values): Plan sheet 165 depicts the proposed pipe and fittings for the 16" reclaimed water main to be installed. This includes 4 EA 45 degree bends for the proposed 16" reclaimed water main and 2 EA 90 degree bends (drawn but not listed) for the temporary 16" reclaimed water main bypass. This bypass pipe and proposed pipe correlate to the schedule of values length for 16" reclaimed water pipe scoped for installation. However, the schedule of values includes only 4 EA elbows not 6 EA as we have counted. This notion is further reinforced as the plan show the 16" Reclaimed Water Main Temporary Bypass to have all joints restrained. 90 degree bends would be part of this restrained system. Will the schedule of values be updated to include these 90 degree bends? Please clarify and advise.
A: See Addendum #4, Revised Pricing Table as item was revised.
Q (General): Who is owns and is responsible for any excess soil that would need to be potentially exported from this project? Please clarify and advise.
A: Excess dirt can be hauled offsite. See WNCA Permit, Stipulation #9 for further detail.
Q (Special Provisions, subarticle 2-16 Easement Modifications): Sub article 2-16 of the specifications states…"easement modifications shall be provided by the county to cover the potential additional work associated with easement modifications occurring after bid opening…" This sentence, nor any other specification listed in the project bid documents, does not define what "Easement Modifications" are. We have read all specification in all bid documents referencing "Easement Modifications" and there is no clear definition stated. What, specifically, are considered, or define, as "Easement Modifications?" Referencing a specification section in the project bid documents, that we have already and cited, read does not answer the question posed. Please advise.
A: See Addendum #4, Revised Technical Specifications. Excess dirt can be hauled offsite. Refer to Permits Section Water Navigation Control Authority (WNCA), stipulation #9 for further detail.
Q (150, Plans Rock Step Pool Details, T1100 Specifications): Plan sheet 150 depicts geotextile fabric running from pool to pool along the entire swale that includes Rock Step Pools. However Section T1100 indicates that geotextile fabric is to be placed under aggregates and specific stone type and sizes. This specification does not indicate that the geotextile is to be installed as shown in the detail on Plan sheet 150. Is geotextile fabric required along the entire swale length as depicted on plan sheet 150 or just under the aggregate/stone areas? If geotextile is required along the entire swale length, where would the limits of the required geotextile (length and width) be located? Please clarify and advise.
A: Geotextile is only required under the gravel/rock installation for the step pools. Drawings have been revised to show this.
Q (Landfill Issues): The Sarasota County Landfill is specified to receive all soil and refuse from this project. However, the Sarasota County Landfill states..."material needs to be stockpiled then tested." At that point and for each stockpile, the county landfill requires a form to be filled out, approved (with a cost), then can provide a rate specifically for that stockpile, each at a time. This haul cost and dump fees assigned then have to then be pre-paid. The landfill also stated that the rate changes from what the test results yield and from stockpile to stockpile. Exorbitant rates are possible depending on what the test yield from stock pile to stockpile. Using the worst case scenario for the project quantified volume of soil yields differences of hundreds of thousands of dollars in cost. This is a catch 22 situation. Could the county come up with a way to address these unknown costs for bidding for the dump fees at the Sarasota County Landfill? Or to work something out with the Sarasota County Landfill pay the dump fee directly? Or to provide a fixed cost for bidding instead of making the contractor prepay? Please clarify in detail and advise.
A: The Contractor is to be responsible for the disposal of material. Disposal at the landfill will not be required.
Q (Landfill Payment): With the landfill wanting prepayment for all dump fee's. Will you be paying the dumpfee's direct to the landfill daily or paying the contractor daily for dump fee's?
A: The Contractor is to be responsible for the disposal of material. Disposal at the landfill will not be required.
Q (Bid Documents):
A: Can you please tell me where the bid documents are that we will need to submit our bid? Downloadable bid documents are available in the Project Documents section under Vendor Questionnaire and the Downloads section.
Q (Addendum #1, 3, Plans and Revised Schedule of Values): Plan sheet 3 in the structure data table includes a pay item listed as No. 68, 1080-62-310 , Utility Fixture, GATE VALVE, Furnish and Install, 10". However, under this same designation in the addendum #1 revise schedule of values, the pay item appears to be a copy of pay item No. 65, 1080-62-210 "Utility Fixture, LINE STOP, Furnish & Install, 10." Is there an error in the schedule of values for pay item No. 68, 1080-62-310? Shouldn't this item listed in the schedule of values be No. 68, 1080-62-310 , Utility Fixture, GATE VALVE, Furnish and Install, 10"? Please clarify and advise.
A: See Addendum #4, Revised Pricing Table. Item has been revised.
Q (Addendum #1, 3, Plans and Revised Schedule of Values): Plan sheet 3 in the structure data table includes pay item listed No. 70, 1080-65 , Utility Fixture, AIR/VAC ASSEMBLY, FURNISH & INSTALL with a quantity of 6 EA. However, under this same designation in the addendum #1 revise schedule of values, the pay item 1080-65 , Utility Fixture, AIR/VAC ASSEMBLY, FURNISH & INSTALL shows a quantity of 1 EA. Does the scope of work for this project have 6 EA assemblies as listed on plan sheet 3? 1 EA assembly as listed on the revised schedule of values? Some other quantity other than 6 or 1? Please clarify and advise.
A: See Addendum #4, Revised Pricing Table. Item has been revised.
Q (Addendum #1, 3, Plan, Revised Schedule of Values and Revised Section T1500): Continuing from the original plans, specification, and schedule of values to the respective Addendum #1 replacement documents, Pay Item T1500-1 Vegetated Reinforced Soil Slope (VRSS)lists "SYF" as a unit. The specifications under section T1500-3.4 Measurement and Payment states "square yard foot." Is this a mistake on both the schedule of values and in the cited specification? If this is not a mistake, what is a "square yard foot?" How is this unit "SYF" to be measured in the field, quantified, and agreed upon? Answering this question by referencing of the plans and/or by specification sections, does not answer the question posed. Please clarify and advise.
A: Square yard represents the area of sloped face of VRSS (Vegetated Reinforced Soil Slope) installation while the vertical height of the slope is referenced in feet, resulting in a unit measurement of SYF for VRSS installation. A more gradual slope will result in more material than a steeper slope. VRSS will be installed per SYF along creek stationing.
Q (Addendum #1, 17, 27, 28, 32, 49, 57, 58, 63, 66, 82, 111, 112, & 155, Plans, and Revised Sub Article 110-10.1): Addendum Plan sheets 17, 27, 28, 32, 49, 57, 58, 63, 66, 82, 111, 112, & 155, include notes pertaining to existing monitoring wells. Two of these notes either dictate protection of specific wells, or state…"To Be Abandoned By Others, Contractor To Cut And Grade Per Demolition." However, Sub Article 110-10.1 remains in the project specifications package and still lists specifications for well abandonment. The well abandonment requirements listed in sub article 110-10.1 cannot be quantified without knowing what specifically is being monitored in the ground water, the size, the depth, etc. for each well. Well abandonment, as listed in sub article 110-10.1, the State of Florida requirements, and the permit required to be obtained to do so, can only be accomplished by a licensed well (well abandonment) contractor. As these specifications are still listed in sub article 110-10.1, the contractor would have to adhere to any existing wells that would be be slated for "abandonment" per the State of Florida requirements, the permit required to act, and a licensed well contractor. Can you please confirm that the scope of this contract WILL NOT include well abandonment as required under sub article 110-10.1 or the State of Florida requirements? If well abandonment COULD become part of the scope, could you please provide any and all information on the existing monitoring wells within the project limits including but not limited to the contaminate monitored, size, depth, etc.? Please clarify and advise.
A: See Addendum #4, Revised Technical Specifications.
Q (Addendum #1, 80, 81,140, Plans, and Revised Sub Article 110-10.1): Addendum Plan sheets 80,80,140, exhibit concrete weir(s) for a diversion swale and a proposed swale for Lake Liesl. The detail exhibited on plan sheet 140 specifically for the diversion swale weir wall and the Lake Liesl swale weir wall as one, homogenous structure. Plan sheet 140 exhibits two (2) distinct retaining (weir) walls, one for the diversion swale/Lake Liesl swale, and one for Cove Pointe. However, the revised schedule of values from addendum #1 still lists three (3) separate retaining walls (weirs) as designated by their associated swales and locations? Does this projects scope of work still include 3 retaining (weir) walls per the schedule of values? Or do the schedule of values need to be revised to only 2 retaining (weir walls)? Or some other scenario not mentioned in this RFI? Please clarify and advise.
A: See Addendum #4, Revised Pricing Table as item was revised.
Q (Addendum #1, 165, Plans and Schedule of Values): Continuing in Addendum #1, Plan sheet 165 depicts the proposed pipe and fittings for the 8" sanitary forcemain to be installed. This includes 4 EA 45 degree bends for the proposed 8" forcemain and 2 EA 90 degree bends (drawn but not listed) for the temporary 8" sanitary forcemain bypass. This bypass pipe and proposed pipe correlate to the schedule of values length for 8" sewer pipe scoped for installation. However, the addendum #1 revised schedule of values includes only 4 EA elbows not 6 EA as we have counted. This notion is further reinforced as the plan show the 8" Forcemain Temporary Bypass to have all joints restrained. 90 degree bends would be part of this restrained system. Will the schedule of values be updated to include these 90 degree bends? Please clarify and advise.
A: See Addendum #4, Revised Pricing Table as item was revised.
Q (Addendum #1, 165, Plans and Schedule of Values): Continuing in Addendum #1, Plan sheet 165 depicts the proposed pipe and fittings for the 14" sanitary forcemain to be installed. This includes 4 EA 45 degree bends for the proposed 14" forcemain and 2 EA 90 degree bends (drawn but not listed) for the temporary 14" sanitary forcemain bypass. This bypass pipe and proposed pipe correlate to the schedule of values length for 14" sewer pipe scoped for installation. However, the addendum #1 revised schedule of values includes only 4 EA elbows not 6 EA as we have counted. This notion is further reinforced as the plan show the 14" Forcemain Temporary Bypass to have all joints restrained. 90 degree bends would be part of this restrained system. Will the schedule of values be updated to include these 90 degree bends? Please clarify and advise.
A: See Addendum #4, Revised Pricing Table as item was revised.
Q (Addendum #1, 165, Plans and Schedule of Values): Continuing in Addendum #1, Plan sheet 165 depicts the proposed pipe and fittings for the 16" reclaimed water main to be installed. This includes 4 EA 45 degree bends for the proposed 16" reclaimed water main and 2 EA 90 degree bends (drawn but not listed) for the temporary 16" reclaimed water main bypass. This bypass pipe and proposed pipe correlate to the schedule of values length for 16" reclaimed water pipe scoped for installation. However, the addendum #1 revised schedule of values includes only 4 EA elbows not 6 EA as we have counted. This notion is further reinforced as the plan show the 16" Reclaimed Water Main Temporary Bypass to have all joints restrained. 90 degree bends would be part of this restrained system. Will the schedule of values be updated to include these 90 degree bends? Please clarify and advise.
A: See Addendum #4, Revised Pricing Table as item was revised.
Q (Addendum #1, 63, Plans): Continuing in Addendum #1, Plan sheet 63 depicts earthwork calculations in a chart for the project. The "cumulative" quantity of 122,908 CY appears to be synonymous with the pay item "T1100-1 Stream Restoration Earthwork - Cut & Haul." However, when reviewing the table provided from a "cut/fill" perspective, the total cut for the project is indicated as 150,909 CY. This leaves a magnitude of 28,000 CY of work not included in a true "cut/fill" analysis. It appears that 28,000 CY of the work, to cut the material, will also have to be included in the embankment work item as a "balance," not true "cut/fill" taken from pre/post cross sections and end-area method computations. Could you please confirm that this project requires, as the chart indicates, at least 150,909 CY of work as "cut," and 28,002 CY of "fill (embankment)" to accomplish the scope of this project? Please clarify and advise.
A: The cut/haul line item is for net cut that requires off site disposal. The embankment line item should include the borrow and on-site haul for the 28,000 CY of fill required for the project.
Q (After review of ADD#1 and new RFI's with ADD#1): After Addendum #1 being released on the afternoon of Thursday, March 26, 2026, and only some answers to RFI's on Thursday and Friday, March 26 & 27, respectively, the number of questions raised by Addendum #1, is significant. Having enough time to review the answers/information, address changes with subcontractor quotes, receive revised subcontractor quotes, and apply all the changes to our proposal, is of great concern. Due to the timing of the information provided by Addendum #1, the number of questions and anticipated response information still pending, could the county please extend the RFI date accordingly? Please advise.
A: The Q&A period has been extended until April 3rd, 2026. We do not anticipate extending the bid opening date of April 14th, 2026.
Q (After review of ADD#1 and RFI's yet to be answered): After Addendum #1 being released on the afternoon of Thursday, March 26, 2026, the number of questions and detail expected to be provided in return, as answers to new and remaining RFI's, should be large. Having enough time to review the answers/information, address changes with subcontractor quotes, receive revised subcontractor quotes, and apply all the changes to our proposal, is of great concern. Due to the timing of the information provided by Addendum #1, the number of questions and anticipated response information still pending, could the county please extend the bid date accordingly? Please advise.
A: The Q&A period has been extended until April 3rd, 2026. We do not anticipate extending the bid opening date of April 14th, 2026.
Q (Equivalent Product Question):
A: To whom should I send a submittal package to have a product approved as an equivalent? The County does not review substitutions or equivalents during the solicitation phase. Any alternate products may be submitted only by the awarded contractor for formal review, at the County’s discretion and subject to approval by the engineer of record.
Q (Addendum #1, 163, Plans and Technical Specification T1050 Utility Pipe): Answer to RFI #18 states that 8" and 10" pipe material for the sanitary forcemain would be C900-DR14 and the pipe material for 14" and 16" pipe, the pipe material will be C905-DR18. However, Addendum #1 created a 12" utility pipe size. What pipe material shall be approved for the newly added 12" utility pipe size? SDR-14 or SDR-18? Please clarify and advise.
A: Please refer to sheet 163 on the plans that designate C900 DR14 for 12" pipe.
Q (Bid Date): With the sheer volume of new information from RFI responses and new addenda, will the county consider moving the bid date to give bidders time to consider the new information?
A: See Addendum #4.
Q (Addendum #1, 168, Plans, T1070-5 & T1070-6.1, and Schedule of Values): Addendum #1 changed pay item 1070-1 from CONCRETE DITCH PAVEMENT, NON REINFORCED 6", SEWER CAP at 100 SF, to AUXILLARY UTILITY ITEMS, THRUST BLOCK at 8 EA? Amended Plan sheet 168 depicts a Sarasota County detail for these thrust blocks. However, in the amended specifications under T1070-5 & T1070-6.1, the method of measurement states..."the quantities to be paid for will be the horizontal area of the material, furnished, installed, and accepted measured by square feet." Additionally in the next cited section, the amended specification states..."The cost shall include all labor, equipment, materials needed for 6 inch-thick reinforced concrete slabs in the locations identified on the plans." The detail depicting the thrust blocks are not shown at 6" thick but rather a minimum of 12" thick. Furthermore, the method of measurement, in square feet, appears to contract the pay items quantity provided in the schedule of vales for this amended pay item, as 8 EA. Are there any other proposed scope, other than thrust blocks, that apply to amended specification T1070, that would be measured in square feet? If so, could you please clarify what these items are and where they are located? If this combination of amended specifications, plans, and schedule of values contains errors through these contradictions, could you please clarify and advise as to application of the scope for amended specification T1070? Please advise.
A: See Addendum #4, Revised Pricing Table as item was removed, as this work is now incidental to the pipe installation per FDOT standards.
Q (Addendum #1, 162, Plans, T1050-7.2.3): On amended plan sheet 162, a note is included stating…"NOTE: Contractor to submit shop drawings, for all supports, hangers, and anchors, per technical special provisions T1050." Amended Section T1050-7.2.3 Pipe Supports confirms the reference stated on the cited plan sheet. Additionally, the specification states..."Submit calculations for any special supports and anchors." Are there any "special supports and anchors" within the designed systems that apply to this specification? Also, what specific" calculations" would be required should this condition apply? Please clarify and advise.
A: Please refer to the Sarasota County Utility Manual for support/anchor information. Supports and anchors may or may not be required depending on the means and methods of construction.
Q (Addendum #1, 163, Plans and Schedule of Values): Continuing in Addendum #1, Plan sheet 163 depicts the proposed pipe and fittings for the 12" sanitary forcemain to be installed. This includes 4 EA 45 degree bends for the proposed 12" forcemain and 2 EA 12"x10 Reducers (drawn but not listed) for the proposed 12" sanitary forcemain. However, the addendum #1 revised schedule of values includes only 4 EA fittings not 6 EA as we have counted to included the 12"x10" Reducer. These 12"x10" Reducers are also not accounted for in the respective 10" scope items either. Under what pay item are we to include the2 EA 12"x10" Reducers shown on plan sheet 163? Will the schedule of values be updated to include these 2EA 12"x10" Reducers? Please clarify and advise.
A: See Addendum #4, Revised Pricing Table as item was revised.
Q (Addendum #1, 163 & 165-168, Plans and Schedule of Values): Continuing in Addendum #1, Plans sheet 163 depicts two (2) proposed Air Release Valve Assemblies for the 12" Sanitary Forcemain. Plans sheets 165-167 depict six (6) more Air Release Valve Assemblies for both the Sanitary Forcemain and Reclaimed Water Systems. However, the addendum #1 revised schedule of values includes only 1 EA Utility Fixture, Air/Vac Assembly, F&I instead of the two located within the amended plans. Are there supposed to be 6 sanitary ARV's and 2 reclaimed water ARV's or 1 ARV? If there are supposed to be 8 ARV's, will the schedule of values be updated accordingly to accommodate both the difference in quantity and type of AVR (Sanitary vs. Reclaimed Water)? Please clarify and advise.
A: See Addendum #4, Revised Pricing Table as item was removed. Addendum #1, 163, Plans and Schedule of Values
Q (Addendum #1, 163, Plans and Schedule of Values): Continuing in Addendum #1, Plan sheet 163 depicts one (1) 12" Gate Valve Assembly for the 12" Sanitary Forcemain. However, the addendum #1 revised schedule of values includes only 1 EA Utility Fixture, Gate Valve, F&I, 10" instead of 12" depicted within the amended plans. Proposed 10" Gate Valves cannot be located within the amended plan set. Does the scope of work include the installation of 10" Gate Valve Assemblies for the Sanitary Forcemain? Or does the schedule of values contain an error and the pay items for 12" Gate Valves needs to be added? If so, will the schedule of values be updated accordingly? Please clarify and advise.
A: See Addendum #4, Revised Pricing Table as item 107-1 was revised.
Q (Addendum #1, 107-1 Litter Removal Schedule of Values): Continuing in Addendum #1, the schedule of values includes pay item 107-1 Litter Removal at 0.50 AC. Section 107 of the FDOT specifications states…"provide pick-up, removal, and disposal of litter within the project limits form the outside edge of travel way to the inside edge of travel way." The construction site is well over the 0.50 AC area provided as a quantity for this pay item. Is this 0.50 AC intended to be used within the ROW around Jacaranda near the staging areas? Somewhere else? Could you please identify where and how 0.50 AC is to be calculated and applied through a 21 month project? Please clarify and advise.
A: This bid item is in reference to the litter removal for areas designated on sheets 155 and 159. This is anticipated to be a one-time removal.
Q (Addendum #1, 17, Plans): Continuing in Addendum #1, revised plan sheet 17 now has a note stating…"wells to be abandoned by others. Contractor to cut and grade per demolition." Are we supposed to cap these wells with anything? If so, what materials and to what specifications would these specific monitoring wells be cut (capped per this question) and left to grade for future abandonment? What grade are we to leave these monitoring wells for future abandonment? Please clarify and advise.
A: Wells are to be abandoned by others and shall be cut and graded. Abandoned Wells shall be cut to 2 feet below the proposed grade.
Q (Addendum #1, Schedule of Values.): There was a point mentioned during the pre-bid meeting discussing the requirement to address the exotic nuisance species 100 FT outside of a predetermined area. Do the added pay items from Addendum #1 regarding Exotic Nuisance Species Eradication inside the construction boundary and treatment boundary remove this 100' stipulation discussed during the meeting? If the 100' stipulation still remains part of the scope of work, where can this requirement be found? Please clarify and advise.
A: Please refer to sheet 154-159, which designates "invasive species treatment boundary" - 100 ft buffer.
Q (154-159, Plans and Schedule of Values): Plan sheets 154-159 Note number 3 states…"Exotic/Invasive Species Eradiation to be performed on all county property with the project boundary." This appears to be in conflict with the pay items listed in the revised ADD#1 schedule of values as the county owns land outside of the construction boundary defined on these sheets as well as treatment boundary also defined on these sheets. Does the scope of work for Exotic/Invasive Species Eradication and Maintenance take place anywhere outside of the construction and treatment boundaries defined by the cited plan sheets? If so, could you please clarify in detail? Please clarify and advise.
A: Please refer to Addendum 1, revised plans which revised note 3 to " EXOTIC/INVASIVE SPECIES ERADICATION WITHIN INVASIVE SPECIES TREATMENT BOUNDARY SHOWN".
Q (No subject): Are restoration plantings, excluding specified caliper tree plantings (live oak, bald cypress, yaupon holly, Sweetbay, cabbage palm), classified as “landscaping” as it pertains to the requirements of this project? For example, are we to mulch, fertilize, and install tree barricade on all trees and shrubs installed in restoration areas on this project; or, are these tasks only required for the caliper-specified trees and shrubs listed independently in the pricing sheet?
A: Yes. Please refer to Revised Specifications Package_Addendum #4, Technical Special Provisions T1600 - Landscape Plantings and Plan Sheets 153 to 160. Mulching & Fertilizing is only required for the caliper-specified trees & shrubs.
Q (No subject): Does Sarasota County have preferred aspects of planting palettes for any of the restoration areas, such as size, species, spacing, etc.?
A: Yes. Please refer to Revised Specifications Package_Addendum #4, Technical Special Provisions T1600 - Landscape Plantings and Plan Sheets 153 to 160.
Q (No subject): Do the freshwater swamp restoration, mangrove swamp restoration, upland hammock slope restoration, sav restoration, marsh restoration, and mixed upland planting areas require landscape superintendent to have associate degree in horticulture and for contractor to have arborist on staff? Or does this only apply to the 24 4” live oaks, 12 6” bald cypress, 20 4” yaupon holly, 24 4” Sweetbay, and 8” cabbage palm installations? These certifications are not typical of contractors and crews who install native plantings.
A: Yes. Please refer to Revised Specifications Package_Addendum #4, Technical Special Provisions T1600 - Landscape Plantings and Plan Sheets 153 to 160. These tasks are only required for the caliper-specified trees & shrubs.
Q (No subject): As it pertains to restoration plantings, in what specific areas is vegetative monitoring required?
A: Vegetative monitoring is required throughout the project area where restoration plantings occur
Q (Tree barricades): Is there a bid Item line or quantities for Tree barricades?
A: No, these items are incidental to clearing and grubbing tasks.
Q (No subject): On Sheet No. 157and 158, there is an area categorized as "Invasive Species Management Area" which is different than "Invasive Species Treatment Boundary" used on other sheets. Is there any difference in the two categorizations?
A: No, these areas are to be treated the same.
Q (No subject): Within areas designated as "Invasive Species Treatment Boundary" that will not have construction or grading occurring, specifically areas east of Jacaranda Blvd on Sheet No. 157-159, access for equipment is nonexistent and all material will need to be hand-removed if offsite disposal is required. Is selective mowing and/or forestry mulching acceptable to create access for skid steers to access invasive vegetation material (large Brazilian pepper, carrotwood trees, bishop wood trees, etc.)? Impacts to native trees can be avoided by taking non-direct routes. If not allowed, and areas are not scheduled for planting, is treatment in place acceptable? Please advise.
A: Refer to Revised Specifications Package-Addendum No 4- Supplemental Specification Section 110-3.6A.
Q (Section 110 Clearing and Grubbing): Section 110 Clearing and Grubbing includes tree branch trimming and root pruning as an incidental ancillary item. How are these items to be quantified for bidding purposes without know a given length, size, or number of branches trim and roots to prune? If bid quantities cannot be provided, how are we to provide a price for this work? Please clarify and advise.
A: The cost for these items shall be included within the clearing and grubbing pay items. Branch trimming and root pruning applies to “Trees to Remain”, as necessary, shown on Plan Sheets 47-62.
Q (Addendum #4 Schedule of Values, Answers to RFI's 91 & 92, and Revised Addendum#4 Specification 57): The Addendum #4 Schedule Of Values and the answers to RFI's 91 & 92 appear to eliminate the previous pay items 57-2 CERTIFIED NEW BENCHMARK MONUMENTATION and 57-6 RESETTING PROPERTY CORNER WITH BOUNDARY. However, the specifications issued under Addendum #4 specification 57 still include Section Corners, Benchmarks, Monumentation, and Property Corners as part of the method of measurement. As the specification for payment still includes these items, could you please confirm that the scope of work under Addendum #4 pay item 57-7 DOES NOT include the installation of certified new benchmark monumentation, nor resetting pre-existing absent property corners? Please clarify and advise.
A: The scope of work no longer includes installation of certified new benchmark monumentation nor resetting property corners.
Q (ARV & BABA from suppler): The air valves specified on the job are made in Israel and do not comply w/ BABA – however they are plastic which might be exempt . Could the county please provide a BABA compliant air valve if the specified model from Israel cannot be used? Please clarify and advise.
A: Per the 2026 Sarasota County Utility Manual there are ARI-D-025 and ARI-D-040 valves that are available and compliant with BABA standards.
Q (BABA from supplier): Do plastic products need to comply to BABA ? Or is just the steel products ( American iron and steel – AIS )? Please clarify and advise.
A: Per the 2026 Sarasota County Utility Manual there are ARI-D-025 and ARI-D-040 valves that are available and compliant with BABA standards.
Q (Addendum #4 and Answers to RFI's 98 & 100): Answers to both RFI's 98 & 100, for this question, are regarding the excess dirt generated by the project, who owns the dirt, and/or to what location the dirt is allowed to be deposited. The answer to RFI 98 states…"See Addendum #4, Revised Technical Specifications. Excess dirt can be hauled offsite. Refer to Permits Section Water Navigation Control Authority (WNCA) stipulation #9 for further detail." Stipulation number 9 under the WNCA permit states..."All spoil material generated by this project that is not specifically used within the project area shall be located landward of the top-of -bank or hauled to the Sarasota County Landfill or other County-approved location authorized to receive fill. A separate Earthmoving Governmental Exemption Review may be required to place fill on County-owned lands other than the landfill, and a separate Earthmoving Permit or exemption determination may be required for hauling or placing fill on private property locations." The answer to RFI 100 states..."The Contractor is to be responsible for the disposal of material. Disposal at the landfill will not be required." This information generates these requests for confirmation and questions: 1. To be clear, taking all of these answers and cited specifications, the excess soil generated will not be owned by the contractor nor allowed to be taken, stored, used, or deposited on private property and eventually sold UNLESS, after award, a separate Earthmoving Permit or Exemption is granted, correct? 2. What are the requirements in order to get approved to become a viable private property location for the deposit of the excess soil generated? 3. Following stipulation #9 cited, what are all of the other County-approved locations other than the Sarasota County landfill? Please clarify, in detail, and advise.
A: 1. Yes the contractor is required to get an Earthmoving Permit. 2. Refer to General Provisions Section 7-2.4. 3. At this point in time there are no other county approved locations.
Q (Addendum #4 and Schedule Of Values): The Schedule of Values revised and released under Addendum #4 appears to have the same item coded slightly different and with two different quantities. Pay items 1055-31-112 UTILITY FITTINGS FOR PVC PIPE, FURNISH AND INSTALL, FOR 12" PVC is listed with 4 EA, and 1055-31-312 UTILITY FITTINGS FOR PVC PIPE, FURNISH AND INSTALL, FOR 12" PVC is listed with 2 EA. Are these supposed to be for the same pay item? If so, which one are we to utilize? What is the intended quantity for bidding? Please clarify and advise.
A: Item 1055-31-112 refers to Elbows for 12” PVC. Item 1055-31-312 refers to 12-inch to 10-inch reducers for PVC.
Q (Gopher Tortoise): Section T-123 and pay item 123-1 EXCAVATION FOR GOPHER TORTOISE BURROWS states that work included is for excavation and obtaining the permit under the supervision of Florida Fish and Wildlife. However, the specification does not clearly state that the contractor is responsible for the relocation of the gopher tortoise themselves. Who is responsible for the relocation of the gopher tortoises? If the contractor is to bare a cost for the relocation of the animals, to what location are they to be taken? Please clarify in detail and advise.
A: Please refer to Revised Specifications Package_Addendum No 4. Technical Specification T123 for explanation and pay item.
Q (Gopher Tortioise Permit): Will Gopher Tortoise Permits be covered under pay item P Permit Allowance? Please advise.
A: No. This specific permit will be acquired by the County.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.