SLED Opportunity · FLORIDA · CITY OF PORT ST. LUCIE
AI Summary
Invitation for Bids for construction of a 50,000 sq. ft. Public Works Administration Building in Port St. Lucie, FL. Includes full site development, structural, MEP, emergency operations center, roof garden, and related systems. Requires bid bond, performance bonds, and comprehensive insurance. Proposals due April 28, 2026.
Pursuant to the Port St. Lucie City Code of Ordinance 35.07, this electronic Invitation for Bids (IFB) is being issued to establish a contract with a qualified proposer who will provide Construction of Public Works Administration Building to the City of Port St. Lucie (hereinafter, “City”) as further described in this IFB.
The Project Timeline has been updated with the following changes:
Question Response Deadline: April 23, 2026, 5:00pm
Response Submission Deadline: May 8, 2026, 3:00pm
Please use the See What Changed link to view all the changes made by this addendum.
Please use the See What Changed link to view all the changes made by this addendum.
Pursuant to the City of Port St. Lucie Code of Ordinances, Section 35.07, this electronic Invitation for Bid (“IFB”) is being issued to establish a Contract with one or more qualified Contractors who will provide Construction of Public Works Administration Building to the City of Port St. Lucie (hereinafter, “City”) as further described in this IFB. Bids are being solicited only from responsible bidders known to be skilled and regularly engaged in work of similar character and magnitude to that covered herein.
A descriptive overview of the City can be found at https://www.cityofpsl.com/discover-us/about-psl . Please visit the City’s website to familiarize yourself with how our city is structured and operates. Please contact the Issuing Officer with any questions.
Each responding Contractor must supply a Bid Bond in a sum of not less than 5% of the bid total made payable to the City. As a Mandatory Requirement, the Bid Bond must be scanned and uploaded as part of the Vendor Submission along with all other required documents, thus showing evidence that a Bid Bond was obtained. Responding Contractors must send the Original Bid Bond to the City within ten (10) business days after the IFB Due Date as reflected above in the Schedule of Events. The responding Contractor's proposal will be considered non-Responsive if the Bid Bond is not received within the specified time frame. Responding Contractors must submit a Bid Bond made payable to the City in a sealed envelope to:
Nate Rubel
121 S.W. Port St. Lucie Blvd.
Port St. Lucie, FL 34984
Attn: Procurement Management Division
Bonds must be issued by a Surety authorized to do business in the State of Florida, in order to guarantee that the Contractor will enter into a contract to deliver products and/or related services outlined in this solicitation, strictly within the terms and conditions stated in the Contract.
2.1.1 PROJECT DESCRIPTION
The Work consists of the complete construction of the Public Works Administration Building – Phase 1, including all site development, utilities, structural systems, architectural construction, mechanical, electrical, plumbing, fire protection, low voltage systems, Emergency Responder Radio Coverage Enhancement System (ERRCS/BDA), landscape, irrigation, roof garden, and all associated appurtenances required to deliver a fully operational municipal facility.
The Administration Building consists of approximately 50,000 gross square feet distributed across three (3) stories, and includes:
The building is classified as a Risk Category IV structure in accordance with FBC 2023 and ASCE 7.
The Project is designated as a Threshold Building pursuant to FBC 2023 Section 110.8.
The Ground Floor Emergency Operations Center (EOC) and Traffic Control spaces collectively constitute the Emergency Operations Center portion of the building and shall comply with ICC 500 shelter requirements.
The Contractor shall furnish all labor, materials, equipment, supervision, coordination, delegated engineering, testing, inspections, commissioning, and incidentals required for complete construction.
2.1.2 SITE DEVELOPMENT
The Work includes:
2.1.3 STRUCTURAL SYSTEMS
Provide:
All structural systems shall comply with Risk Category IV wind load requirements.
Structural framing supporting the roof garden shall comply with Assembly live loads per FBC Table 1607.1 (minimum 100 psf unless otherwise required). The Windows and Storefronts shall meet wind loads and Impact Level “E” missile criteria per ASTM E1996.
2.1.4 ICC 500 – EOC PORTION
The Ground Floor EOC and Traffic Control spaces shall comply with ICC 500 and FBC 2023.
The shelter envelope shall resist required hurricane and tornado wind loads and Impact Level “E” missile criteria per ASTM E1996. Penetrations shall not compromise required structural performance.
2.1.5 EXTERIOR ENVELOPE
Includes:
Provide engineered sub-framing, anchorage, and wind load calculations for Risk Category IV compliance. System shall be sealed by a Florida-licensed professional engineer.
2.1.6 ARCHITECTURAL TOWERS
Provide three open-top tower structures with sloped roof assemblies and exposed heavy timber members. Connections and anchorage shall comply with Risk Category IV wind loads.
2.1.7 ENTRY TRELLIS – DELEGATED DESIGN
Provide engineered structural framing, anchorage, and sealed calculations demonstrating compliance with Risk Category IV wind loads.
2.1.8 VINE SUSPENSION SYSTEM – NORTH STAIR (DELEGATED)
Provide engineered cable support system including anchorage, tension calculations, wind load calculations, and corrosion-resistant materials suitable for exterior Florida exposure.
2.1.9 SECOND FLOOR DATA CENTER
Provide complete Data Center including:
Data Center systems serving critical operations shall be connected to emergency power where required.
Clean agent fire suppression system shall be delegated design.
2.1.10 EMERGENCY SLEEPING ACCOMMODATIONS
Provide fifty (50) commercial-grade Murphy beds with structural backing and anchorage. Installation shall not compromise rated assemblies, accessibility, or egress paths.
Murphy beds remain accessory to the primary occupancy and are not intended to establish residential classification.
2.1.11 COMMERCIAL KITCHEN
Provide complete commercial kitchen including:
Hood suppression system shall be delegated design.
Kitchen shall comply with health department and fire code requirements.
2.1.12 EMERGENCY RESPONDER RADIO COVERAGE ENHANCEMENT SYSTEM (ERRCS/BDA)
Provide complete ERRCS system including:
System shall be delegated design and comply with FBC 2023 and applicable NFPA standards.
2.1.13 ROOF GARDEN – GROUP A-3 ASSEMBLY (ADD ALTERNATE NO. 2)
The roof garden is classified as Group A-3 Assembly occupancy in accordance with FBC-B Section 303.
The Contractor shall provide all work necessary to comply with FBC 2023 requirements for Group A-3 occupancy, including:
Provide:
2.1.14 ADD ALTERNATE NO. 1 – SOLAR CANOPY SYSTEM
If accepted, provide complete solar canopy system including structural supports, foundations, panels, inverters, monitoring, and electrical interconnection.
System shall be delegated design and engineered for Risk Category IV wind loads.
2.1.15 ADD ALTERNATE NO. 2 – GREEN PLANTER / PAVER ROOF SYSTEM
If accepted, provide complete green roof and paver system including waterproofing coordination, drainage layer, root barrier, growing medium, irrigation, and structural verification for imposed loads.
System shall maintain roofing warranty compatibility.
2.1.16 DELEGATED DESIGN REQUIREMENTS
Delegated design elements include:
All delegated design elements shall:
2.1.17 COORDINATION
The Contractor shall coordinate all structural, architectural, MEP, delegated design, and specialty systems to maintain:
Failure to coordinate shall not constitute grounds for additional compensation.
All the items described in this section are service levels and/or terms and conditions that the City expects to be satisfied by the selected Contractor. Each Contractor must indicate its willingness and ability to satisfy these requirements in their response.
Unless otherwise specified, references to brand name or trade name/mark products are intended to be descriptive, but not restrictive, and are used to indicate the quality and characteristics of products that may be offered. Other products may be considered for award if such products are clearly identified and are determined by the City to meet its needs in all respects. Each Contractor's response must indicate the brand name and model, or series number of the product offered and include such specifications, catalog pages, or other data that will provide an adequate basis for determining the quality and functional capabilities of the product offered.
First, the proposals will be reviewed by the Issuing Officer to determine the proposal’s compliance with the following requirements:
1. Response was submitted by the deadline.
2. Response is complete and contains all required documents.
3.1.1 Familiarity with Laws and Regulations
It is the responsibility of responding Contractors to be familiar with all Federal, State, and local laws, ordinances, rules, and regulations, that may affect the work. Ignorance on the part of the Awarded Contractor will in no way relieve it from Contract responsibility.
3.1.2 Restrictions on Communicating with Staff / Cone of Silence
From the issue date of this IFB until the time of City Council's approval of the award or the City Manager's approval when proposal amount is below the required formal solicitation threshold (or the IFB is officially canceled), Contractors are not allowed to communicate for any reason with any City staff or elected officials except through the Issuing Officer named herein, during the Bidders'/Offerors’ conference (if any), as defined in this IFB, or as provided by existing work agreement(s). This is commonly known as a Cone of Silence during the procurement process as identified in the City Code of Ordinances, Section 35.13. Prohibited communication includes all contact or interaction, including but not limited to, telephonic communications, emails, faxes, letters, or personal meetings, such as lunch, entertainment, or otherwise. The City reserves the right to reject the response of any Contractor violating this provision. Further information on this topic can be found on the Cone of Silence and IFB Communication Document.
3.1.3 Submitting Questions
All questions concerning this IFB must be submitted in writing on the OpenGov Platform during the Question and Answer open period. Please select the Question and Answer tab in the IFB project and click the "Ask Question" option. Once the question has been entered, select the "Submit Question" button. Enter a subject in the Subject field and then type the question in the Question field below. Once finished, select "Submit." No questions other than written will be accepted. No response other than written will be binding upon the City. All Contractors must submit questions by the deadline identified in the Schedule of Events for submitting questions. Contractors are cautioned that the City may or may not elect to entertain late questions or questions submitted by any other method than as directed by this section.
3.1.4 Attending Bidders' / Offerors' Conference
The Bidders'/Offerors’ Conference or any other information session (if indicated in the Schedule of Events) will be held at the locations referred to in “Schedule of Events,” of this IFB. Unless indicated otherwise, attendance is not mandatory, although Contractors are strongly encouraged to attend. However, in the event the conference has been identified as mandatory, then a representative of the Contractor must attend the conference in its entirety to be considered eligible for Contract award. The Contractor is strongly encouraged to allow ample travel time to ensure arrival in the conference meeting room prior to the beginning of any mandatory conference. The City reserves the right to consider any representative arriving late to be “not in attendance.” Therefore, all Contractors are strongly encouraged to arrive early to allow for unexpected travel contingencies.
3.1.5 The City's Right to Request Additional Information- Contractor's Responsibility
Prior to Contract award, the City must be assured that the selected Contractor has all the resources to successfully perform under the Contract. This includes, but is not limited to, adequate number of personnel with required skills, availability of appropriate equipment in sufficient quantity to meet the on-going needs of the City, financial resources sufficient to complete performance under the Contract, and experience in similar endeavors. If, during the evaluation process, the City is unable to assure itself of the Contractor’s ability to perform, if awarded, the City has the option of requesting from the Contractor any information deemed necessary to determine the Contractor’s responsibility. If such information is required, the Contractor will be notified and will be permitted approximately ten (10) business days to submit the information requested.
3.1.6 Failing to Comply with Submission Instructions
Responses received after the identified due date and time or submitted by any other means than those expressly permitted by the IFB will not be considered. Contractor's response must be complete in all respects, as required in each section of this IFB.
3.1.7 Rejection of Proposals; The City's Right to Waive Immaterial Deviation
The City reserves the right to reject any or all responses, to waive any irregularity or informality in a Contractor’s response, and to accept or reject any item or combination of items, when to do so would be to the advantage of the City. The City reserves the right to waive mandatory requirements, provided that, all the otherwise Responsive proposals failed to meet the mandatory requirements and/or doing so does not otherwise materially affect the procurement of requested commodities and/or services. It is also within the right of the City to reject responses that do not contain all elements and information requested in this IFB. A Contractor’s response will be rejected if the response contains any defect or irregularity and such defect or irregularity constitutes a Material Deviation from the IFB requirements, which determination will be made by the City in its sole discretion and on a case-by-case basis.
NOTE: The City reserves the right to reject the Bid of any Contractor who has previously failed in the performance of an award, to deliver contracts of a similar nature on time, or who is not in a position to perform properly under this award. This includes the firm, employees, and financial or legal interests. The City will not enter into a contract or conduct business with any firm or any personnel that is listed on the Federal, State, or other local government agencies' Excluded Parties List, Suspended List, or Debarment List. Please see section 287.133, Florida Statutes, for further information regarding business transactions with companies that have been convicted of public entity crimes.
3.1.8 The City's Right to Amend and/or Cancel the IFB
The City reserves the right to amend this IFB. All revisions must be made in writing prior to the IFB closing date and time. If a responding entity discovers any ambiguity, conflict, discrepancy, omission, or other error in the IFB, it shall immediately notify the City of such error in writing and request modification or clarification of the document. Any modification made to this IFB will be issued as an addendum. If a responding entity fails to notify the City prior to the date and time fixed for submission of an error or ambiguity in the IFB known to it, or an error or ambiguity that reasonably should have been known to it, it shall not be entitled to additional time by reason of the error/ambiguity or its late resolution. By submitting a response, the Contractor shall be deemed to have accepted all terms and agreed to all requirements of the IFB (including any revisions/additions made in writing prior to the close of the IFB, whether or not such revision occurred prior to the time the Contractor submitted its response), unless expressly stated otherwise in the Contractor’s response. THEREFORE, EACH CONTRACTOR IS INDIVIDUALLY RESPONSIBLE FOR REVIEWING THE REVISED IFB AND MAKING ANY NECESSARY OR APPROPRIATE CHANGES AND/OR ADDITIONS TO THE CONTRACTOR’S RESPONSE PRIOR TO THE CLOSE OF THE IFB. All Notice(s) to Proceed with Negotiations and/or Notice of Intent to Award (NOIAs) will be posted as referenced in Section 9.8 - “Public Award Announcement,” of this document. Finally, the City reserves the right to amend or cancel this IFB at any time.
3.1.9 Assigning of the Contract & Use of Subcontractors
Except as may be expressly agreed to in writing by the City, Contractor shall not assign, sell, transfer, or otherwise dispose of the awarded Contract or any portion thereof, or of the work provided for therein, or of its right, title, or interest therein, to any person, firm, or corporation without the prior written consent of the City.
Each Contractor shall list all subcontractors and the work provided by the suppliers in the area provided on the Bid Reply Sheet. The successful Contractor(s) shall provide a listing of all subcontractors, suppliers, and other persons and organizations (including those who are to furnish the principal items of material and equipment), other than those identified in the Bid Reply, to the City within ten (10) days after the bid opening. Such a list shall be accompanied by an experience statement for each such subcontractor, supplier, person, or organization, if requested by the City. The City, if after due investigation, has reasonable objection to any proposed subcontractor, supplier, other person or organization, the City may, before the Notice of Intent Award is given, request apparent successful Contractor to submit an acceptable substitute without an increase in Bid price.
If the apparent successful Contractor(s) declines to make any such substitution, the City may award the Contract to the next acceptable Contractor(s) that proposes to use acceptable subcontractors, suppliers, and other persons and organizations. Declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Contractor(s). Any subcontractor, supplier, other person, or organization listed and to whom the City does not make written objection prior to the giving of the Notice of Intent to Award, shall be deemed acceptable to City, subject to revocation of such acceptance after the effective date of the Contract.
No subcontract which Contractor enters into with respect to performance of obligations or work assigned under the Contract shall in any way relieve Contractor of any responsibility, obligation, or liability under the Contract, and for the acts and omissions of all subcontractors, agents, and employees. All restrictions, obligations, and responsibilities of the Contractor under the Contract shall also apply to the subcontractors. Any contract with a subcontractor must also preserve the rights of the City. The City shall have the right to request the removal of a subcontractor from performing work under the Contract at any time, with or without cause.
3.1.10 Bidder's Examination and Investigations
Bidders shall carefully and thoroughly examine all parts of the IFB Documents including all attachments. Bidders shall make an inspection of the site of the proposed work as well as its adjacent area, and determine for themselves all conditions under which they will be obligated to work. No plea of ignorance of conditions that may exist or that may hereafter exist, or of difficulties that may be encountered in the execution of the work under the Contract, as a result of the Bidder's failure to make prudent examinations and investigations, will be accepted as an excuse for any failure or omission on the part of the Contractor to fulfill in every detail all requirements of the IFB and Contract Documents, nor will the same be accepted as a basis for a claim for extra compensation, damages, or for an extension of the time of completion.
3.1.11 Labor and Material
The Bidder shall make its own investigation as to the availability of labor needed and wage rates which will have to be paid in the prosecution of the Contract. No claim for extra cost or damages shall be made or allowed because of shortages of the required labor or any change in the wage rates which the Contractor is required to pay.
The Bidder shall make its own investigation and determination of the probable availability of the required materials in the amounts and at the times necessary to complete the work within the time allowed for completion.
3.1.12 Utilities
The Contractor shall make arrangements for and shall pay for all connections, extensions, and services for electricity, gas, water, sewer, and other utilities necessary for the prosecution of the work.
3.1.13 Tests and Sampling
When specified that materials are to be tested, they shall be tested at the expense of the Contractor, unless otherwise indicated in the specifications. The Contractor shall provide the necessary facilities for taking samples, shall furnish samples and deliver them to the testing laboratories as the City may direct. Samples shall be prepared for testing by the Contractor. Unless otherwise specifically provided, materials and products shall be sampled and tested in accordance with the requirements of the American Society for Testing Materials. The cost to the Contractor in connection with tests and sampling shall be included in the prices bid for the various items scheduled on the Proposal, and no extra allowance will be made.
3.1.14 Contractor's Employees and Organization
The Contractor shall employ competent workers, experienced enough to perform their work in a neat and proper manner. Superintendents, foremen, or other supervisory employees shall be competent and authorized to receive and carry out instructions at all times during the progress of the work. Whenever the City shall inform the Contractor in writing that any person engaged in the work is, in its opinion, disobedient, disorderly, disrespectful, incompetent or intemperate or that a superintendent, foreman or other supervisory personnel refuses, or neglects to comply with the order of the City, they shall be promptly discharged and shall not thereafter be re-employed on the work. The superintendents and number of workers shall be sufficient, in the opinion of the City, to ensure completion of the work within the time limited.
The Contractor shall establish and maintain a temporary office on the site of the work or provide other facilities at some convenient point thereto, during the continuance of the work. Copies of the plans and specifications shall at all times be kept on file by the Contractor at readily accessible points near the work. The temporary office shall be incidental to the contract.
3.1.15 Proposal of Additional Services
If a Contractor indicates an offer of services in addition to those required by and described in this IFB, these additional services may be added to the original Contract at the sole discretion of the City.
3.1.16 Protest Process
Contractors should familiarize themselves with the procedures set forth in City Code of Ordinances, Section 35.15. By submitting a response to this IFB, the Contractor certifies that it is on notice of Section 35.15, understands the procedures set forth therein, and acknowledges it is bound by the protest process therein.
3.1.17 Costs for Preparing Responses
Each Contractor’s response should be prepared simply and economically, avoiding the use of elaborate promotional materials beyond those sufficient to provide a complete presentation. The cost for developing the response and participating in the procurement process (including the protest process) is the sole responsibility of the Contractor. The City will not provide reimbursement for such costs.
3.1.18 Public Access to Procurement Records
Solicitation opportunities will be publicly advertised as required by City ordinances and state and federal laws. Any material that is submitted in response to this IFB, including anything considered by the Contractor to be confidential or a trade secret, will become a public document pursuant to Chapter 119, Florida Statutes. Any claim of confidentiality is waived upon submission, effective after the City’s opening of the proposals pursuant to section 119.07, Florida Statutes. Therefore, the Contractor is hereby cautioned NOT to submit any documents that the Contractor does not want to be made public. The City is allowed to assess a reasonable charge to defray the cost of reproducing documents. A City employee must be present during the time of onsite inspection of documents. PLEASE NOTE: Even though information (financial or other information) submitted by a Contractor may be marked as "confidential," "proprietary," etc., the City will make its own determination regarding what information may or may not be withheld from disclosure. Contractors should review Chapter 119, Florida Statutes for all updates before requesting exceptions from Chapter 119.
3.1.19 Bid Review
The City reserves the right to negotiate bids after receipt and prior to award of the Contract.
The following documents make up this IFB. Please see Section 3 – "Instructions to Contractors," for submission procedures and Section 12 - "Vendor Submission Requirements and Attestations," for access to all required forms and uploads. Any difficulty locating or accessing the following documents should be immediately reported to the Issuing Officer.
1. Attachment A - Project Drawings
2. Attachment B - Project Specifications
3. Attachment C - Sample Contract
4. Mandatory Documents
All mandatory documents and required uploads are listed in Section 12 – Vendor Submission Requirements and Attestations. These include, as applicable:
Electronic confirmation for the following forms:
**Any documents indicated in Section 6.3 - "Mandatory Requirements," of this IFB must be uploaded into the project as a part of the response by the Contractor. Failure to supply the completed document(s) will deem the Contractor as Non-Responsive.
The prices shall cover costs of any nature, incident to and growing out of the work, in explanation, but not in limitation thereof the prices stated in the proposal by the Bidder, shall include the cost of everything necessary for the performance and completion of the Contract in the manner and time prescribed, including the furnishing of all materials, tools, equipment, testing, transportation, labor, supervision, all costs on account of loss by damage or destruction of the work and unforeseen difficulties encountered, for settlement of damages, for replacement of defective work and materials, and for all else necessary therefore and incidental thereto.
All items of work in the Contract will be measured and paid at the units and prices shown on the Cost Table. The miscellaneous items not shown on the Cost Table such as clean-up, etc. will be considered as included as part of the Contract and done at no extra cost to the City.
By submitting a response, the Contractor agrees that it has read, understood, and will abide by the following instructions/rules:
The submitted pricing must include all costs of performing pursuant to the resulting Contract; and
All quantities and/or estimates are for information or tabulation purposes only; and
No warranty or guarantee is expressed or implied on the volume of products and/or services that the City may require through the negotiated Contract period; and
Bids containing a minimum order/ship quantity or dollar value, unless otherwise called for in the IFB, will be treated as non-Responsive and may not be considered for award; and
The Contractor is required to provide net prices. In the event there is discrepancy between a Contractor’s unit price and extended price, the unit price shall govern; and
In the event there is a discrepancy between (1) the Contractor’s pricing as quoted in Cost Table, and (2) the Contractor’s pricing as quoted by the Contractor in one or more single line entries directly into the Sourcing Event screen, the former shall govern; and
The prices quoted and listed in the response shall be firm throughout the term of the resulting Contract, unless otherwise noted in the IFB or Contract; and
Unless otherwise specified in any terms and conditions attached to the IFB, all product deliveries will be F.O.B. destination and all shipping charges must be included in the quoted pricing structure; and
Unless expressly permitted by the IFB, responses containing provisions for late or interest charges cannot be awarded a Contract. Contractors must “strikethrough” any such provisions in printed forms and initial such revisions prior to submitting a response to the City; and
Contractor responses requiring prepayment and/or progress payment requirements may be determined non-Responsive, unless otherwise permitted by the IFB; and
Unless permitted by the IFB, responses requiring payment from the City in less than thirty (30) days will be considered non-Responsive.
Proposer agrees to indemnify, defend, and hold harmless, the City, its officers, agents, and employees from, and against any and all claims, actions, liabilities, losses, and expenses including, but not limited to, attorney's fees for personal, economic, or bodily injury, wrongful death, loss of or damage to property, at law or in equity, which may arise or may be alleged to have risen from the negligent acts, errors, omissions or other wrongful conduct of Proposer, agents, laborers, subcontractors or other personnel entity acting under Proposer control in connection with the Proposer's performance of services under the Contract. To that extent, Proposer shall pay any and all such claims and losses and shall pay any and all such costs and judgements which may issue from any lawsuits arising from such claims and losses including wrongful termination or allegations of discrimination or harassment, and shall pay all costs and attorney's fees expended by the City in defense of such claims and losses, including appeals. That the aforesaid hold-harmless agreement by Proposer shall apply to all damages and claims for damages of every kind suffered, or alleged to have been suffered, by reason of any of the aforesaid operations of Proposer or any agent laborers, subcontractors, or employee of Proposer regardless of whether or not such insurance policies shall have been determined to be applicable to any of such damages or claims for damages. Proposer shall be held responsible for any violation of laws, rules, regulations, or ordinances affecting in any way the conduct of all persons engaged in or the materials or methods used by Proposer on the work. This indemnification shall survive the termination of the Contract.
The Proposer shall agree to procure and maintain Workers' Compensation Insurance & Employers' Liability in accordance with Section 440, Florida Statutes. Employers’ Liability must include limits of at least $100,000.00 each accident, $100,000.00 each disease/ employee, and $500,000.00 each disease/maximum. A Waiver of Subrogation endorsement must be provided. Coverage shall apply on a primary basis. Should scope of work performed by Proposer qualify its employee(s) for benefits under Federal Workers’ Compensation Statute (for example, U.S. Longshore & Harbor Workers Act or Merchant Marine Act), proof of appropriate Federal Act coverage must be provided.
Submittal Instructions to Electronic Bidding System
Listed below are key action items related to this IFB. The Schedule of Events Section identifies the dates and time for these key action items. This portion of the IFB provides high-level instructions regarding the process for reviewing the IFB, preparing a response to the IFB, and submitting a response to the IFB.
3.2.1 IFB Released
The release of the IFB is through the posting of this project in OpenGov, the City's Electronic Bidding System. Each Contractor interested in competing to win a Contract award must complete and submit a response to this IFB in OpenGov. Therefore, each Contractor MUST carefully review the submittal instructions.
3.2.2 IFB Review
The IFB 20260188 consists of the following: this document, entitled “Construction of Public Works Administration Building,” and any and all information included in the IFB, as posted to OpenGov, including any and all documents provided by the City as attachments to the IFB or links contained within the IFB or its attached documents.
Please carefully review all information, including all documents available as attachments or available through links. Any difficulty accessing or opening provided links or documents should be reported immediately to the Issuing Officer.
3.2.3 Preparing a Response
When preparing a response, the Contractor must consider the following instructions:
3.2.4 Reviewing, Revising, or Withdrawing a Submitted Response
The following criteria will be used to select the bid that will provide the best value to the City:
The element of price is but one of the criteria elements. When considering a proposal, the City will:
Value Added: The amount or dollar value of a service that the Bidder may be able to provide the City:
Any prior conviction for bribery, theft, forgery, embezzlement, falsification, or destruction of records, antitrust violations, honest services fraud or other offenses indicating a lack of business integrity or honesty; or any prior violation of the City’s ethical standards may be considered when determining best value and may result in a Contractor not being awarded the project.
Each Contractor must complete all the requested information in the Contractor’s General Information Worksheet in the Vendor Submission Requirements and Attestations Section.
The City’s intent is to structure the cost format in order to facilitate comparison among all Contractors and foster competition to obtain the best market pricing. Consequently, the City requires that each Contractor's cost be structured as directed in the IFB. Additional and/or alternative cost structures will not be considered. Each Contractor is cautioned that failure to comply with the instructions listed below, submission of an incomplete offer, or submission of an offer in a different format than the one requested, may result in the rejection of the Contractor's response.
Enter all information directly into the Cost Table. Enter numbers on each cost sheet in “number” (two-place decimal), not “currency” or other format, unless otherwise stated. That is, omit dollar signs, commas, and any other non-essential symbols (e.g., $7.90 should be entered as 7.90). Prices must be in US Dollars. Enter “n/a” to indicate not available or “0” if there is no charge. Cells left blank will be interpreted as “no offer.”
Complete the Cost Table, save and submit in the response section.
Proposal Certification
By responding to this solicitation, the Contractor understands and agrees to the following:
That this electronically submitted proposal constitutes an offer, which, when accepted in writing by the City, and subject to the terms and conditions of such acceptance, will constitute a valid and binding contract between the Contractor and the City; and
That the Contractor guarantees and certifies that all items included in the Contractor's response meet or exceed any and all of the solicitation’s identified specifications and requirements, except as expressly stated otherwise in the Contractor's response; and
That the response submitted by the Contractor shall be valid and held open for a period of one hundred and twenty (120) days from the final solicitation closing date and that the Contractor’s offer may be held open for a lengthier period subject to the Contractor’s consent; and
That the Contractor's response is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a response for the same materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. Contractor understands and agrees that collusive bidding is a violation of City ordinance and state and federal laws and can result in fines, prison sentences, and civil damage awards.
If the Contractor’s response passes the Administrative/Preliminary Review, the Contractor’s responses to Section 6 - “IFB Bid Factors,” will be evaluated. Responses to mandatory requirements will be evaluated on a pass/fail basis. If a response fails to meet a mandatory requirement, the City will determine if the deviation is Material. A Material Deviation will be cause for rejection of the response. An Immaterial Deviation will be processed as if no deviation had occurred.
As noted in the preceding section, this IFB contains mandatory requirements (e.g. product specifications, service or quality levels, staff requirements, experience or license requirements, etc.) which must be met by the Contractor in order to be considered Responsive, and, therefore, eligible for Contract award. These mandatory requirements will be defined in one or more of the following ways:
1. Requirements in this IFB document.
2. Requirements contained in any attachment to the Sourcing Event, including any Mandatory Forms, Electronic Acknowledgements, and Cost Table.
3. Copy of Current Insurance Certificate, Licenses, required Certifications, etc.
A Pass/Fail evaluation will be utilized for all mandatory requirements. Please review the Sourcing Event and its attachments carefully and respond as directed.
Some requirements may require a "Yes" or "No" response. Ordinarily, to be considered Responsive, Responsible, and eligible for award, all requirements identified as mandatory must be marked "Yes" to pass. There may be rare instances in which a response of "NO" is the correct and logical response in order to meet the mandatory requirements (e.g., responding "NO" that the Contractor does not possess any conflicts of interest). Otherwise, any mandatory questions marked "NO" will fail the technical requirements and will result in disqualification of the Contractor's response, except as otherwise provided in Section 9 - "Evaluation and Award," of this IFB. Please note some requirements may require the Contractor to provide product sheets or other technical materials.
It is strongly encouraged that all Contractors review all documents that are electronically attached to this IFB. Reviewing the documentation ensured that Contractors understand the full scope of the City's request.
By responding to this solicitation, the Contractor understands and agrees to the following:
The objective of the IFB is to select one (1) or more qualified Contractors (as defined by Section 1 – “Purpose of Procurement”) to provide the goods and/or services outlined in this IFB to the City. This IFB process will be conducted to gather and evaluate responses from Contractors for potential award. All qualified Contractors are invited to participate by submitting responses, as further defined below. After evaluating all Contractor’s responses received prior to the closing date of this IFB and resolution of any Contract exceptions, the preliminary results of the IFB process will be publicly announced, including the names of all participating Contractors and the evaluation results. Subject to the protest process, final Contract award(s) will be publicly announced thereafter.
NOTE TO CONTRACTORS: The general instructions and provisions of this document have been drafted with the expectation that the City may desire to make one award or multiple awards. For example, this document contains phrases such as “contract(s)” and “award(s)”. Please refer to Section 1 – “Purpose of Procurement” and Section 9 – “Evaluation and Award,” for information concerning the number of Contract awards expected.
The Proposer shall agree to procure and maintain Commercial General Liability insurance, issued under an Occurrence form basis, including Contractual liability, to cover the hold harmless agreement set forth herein, with limits of not less than:
| Each occurrence | $1,000,000 |
| Personal/advertising injury | $1,000,000 |
| Products/completed operations aggregate | $2,000,000 |
| General aggregate | $2,000,000 |
| Fire damage | $100,000 any 1 fire |
| Medical expense | $10,000 any 1 person |
The Schedule of Events set out herein represents the City’s best estimate of the schedule that will be followed. However, delays to the procurement process may occur, which may necessitate adjustments to the proposed schedule. If a component of this schedule, such as the close date, is delayed, the rest of the schedule may be shifted as appropriate. Any changes to the dates up to the closing date of the IFB will be publicly posted prior to the closing date of this IFB. After the close of the IFB, the City reserves the right to adjust the remainder of the proposed dates, including the dates for evaluation, negotiations, award, and the Contract term, on an as-needed basis, with or without notice.
| Release of IFB: | March 26, 2026 |
| Pre-Proposal Meeting (Non-Mandatory): | April 6, 2026, 1:00pm Project Site: |
| Question Submission Deadline: | April 14, 2026, 5:00pm |
| Question Response Deadline: | April 23, 2026, 5:00pm |
| Response Submission Deadline: | May 8, 2026, 3:00pm City Hall Building A |
The City reserves the right to proceed to award without further discussions after receipt of the initial proposals, in which case, evaluation committee reviews, negotiations, and proposal revisions may not be required.
The City currently utilizes the State of Florida Visa Program. The awarded Contractor can take advantage of this program and in consideration, may receive payment within several days instead of NET 30 terms. Any percentage off the quoted bid price for the acceptance of payment by Visa will be taken into the account for consideration of the best value to the City. If no percentage is provided in the cost proposal, the City shall assume a zero (0) percent discount applies.
An Additional Insured endorsement must be attached to the certificate of insurance and must include coverage for on-going and Completed Operations (should be ISO CG2037 & CG2010) under the General Liability policy. Products & Completed Operations coverage to be provided for a minimum of five (5) years from the date of possession by City or completion of contract. Coverage is to be written on an occurrence form basis. Coverage shall apply on a primary and non-contributory basis. A per project aggregate limit endorsement should be attached. Defense costs are to be in addition to the limit of liability. A waiver of subrogation shall be provided in favor of the City. Coverage for the hazards of explosion, collapse and underground property damage (XCU) must also be included when applicable to the work performed. No exclusion for mold, silica or respirable dust or bodily injury/property damage arising out of heat, smoke, fumes, or hostile fire shall apply. Coverage shall extend to independent contractors and fellow employees. Contractual Liability is to be included. Coverage is to include a cross liability or severability of interests provision as provided under the standard ISO form separation of insurers clause.
Except as to Workers' Compensation and Employers' Liability insurance, Certificates of Insurance and policies shall clearly state that coverage required by the Contract has been endorsed to include the City of Port St. Lucie, a municipality of the State of Florida, its officers, agents and employees as Additional Insured for Commercial General Liability and Business Auto Liability policies. The name for the Additional Insured endorsement issued by the insurer shall read: "City of Port St. Lucie, a municipality of the State of Florida, its officers, employees and agents shall be listed as additional insured and shall include Contract #20260188 - Construction of Public Works Administration Building." Copies of the Additional Insured endorsements shall be attached to the Certificate of Insurance. The policies shall be specifically endorsed to provide thirty (30) days written notice to the City prior to any adverse changes, cancellation, or non-renewal of coverage thereunder. Formal written notice shall be sent to City of Port St. Lucie, 121 SW Port St. Lucie Blvd., Port St. Lucie, FL 34984, Attn: Procurement. In the event that the statutory liability of the City is amended during the term of this Contract to exceed the above limits, the Contractor shall be required, upon thirty (30) days written notice by the City, to provide coverage at least equal to the amended statutory limit of liability of the City. Copies of the Additional Insured endorsement shall be attached to the Certificate of Insurance.
The Proposer must pay a cash security deposit or provide an irrevocable letter of credit in the amount of not less than five percent (5%) of the total contract award. The cash security deposit or irrevocable letter of credit shall be returned to the Contractor upon faithful performance and completion of this agreed upon contract. However, should Contractor fail to meet the terms and conditions for which the cash security deposit or irrevocable letter of credit are intended to secure, then the City shall be entitled to demand payment from the lending institution or shall be entitled to retain all, or such portion of the cash security deposit as is required to meet the obligations of the contract.
The City may utilize lowest cost, lowest total cost, and total cost of ownership (TCO) or greatest savings to determine the most competitive pricing. The cost proposal may be scored on an overall basis or at the category/subcategory/line level (as applicable) relative to other responses/bids.
To ensure proper payment the awarded Contractor must comply with the following:
1. The City shall have not less than thirty (30) days to pay for any products and/or services.
2. Invoices must clearly show the description of products and/or services to include the number of each product or line item fulfilled.
3. All invoices must reference the Contract Number as established by the City.
4. Under no circumstance, will interest of any kind be required as payment to the Awarded Contractor.
5. All charges, e.g., set up costs, must be included in the cost proposal. No charges will be allowed unless specified in the IFB and agreed upon by the City.
6. Any discrepancies noted by the City must be corrected by the Awarded Contractor within forty-eight (48) hours.
7. The payment amount due on invoices shall not be altered by the City personnel. Once disputed items are resolved, the Awarded Contractor must submit an amended invoice, or a credit memorandum for the disputed amount.
8. The City will not make partial payments on an invoice where there is a dispute, except as required by law.
9. The City will only make payments on authorized transactions.
10. All invoices must be sent to: The Project Manager.
Nate Rubel, Procurement Assistant Director
O. 772-344-4230
nrubel@cityofpsl.com
The Proposer shall agree to maintain Business Automobile Liability at a limit of liability not less than $1,000,000.00 each accident covering any auto, owned, non-owned and hired automobiles. In the event the Proposer does not own any automobiles, the Business Auto Liability requirement shall be amended allowing the Proposer to agree to maintain only Hired & Non-Owned Auto Liability. This amended requirement may be satisfied by way of endorsement to the Commercial General Liability, or separate Business Auto Coverage form. Certificate holder must be listed as additional insured. A waiver of subrogation shall be provided. Coverage shall apply on a primary and non-contributory basis.
The City reserves the right to: (a) waive minor irregularities, variances, or non-material defects in a response; (b) reject any and all responses, in whole or in part; (c) request clarifications from all Contractors; (d) request resubmissions from all Contractors; (e) award in whole, in part; or by line item; and (f) take any other action as permitted by law. The City reserves the right to provide for similar and/or additional services from other companies if the City so deems necessary. If the City elects to exercise this right, the Contract awarded under this solicitation shall remain in effect as to all terms, agreements, and conditions without penalty or diminution of ongoing services to the City as contained therein. Proposer agrees and understands that any Contract awarded pursuant to this solicitation shall not be construed as an exclusive arrangement and further agrees that the City may, at any time, secure similar or identical services, or award more than one Contract under this solicitation, at its sole option.
Single Award
Any Contract award resulting from IFB will be made to the Lowest Responsive and Responsible Contractor that meet all required specifications and with whom the City has reached agreement on all Contract items and conditions.
The selected Contractor shall be responsible for obtaining all permits, licenses, certifications, etc., required by federal, state, county, and municipal laws, regulations, codes, and ordinances for the performance of the work required in these specifications and to conform to the requirements of said legislation. Permit fees can be found on the City’s Building Department Website. All permit fees shall be included in the Contract amount and paid by the successful Contractor(s).
By entering into this Contract, the Proposer agrees to a Waiver of Subrogation for each required policy. When required by the insurer, or should a policy condition not permit an Insured to enter into a pre-loss Contract to waive subrogation without an endorsement then the Vendor shall agree to notify the insurer and request the policy be endorsed with a Waiver of Transfer of Rights of Recovery Against Others, or its equivalent. This Waiver of Subrogation requirement shall not apply to any policy where a condition to the policy specifically prohibits such an endorsement, or voids coverage should Proposer enter into such a Contract on a pre-loss basis.
The City reserves the right to: (a) waive minor irregularities, variances, or non-material defects in a response; (b) reject any and all responses, in whole or in part; (c) request clarifications from all Contractors; (d) request resubmissions from all Contractors; (e) award in whole, in part; or by line item; and (f) take any other action as permitted by law. The City reserves the right to provide for similar and/or additional services from other companies if the City so deems necessary. If the City elects to exercise this right, the Contract awarded under this solicitation shall remain in effect as for to all terms, agreements, and conditions without penalty or diminution of ongoing services to the City as contained therein. Proposer agrees and understands that any Contract awarded pursuant to this solicitation shall not be construed as an exclusive arrangement and further agrees that the City may, at any time, secure similar or identical services, or award more than one Contract under this solicitation, at its sole option.
Single Preferred but Split Award
The primary intent of this IFB is to identify a single source (Responsive and Responsible Contractor with the best value as evaluated in Section - "Evaluating Bid Factors") to provide all the needed goods and/or services; however, the City reserves the right to make split awards.
Please review the following terms:
- Contractor(s) – companies desiring to do business with the City (Also called “Bidder,” “Proposer,” "Vendor," or “Offeror.”)
- City of Port St. Lucie (“City”) – the governmental entity identified in “Purpose of Procurement,” of this IFB.
- Immaterial Deviation – does not give the Contractor a substantial advantage over other Contractors.
- Material Deviation – gives the Contractor a substantial advantage over other Contractors and thereby restricts or prevents competition.
- Procurement Management Division (“PMD”) – the City department that is responsible for the review and possible sourcing of all publicly sourced solicitations.
- Responsible – means the Contractor, whether a company or an individual, has appropriate legal authority to do business in the City, a satisfactory record of integrity, appropriate financial, organizational, and operational capacity and controls, and acceptable performance on previous governmental and/or private contracts, if any.
- Responsive – means the Contractor whether a company or an individual, has submitted a timely offer which materially conforms to the requirements and specifications of the solicitation.
- Sourcing Platform/Electronic Bidding System – OpenGov.
Any special terms or words which are not identified in this IFB may be identified separately in one or more attachments to the IFB.
Please access and review all the attachments provided by the City within the Project. If supplemental materials are requested by the City to be submitted by the Contractor as part of the technical proposal, the Contractor should upload these additional materials as directed by the City.
All deductible amounts shall be paid for and be the responsibility of the Proposer for any and all claims under this Contract. Where an SIR or deductible exceeds $5,000, the City reserves the right, but is not obligated, to review and request a copy of the bidder’s most recent annual report or audited financial statement.
The City reserves the right to: (a) waive minor irregularities, variances, or non-material defects in a response; (b) reject any and all responses, in whole or in part; (c) request clarifications from all Contractors; (d) request resubmissions from all Contractors; (e) award in whole, in part; or by line item; and (f) take any other action as permitted by law. The City reserves the right to provide for similar and/or additional services from other companies if the City so deems necessary. If the City elects to exercise this right, the Contract awarded under this solicitation shall remain in effect as for to all terms, agreements, and conditions without penalty or diminution of ongoing services to the City as contained therein. Proposer agrees and understands that any Contract awarded pursuant to this solicitation shall not be construed as an exclusive arrangement and further agrees that the City may, at any time, secure similar or identical services, or award more than one Contract under this solicitation, at its sole option.
Primary/Secondary Award
The primary intent of this IFB is to identify a single source (Responsible and Responsive Contractor with the best value as evaluated in Section - "Evaluating Bid Factors") to provide all of the needed goods and/or services; however, the City reserves the right to make an additional Contract award to the next best ranked Contractor as a secondary (back-up) source of supply.
The term of the Contract(s) is for seven hundred thirty (730) calendar days from the execution date.
In the event that the Contract(s), if any, resulting from the award of this IFB shall terminate or be likely to terminate prior to the making of an award for a new Contract for the identified products and/or services, the City may, with the written consent of the awarded Contractor(s), extend the Contract(s) for such period of time as may be necessary to permit the City’s continued supply of the identified products and/or services. The Contract(s) may be amended in writing from time to time by mutual consent of the parties. Unless this IFB states otherwise, the resulting award of the Contract(s) does not guarantee volume or a commitment of funds.
1.6.1 Hours of Service
The standard hours of work allowed in the City’s rights-of-way are from 7:00 a.m. to sundown Monday through Friday. Any work performed by the Contractor outside of the aforementioned time limit requires special authorization by the City and requires that the Contractor obtain a noise permit from the Port St. Lucie Police Department (PSLPD). All equipment operated at night shall comply with the noise levels established by the City of Port St. Lucie noise ordinance. Any additional costs associated with work outside of the hours of work allowed shall be borne by the Contractor. This shall include, but is not limited to, costs of inspection, testing, police assistance, and construction administration.
All night, Saturday, Sunday, and/or Holiday work must be authorized by the City and requires that the Contractor obtain a noise permit from the PSLPD. All night work within the City’s rights-of-way requires a minimum forty-eight (48) hour prior notice to the City. This clause shall not pertain to crews organized to perform maintenance work on equipment or to operate and maintain special equipment such as dewatering pumps, which may be required to work twenty-four (24) hours per day.
It shall be the responsibility of the Contractor to ensure that all independent contractors and/or subcontractors comply with the same insurance requirements as listed herein, including Products & Completed Operations coverage for a minimum of five (5) years from the date of possession by City or completion of contract. It shall be the responsibility of the Contractor to obtain Certificates of Insurance from all contractors and subcontractors listing the City as an Additional Insured, without the language “when required by written contract”. If the Contractor, independent contractor and/or subcontractor maintain higher limits than the minimums listed above, the City requires and shall be entitled to coverage for the higher limits maintained by Contractor/ independent contractor/subcontractor.
The Proposer may satisfy the minimum limits required above for either Commercial General Liability, Business Auto Liability, and Employers’ Liability coverage under Umbrella or Excess Liability. The Umbrella or Excess Liability shall have an Aggregate limit not less than the highest "Each Occurrence" limit for either Commercial General Liability, Business Auto Liability, or Employers’ Liability. When required by the insurer, or when Umbrella or Excess Liability is written on Non-Follow Form, the City shall be endorsed as an "Additional Insured."
The City by and through its Risk Management Department reserves the right, but is not obligated, to review, modify, reject or accept any required policies of insurance, including limits, coverages or endorsements, herein from time to time throughout the term of this Contract. All insurance carriers must have an AM Best rating of at least A:VII or better.
A failure on the part of the Proposer to execute the contract and/or punctually deliver the required insurance certificates and other documentation may be cause for annulment of the award.
The City reserves the right to: (a) waive minor irregularities, variances, or non-material defects in a response; (b) reject any and all responses, in whole or in part; (c) request clarifications from all Contractors; (d) request resubmissions from all Contractors; (e) award in whole, in part; or by line item; and (f) take any other action as permitted by law. The City reserves the right to provide for similar and/or additional services from other companies if the City so deems necessary. If the City elects to exercise this right, the Contract awarded under this solicitation shall remain in effect as for to all terms, agreements, and conditions without penalty or diminution of ongoing services to the City as contained therein. Proposer agrees and understands that any Contract awarded pursuant to this solicitation shall not be construed as an exclusive arrangement and further agrees that the City may, at any time, secure similar or identical services, or award more than one Contract under this solicitation, at its sole option.
Single or Multiple Award
Any Contract award(s) resulting from the IFB will be made to the Responsive and Responsible Contractor(s) that exhibit the best value as evaluated in Section 6 - "Evaluating Bid Factors," that meet all required specifications, and with whom the City has reached agreement on all Contract terms and conditions. The City reserves the right to select one or more Contractors for award and to award all items to one or more Contractors, individual line items to one or more Contractors, or subcategories of product/services to one or more Contractors, when to do so is in the best interests of the City.
Proposer shall purchase and maintain Builder's Risk insurance in an amount equal to 100% of the completed value of the project including any amendments thereto (without coinsurance). Proposer’s policy shall be written on an “ALL Risk” Builders Risk form that shall cover physical loss or damage to the Work, temporary buildings, construction forms and scaffolding, materials, and equipment in transit or in storage/at temporary locations, and should extend coverage to foundations, excavations, and other underground property. Coverage shall insure against at least the following perils or causes of loss: fire; lightning; windstorm/and hail; theft (including theft of materials, whether or not attached to any structure); vandalism and malicious mischief; flood; earthquake; collapse; and such other perils or causes of loss as may be specifically required. The policy shall include coverage for pollutant cleanup, debris removal, demolition and increased cost of construction, water damage, backup of sewers and drains, testing and startup of building systems (including hot testing), and mold & fungus remediation. The Builders Risk coverage shall include a waiver of subrogation rights endorsement in favor of the City.
The “ALL RISK” Builder’s Risk Insurance must also cover: soft costs, including additional advertising/promotional; additional license and permit fees; additional legal/accounting fees; insurance premiums, including builder’s risk; and architects’ and engineers’ fees that may be necessary to provide plans and specifications and supervision of work for the repair and/or replacement of property damage caused by a covered peril.
This policy must include insurance for the City of Port St. Lucie, Proposer, Subcontractors, Architect/Engineer, and Consultants for their interest in covered property. The City’s policy will not provide coverage related to this project.
Proposer has the right to purchase coverage or self-insure any exposures not required by these specifications, but shall be held liable for all losses, deductibles, and self-insurance for coverages not required.
Proposer is responsible for all deductibles. including those for windstorms.
Except where otherwise provided by federal or state law, other funding source restrictions, or as otherwise set forth in the purchasing policy, the City shall give preference to local businesses in the following manner:
1. In purchasing of, or letting of contracts for procurement of, personal property, materials, contractual services, and construction of improvements to real property or existing structures for which a request
for proposals is developed with evaluation criteria, a local preference of the total score may be assigned as follows:
Local Businesses which meet all the criteria for a Local Business as set forth in this section (City Code of Ordinances, Section 35.14), shall be given a preference in the amount of five percent (5%) of the total score of the Local Business.
The City Procurement Management Division shall have the sole discretion to determine if a Contractor meets the definition of a "Local Business."
2. Limitations
The provisions of this section shall apply only to procurements which are above the formal bid threshold as set forth in the City Code and the City of Port St. Lucie Procurement Manual.
The provisions of this section shall not apply where prohibited by Federal or Florida law or where prohibited under the conditions of any grant.
The provisions of this ordinance shall not apply to any purchase exempted from the provisions of the City of Port St. Lucie Procurement Manual.
The provisions of this ordinance shall not apply to contracts made under the Consultants Competitive Negotiation Act (CCNA), Section 287.55, Florida Statutes.
The provisions of this section shall not apply to any procurement where the local nature of a business has been addressed through the scoring criteria.
* Please review City Code of Ordinances, Section 35.14, for the full governing ordinance.
Proposer shall procure and agree to maintain Crime Insurance in limits not less $1,000,000 per loss for employee theft, theft of monies and securities, forgery or alteration, and funds transfer fraud. The City of Port St. Lucie must be listed as an additional insured. A waiver of subrogation shall be provided in favor of the City. Coverage shall apply on a primary and non-contributory basis.
Employee Theft-Per Loss Coverage: $1,000,000
Forgery or Alteration: $1,000,000
Money & Securities-Inside: $ 100,000
Robbery, Safe Burglary of other Property-Inside: $ 100,000
Computer Fraud: $1,000,000
Funds Transfer Fraud: $1,000,000
Money Orders & Counterfeit Paper Currency: $1,000,000
The City reserves the right to conduct site visits, request product/work samples, or to invite Contractors to present their product(s) and or service solutions to the evaluation team. Unless prohibited by federal, state, county, or local laws and/or ordinances, all Contractor requested presentations shall be performed in an in-person meeting. An oral presentation or product demonstration is not a negotiation and Contractors are not permitted to revise their responses as part of the presentation and/or demonstration. Samples of items, when required, must be furnished free of expense and, if not destroyed, will upon request, be returned at the Contractor’s expense. Request for the return of samples must be made within thirty (30) days following opening of bids. Each individual sample must be labeled with Contractor’s name, bid number, and item number. Failure of Contractor to either deliver required samples or to clearly identify samples as indicated may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Management Division.
Proposer shall agree to maintain Cyber Liability in limits not less $1,000,000 Per Occurrence for direct loss, legal liability, and consequential loss resulting from cyber security breaches. Coverage to include coverage for Privacy & Security Liability, Security Breach Response / Customer Breach Notice Expense, Cyber Extortion and Electronic Media Liability. The City of Port St. Lucie must be listed as an additional insured. A waiver of subrogation shall be provided in favor of the City. Coverage shall apply on a primary and non-contributory basis.
The preliminary results of the evaluation will be announced through the public posting of a Notice of Intent to Award (“NOIA”) on the Electronic Bidding System. The NOIA is not notice of an actual Contract award; instead, the NOIA is notice of the City’s expected Contract award(s) pending resolution of the protest process period, pursuant to City Code of Ordinances, Section 35.15, and final approval by the City Council at a publicly noticed meeting. The NOIA (if any) will identify the apparent successful Contractor(s) and unsuccessful Contractor(s). NO CONTRACTOR SHOULD ASSUME PERSONAL NOTICE OF THE NOIA WILL BE PROVIDED BY THE CITY. INSTEAD, ALL CONTRACTORS SHOULD FREQUENTLY CHECK THE ELECTRONIC BIDDING SYSTEM FOR NOTICE OF THE NOIA.
Proposer shall maintain and prior to commencement of this Contract, provide the City with evidence to cover Dram Shop Liability for the serving and selling of intoxicating beverages with limits of $1,000,000 per occurrence. City shall be listed as an Additional insured. Waiver of Subrogation is NOT required for this Contract.
Proposer shall agree to maintain Garage Keepers’ Liability Insurance at a limit of liability not less than $2,000,000 per location. The City of Port St. Lucie must be listed as an additional insured. A waiver of subrogation shall be provided in favor of the City. Coverage shall apply on a primary and non-contributory basis.
Proposer shall agree to maintain Garage Liability Insurance at a limit of liability not less than $1,000,000 per location. The City of Port St. Lucie must be listed as an additional insured. A waiver of subrogation shall be provided in favor of the City. Coverage shall apply on a primary and non-contributory basis.
Proposer shall procure and agree to maintain in full force during the term of this Contract, Pollution Liability Insurance in limits not less than $1,000,000 per occurrence and $2,000,000 aggregate, for any operations relating to the handling, storage, and transportation of hazardous materials and/or waste. The City of Port St. Lucie shall be listed as an additional insured. A waiver of subrogation shall be provided in favor of the City. Coverage shall apply on a primary and non-contributory basis.
Contractor shall procure and agree to maintain in full force during the term of this Contract, Contractors Pollution Liability Insurance in limits not less than $1,000,000 per occurrence and $2,000,000 aggregate, for any operations relating to the construction, handling, storage, and transportation of hazardous materials and/or waste. Contractors Pollution should be in force for no less than the entire term of the project and two years extended Completed Operations. The City of Port St. Lucie shall be listed as an additional insured. A waiver of subrogation shall be provided in favor of the City. Coverage shall apply on a primary and non-contributory basis.
Proposer shall agree to maintain Professional Liability, or equivalent Errors & Omissions Liability, at a limit of liability not less than $2,000,000 Per Occurrence. When a self-insured retention (SIR) or deductible exceeds $10,000, the City reserves the right, but is not obligated, to review and request a copy of Proposer’s most recent annual report or audited financial statement. For policies written on a “Claims-Made” basis, Proposer warrants that the retroactive date equals or precedes the effective date of this Contract. In the event the policy is canceled, non-renewed, switched to an Occurrence Form, retroactive date advanced, or any other event triggering the right to purchase a Supplemental Extended Reporting Period (SERP) during the life of this Contract, Proposer shall agree to purchase a SERP with a minimum reporting period not less than four (4) years. If policy contains an exclusion for dishonest or criminal acts, defense coverage for the same shall be provided.
Depending on terms of agreement, this language can vary. The City could be responsible for the property, or the contractor, lessee, or vendor could be responsible.
Within ten (10) business days of award, the awarded Proposer must procure the required insurance and provide the City with an executed Certificate of Insurance. Certificates must reference the contract number and the City as the Additional Insured party, as identified herein. The Proposer’s submitted pricing must include the cost of the required insurance. No contract performance shall occur unless and until the required insurance certificates and endorsements are provided.
It is understood and agreed that the following information is to be used by the City to determine the qualifications of prospective Contractor to perform the work required. The Contractor waives any claim against the City that might arise with respect to any decision concerning the qualifications of the Contractor.
The undersigned attests to the truth and accuracy of all statements made on this questionnaire. Also, the undersigned hereby authorizes any public official, Engineer, Surety, bank, material or equipment manufacturer, or distributor, or any person, firm or corporation to furnish the City any pertinent information requested by the City deemed necessary to verify the information on this questionnaire.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Bidder shall provide a detailed Construction Schedule showing all major items of work.
To ensure fair consideration is given for all Proposers, it must be clearly understood that upon release of the proposal and during the proposal process, firms and their employees of related companies as well as paid or unpaid personnel acting on their behalf shall not contact or participate in any type of contact with City employees, department heads or elected officials, up to and including the Mayor and City Council. The “Cone of Silence” is in effect for this solicitation from the date the solicitation is advertised on the OpenGov Portal, until the time an award decision has been approved by City Council and fully executed by all parties. Information about the Cone of Silence can be found under the City Code of Ordinances, Section 35.13. Contact with anyone other than the Issuing Officer may result in the vendor being disqualified. All contact must be coordinated through the Issuing Officer, for the procurement of these services.
The City of Port St Lucie (“City), through its Procurement Management Division (“Procurement Management Division”) is committed to a procurement process that fosters fair and open competition, is conducted under the highest ethical standards and enjoys the complete confidence of the public. To achieve these purposes, Procurement Management Division requires each vendor who seeks to do business with the City to subscribe to this Contractor’s Code of Ethics.
♦ A Contractor’s bid or proposal will be competitive, consistent and appropriate to the bid documents.
♦ A Contractor will not discuss or consult with other Vendors intending to bid on the same Contract or similar City Contract for the purpose of limiting competition. A Vendor will not make any attempt to induce any individual or entity to submit or not submit a bid or proposal.
♦ Contractor will not disclose the terms of its bids or proposal, directly or indirectly, to any other competing Vendor prior to the bid or proposal closing date.
♦ Contractor will completely perform any Contract awarded to it at the contracted price pursuant to the terms set forth in the Contract.
♦ Contractor will submit timely, accurate and appropriate invoices for goods and/or services actually performed under the Contract.
♦ Contractor will not offer or give any gift, item or service of value, directly or indirectly, to a City employee, City official, employee family member or other vendor contracted by the City.
♦ Contractor will not cause, influence or attempt to cause or influence, any City employee or City Official, which might tend to impair his/her objectivity or independence of judgment; or to use, or attempt to use, his/her official position to secure any unwarranted privileges or advantages for that Vendor or for any other person.
♦ Contractor will disclose to the City any direct or indirect personal interests a City employee or City official holds as it relates to a Vendor contracted by the City.
♦ Contractor must comply with all applicable laws, codes or regulations of the countries, states and localities in which they operate. This includes, but is not limited to, laws and regulations relating to environmental, occupational health and safety, and labor practices. In addition, Contractor must require their suppliers (including temporary labor agencies) to do the same. Contractor must conform their practices to any published standards for their industry. Compliance with laws, regulations and practices include, but are not limited to, the following:
o Obtaining and maintaining all required environmental permits. Further, Contractor will endeavor to minimize natural resource consumption through conservation, recycling and substitution methods.
o Providing workers with a safe working environment, which includes identifying and evaluating workplace risks and establishing processes for which employee can report health and safety incidents, as well as providing adequate safety training.
o Providing workers with an environment free of discrimination, harassment and abuse, which includes establishing a written antidiscrimination and anti-bullying/harassment policy, as well as clearly noticed policies pertaining to forced labor, child labor, wage and hours, and freedom of association.
DISCLAIMER: This Code of Ethics is intended as a reference and procedural guide to Contractors. The information it contains should not be interpreted to supersede any law or regulation, nor does it supersede the applicable Contractor Contract. In the case of any discrepancies between it and the law, regulation(s) and/or contractor contract, the law, regulatory provision(s) and/or vendor contract shall prevail.
The undersigned Contractor in accordance with section 287.087, Florida Statutes, hereby certifies that they comply fully with the below requirements.
1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services that are under proposal a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 Florida Statutes or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.
In accordance with section 787.06(13), Florida Statutes, the representative of the nongovernmental entity bidder (“Entity”), attests under penalty of perjury that the Entity does not use coercion for labor or services as defined in section 787.06.
Sections 287.135 and 215.473, Florida Statutes, prohibit Florida municipalities from contracting with companies, for goods or services over $1,000,000 that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or to engage in any Business operations with Cuba or Syria. Sections 287.135 and 215.4725 also prohibit Florida municipalities from contracting with companies, for goods or services in any amount that are on the list of Scrutinized Companies that Boycott Israel.
The list of "Scrutinized Companies" is created pursuant to Section 215.473, Florida Statutes. A copy of the current list of "Scrutinized Companies" can be found at the following link:
https://www.sbafla.com/media/mqodaonn/2024_12_17_-israel-scrutinized-companies-list-for-web.pdf
As the person authorized to sign on behalf of the Respondent Vendor, I hereby certify that the company identified above in the section entitled "Respondent Vendor Name" is not listed on either the Scrutinized Companies with Activities in Sudan List; or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; is not participating in a boycott of Israel; and does not have any business operations with Cuba or Syria. I understand that pursuant to Sections 287.135 and 215.473, Florida Statutes, the submission of a false certification may subject the Respondent Vendor to civil penalties, attorney's fees, and/or costs.
I understand and agree that the City may immediately terminate any contract resulting from this solicitation upon written notice if the company referenced above are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) for any contract for goods or services in any amount of monies, it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (ii) for any contract for goods or services of one million dollars ($1,000,000) or more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in business operations in Cuba or Syria.
The Contractor will comply with all applicable federal and state laws and regulations, to include 2 C.F.R. 200.318 through 200.326 as well as Appendix II to 2 C.F.R. Part 200 entitled “Contract Provisions for Non-Federal Entity Contracts Under Federal Awards".
Please select all applicable from the following:
Example: Construction, Service, Commodities.
Example: Construction (F.S. 255.05) OR Other Bid Base Selection Process.
Example: Mowing Services
Q (Emergency Generator Manufacturer): Florida Detroit-Diesel Allison is the factory authorized distributor of MTU/Rolls-Royce generators in Florida and has a service/parts branch in Fort Pierce. Will the City of Port St. Lucie accept MTU/Rolls-Royce as an approved engine-generator manufacturer?
A: The specified generator manufacturer is Kohler.
Q (Budget): What is the anticipated construction budget for this project?
A: $29,400,000.00 has been budgeted for the project.
Q (No subject): 1. Sheet LV-100 indicates incoming fiber optic cabling from two locations identified in the Keynote Legend as “S06”. The drawing does not establish the origination locations or source of where the fiber optic cable is to be distributed from. Sheet LV-301 indicates this fiber optic cable to be two (2) 144 strand OS2 Single Mode Pre-terminated plenum rated fiber cables. The fiber cable identified in note #8 on sheet LV-301 as #144EUC-T4101ASN is an outdoor rated armored fiber cable and is not available in a plenum rating. a) Please clarify the requirements of this 144 strand SM fiber cable. b) The part number provided as the basis of design is not a pre-terminated cable. Please clarify the requirements of the pre-terminated designation as stated in note #8 of the Low Voltage Riser Keynotes. c) Please clarify the origination location of these two 144 strand OS2 SM fiber cables.
A: Disregard "plenum-rated" and "pre-terminated", use the model no. cable specified. All cabling and low-voltage (LV) devices shall be provided by the City's vendor and are not included in the Contractor’s scope of work. Security systems, network devices, and all associated cabling are by others and are excluded from the Contractor’s scope of work. The Contractor shall provide and install all cable trays, raceways, and conduit infrastructure required to support these systems. The Contractor is also responsible for full coordination with City vendors and other trades to ensure proper routing, sizing, access, and installation of the pathway infrastructure to accommodate the excluded systems.
Q (No subject): Sheet LV-100 indicates the provision requirement of a network switch as stated in note “S09” of the Keynote Legend. Please provide the specification of requirements of this network switch to be provided and installed.
A: All network devices shall be provided by the City's vendor and are not included in the Contractor’s scope of work. Security systems, network devices, and all associated cabling are by others and are excluded from the Contractor’s scope of work. The Contractor shall provide and install all cable trays, raceways, and conduit infrastructure required to support these systems. The Contractor is also responsible for full coordination with City vendors and other trades to ensure proper routing, sizing, access, and installation of the pathway infrastructure to accommodate the excluded systems.
Q (Signage - A-106.1 #3, 4 and 7): This shows a reverse lit channel letter or a "HALO LIT" Letter and then it shows them on a raceway. RCLs need a solid backer spacing for the light to emit and illuminate properly. The raceway will block illuminating the letters completely from behind. What am I pricing here? You still want reverse channel letters on a raceway?
A: Channel letter signs have been updated respectfully to account for potential illumination issues. See sheets A-106 & A-106.1 provided in Addendum #2 for sign details.
Q (No subject): Sheet LV-100, note “S07” of the Keynote Legend indicates the provision and installation of one (1) 12 strand OS2 fiber cable to a Lift Station Controller from the “TOD Floor Data Room”. Please clarify the location of this Data Room and the termination requirements/location of the fiber cable.
A: TOD was a misspelling of "TO GROUND," as in "back to ground floor data room." All cabling and low-voltage (LV) devices shall be provided by the City's vendor and are not included in the Contractor’s scope of work. Security systems, network devices, and all associated cabling are by others and are excluded from the Contractor’s scope of work. The Contractor shall provide and install all cable trays, raceways, and conduit infrastructure required to support these systems. The Contractor is also responsible for full coordination with City vendors and other trades to ensure proper routing, sizing, access, and installation of the pathway infrastructure to accommodate the excluded systems.
Q (No subject): The Division 27 Specifications are missing the fiber optic cabling requirements and specifications. Please provide the fiber specific specifications.
A: Coordination with the City's vendor is required as they will be providing Fiber optic cabling for the project. All cabling and low-voltage (LV) devices shall be provided by the City's vendor and are not included in the Contractor’s scope of work. Security systems, network devices, and all associated cabling are by others and are excluded from the Contractor’s scope of work. The Contractor shall provide and install all cable trays, raceways, and conduit infrastructure required to support these systems. The Contractor is also responsible for full coordination with City vendors and other trades to ensure proper routing, sizing, access, and installation of the pathway infrastructure to accommodate the excluded systems.
Q (Responsibility for Permit and Testing Fees): Please clarify whether the City or the General Contractor (GC) is responsible for the direct payment of building permit fees, impact fees, and third-party material testing fees (e.g., soil, concrete, and threshold inspections). Please note that it is impossible for a bidder to accurately estimate or "guess" the total cost of permit fees at this stage, as these are determined by various fluctuating factors and final valuations calculated by the Building Department. Suggestion: If the General Contractor is responsible for these costs, we highly recommend that the City establish a fixed allowance for all permit and testing fees. This ensures a level playing field for all bidders and prevents discrepancies in bid totals based on varying estimates of municipal fees.
A: The City will be responsible for the direct payment of all building permit fees, impact fees, and third-party material testing fees, including but not limited to soil testing, concrete testing, and threshold inspections.
Q (MTU/Rolls-Royce Generator): Other than the single specified generator manufacturer Kohler, will the City of Port St. Lucie accept the MTU/Rolls-Royce generator?
A: Kohler is identified in the project documents as the standard specification. The City currently expects to proceed with the specified equipment. Should an alternate be proposed, it would require review to confirm that it satisfies both the project’s requirements and the broader needs of the City.
Q (Roofing Materials Manufacturer): The roofing plans call for 2 ply soprema where the green roofing is, and Duro-Last PVC on the other portions of roofing. Can we quote the entire roof with Duro-Last PVC? They have roofing materials that work with green roofs as well as the paver pedestals. This would keep your roof under 1 manufacturer and 1 warranty instead of 2 separate. It would also save on costs going with Duro-Last for the entirety of the roofing.
A: No, The current specification includes SOPREMA as the manufacturer for both roof systems.
Q (Similar Project Criteria (Section 12.1.1)): Section 12.1 of the IFB requires the submission of a Contractor’s General Information Worksheet. Within this document, bidders must list five (5) similar projects completed within the last five years. Given the highly specialized nature of this facility—specifically its classification as a Risk Category IV Threshold Building with ICC 500 Storm Shelter requirements—we request clarification on what the City defines as "similar" to ensure our response is considered responsive and responsible. Is there a minimum size (sf) or total cost for the similar projects? Construction methodology? Should priority be given to municipal administration buildings, or are private-sector commercial projects of similar structural magnitude and MEP complexity (e.g., Data Centers) acceptable?
A: The Invitation for Bid (IFB) requests that bidders provide five (5) similar projects completed within the past five (5) years when submitting the Contractor’s General Information Worksheet. The IFB does not prescribe minimum criteria such as size, cost, ownership type, occupancy classification, construction method, or specific building systems for determining similarity. Accordingly, it is the responsibility of each bidder to determine and submit project examples from their portfolio that they believe appropriately demonstrate experience relevant to the scope and complexity of the Work described in the IFB documents. The City will evaluate the submitted projects for relevance and demonstration of capability when determining responsiveness and responsibility, consistent with the requirements outlined in the IFB.
Q (Geotechnical Report): Is there a Geotechnical Report available?
A: See Geotechnical report from 12/04/2025 included in Addendum #2.
Q (Lift Station): Please provide the supplier's name for the lift station pump.
A: The lift station pump size is to be determined as part of separate design contract task.
Q (CAD Files - Civil): Can CAD files for the civil set be shared?
A: Yes, the latest CAD coordination base has been provided in Addendum #2.
Q (Concrete Headwall with Handrail (FDOT Index 430-030)): Plan sheet CP-101, shows construction of a concrete headwall with handrail. Is this for an existing single or double 36” culvert? Is it a standard headwall? I see that there is a concrete sidewalk on one side of it and a concrete slab on the other side. Will the concrete slab conform to the banks or is it flat. Additional details would be helpful. Also what type handrail are they calling for?
A: There are existing dual (2) 36" RCP culverts coming in from the west traversing Cameo Blvd. The headwall is intended to be a standard FDOT headwall; however in a U shape configuration to encapsulate the dual 36" RCP culverts from Cameo, the existing 18" RCP coming in from the south along the roadside swale, and the existing 18" RCP coming in from the north along the roadside swale. The slab is intended for the south and north bottom of headwall elevations to be 16.00' and slope down to 14.5', where the flatter portion of the slab expands approximately 10' to account for the width of the dual 36" RCPs. Handrail will be per FDOT requirements and should be traffic rated due to proximity to road.
Q (Furniture):
A: The furniture in the Traffic Management Center and the EOC are specified Haworth commercial furniture. Can alternates to the specified furniture such as consoles from Adaptaspace for control rooms and EOC's be considered? For the Traffic Management Center, bidders shall base their proposals on Adaptaspace consoles. For the Emergency Operations Center (EOC), bidders shall provide Haworth commercial furniture as specified. No alternates to these specified manufacturers will be considered.
Q (Davis-Bacon/Prevailing Wages): Do Davis-Bacon or Prevailing Wages apply to this project?
A: No Davis-Bacon or Prevailing Wages apply to the project at this time.
Q (Lift Station): Can elevations be provided for the lift station? Sheet CU-501 doesn't provide height of structure, nor location of required sensors. Additionally please provide lift station panel requirements.
A: The lift station pump size is to be determined as part of separate design contract task.
Q (Fireproofing): Plans call for intumescent fireproofing at all exposed structural steel, and spray-applied fireproofing for all concealed steel. For the sake of bidder consistency, can you confirm if exposed steel in areas such as the Mechanical Penthouse and the Cubicles (where we have the Armstrong Woodworks Grille ceiling system specified) should also receive intumescent paint in lieu of spray-applied fireproofing?
A: Mechanical penthouse and cubicle areas shall receive spray-applied fireproofing on all required structural steel. The Armstrong Woodworks Grille ceiling system includes a black felt backer intended to visually conceal the structure above; however, this backer is decorative only and does not eliminate the requirement for fireproofing.
Q (Fireproofing): Rated columns depicted on sheet A-704 do not depict any fireproofing application. Please confirm if this is correct, or if spray-applied fireproofing or intumescent paint should be applied to these columns.
A: Yes It is correct, Columns have type X GYP Board which provides 1HR rated column enclosure.
Q (Light Fixtures): Please provide light fixture specification for Chiller Yard lights labeled TBD and the unspecified Pit lights. Additionally, light fixture type K is described as a bathroom vanity light, but is depicted throughout the building.
A: Chiller yard fixtures to be 4’ Vaportite: ILP Model # VVT4-6L-U-40-FRL or equal. Pit lights can also be the 4’ Vaportite: ILP Model # VVT4-6L-U-40-FRL. Type 'K' is as scheduled and to be the bathroom vanity fixture. Fixtures shown as type K that are not a bathroom vanity shall be as follows. Recessed downlight marked as 'K' shall be 'C' or 'CE' respectively.
Q (Solar - Interconnection/Electrical Tie-In): Can you confirm the intended point of interconnection for the PV system (e.g., main switchgear, distribution panel, or other)? Is a 480V, 3-phase interconnection assumed?
A: A distribution panel will be the intended point of interconnection for the PV system.
Q (Solar - Inverter Architecture): Is there a preferred inverter approach for this project (string inverter vs module-level power electronics), or are proposers free to recommend system architecture?
A: The inverter for the solar panels on this project will be module-level power electronics with optimizers.
Q (Solar - Structural Scope (Carports)): Please confirm whether the solar contractor is expected to provide full carport structures (including foundations and structural steel), or if this will be coordinated under another trade.
A: General Contractor is to provide signed and sealed shop drawings for solar canopies. See General Note 1 on sheet A-104.
Q (Solar - Architectural PV (Vision Modules)): The specifications reference a Vision Module System. Can you confirm the intended locations and extent of this scope within the project? We do notice the Entrance Trellis and its intended shape on the plan sets - partially shaded/partially clear. We can also assume Clear Vision Solar Modules.
A: See sheet A-104 for solar canopy location in rear parking lot only. The entrance trellis shall not be a Clear Vision Solar Module System. The General Contractor shall provide signed and sealed shop drawings for the drop-off trellis. Refer to General Note 1 on Sheet A-102.1.
Q (Solar - Domestic Content/ITC Considerations): Is the project being structured to pursue IRA incentives (including domestic content bonus), or should the solar scope be developed strictly on an EPC basis?
A: The solar scope will be structured to pursue IRA incentives.
Q (Solar - Target System Size): Is there a defined target PV system size (kW DC or AC), or should the system be developed based on available site areas (carports and architectural zones)?
A: System to be developed based on the available site areas with 3 different module types. See sheet A-104 for module details.
Q (Roofing): Plan page A409 shows the 2 ply Soprema system as a Sopralene 180 Torch base with an 180 FR/GR torch cap. Detail #2 on A408 shows a Colphene Flam 180 torch base with a Colphene Flam 180 FR/GR Torch cap. Please Clarify.
A: See addendum sheet A-408 included in Addendum #2 for updated Detail #2.
Q (Roofing): Spec section 077600 Basis of Design specifies Tile Tech porcelain Tile system. Note - the Tile Tech porcelain system does not have NOA approvals. Please advise.
A: This is a Delegated design. The Design Engineer shall submit signed and sealed drawings for review and approval by the Engineer of Record (EOR).
Q (Roofing): Please provide the specifications for the metal roof.
A: Refer to Specification Section 07 41 00 for preformed metal standing seam roofing.
Q (Roofing): Spec Section 076000 paragraph 2.1.J states 1/8” extruded Aluminum downspouts but Detail 7 on plan page A408 states 4” round copper. Please advise.
A: For exterior downspouts, refer to Specification Section 07 71 23. Provide 4-inch round copper downspouts as specified.
Q (Roofing): Plan page A204 Shows Detail 4 on page A301 at the planter box between columns lines 7 &8 and C&D. There is no detail 4 on plan page #A301. Please advise.
A: See Sheet A-301 Detail 4-A-301 for Wall Band.
Q (Clarification on Conflicting Flooring Specifications): A conflict exists between the Architectural Finish Schedules—which specify Daltile ceramic and porcelain tiles (M-2, M-5, M-6)—and the Interior Design Flooring Schedules (Sheets ID-201, ID-203, ID-205), which call for different materials such as J+J Kinetex, Marazzi USA Knoxwood, and other Daltile product lines . Could you please clarify which drawing set and schedule takes precedence for the procurement and installation of the flooring scope?
A: See sheets A-504-506, ID-201,ID-202, ID-203, ID-204 ID-205, ID- 206 & A-603 provided in Addendum #2.
Q (No subject): Will there be any automatic gate openers?
A: For employee access only. See sheet A-105 for detail and basis of design.
Q (No subject): Please clarify fencing specification and if we are to keep any exisitng fence. If we are to keep exisitng chainlink fence, where will it start and stop?
A: See specs 32 3113 for Chain Link Fences and Gates. See specs 32 3119 for Commercial Steel Ornamental Fence System. See Line Type/Hatch Legend on sheet A-101 for existing and proposed fence details.
Q (No subject): Please clarify paving spec for off-site work. Standard or Heavy Duty?
A: Heavy duty asphalt paving for Collector Road. Structural Number: 3.5; Asphalt Thickness: 2.5", Optional Base Group: 6; Subgrade Thickness: 12". Detail 2 on sheet CP-501 shows a heavy duty asphalt detail that generally matches.
Q (No subject): We assume the plumbing fixtures on the interior design documents would supersede the fixtures shown on the plumbing drawing as they do not align. Please confirm.
A: Please follow the plumbing fixtures on the architectural sheets where there are duplicates. See sheet A-611 provided in Addendum #2.
Q (No subject): Please provide a plumbing water & drainage plan for the proposed domestic water pump house shown on P-100.
A: See Cut Sheets for the Pump House provided in Addendum #2.
Q (No subject): Please provide a model / specification & detail for the proposed 3,000 gallon water holding tank shown on P-100.
A: See Cut Sheets for the Fill Station provided in Addendum #2.
Q (No subject): Please provide a plumbing detail for the specified booster pump.
A: See Cut Sheets for the Booster Pump provided in Addendum #2.
Q (No subject): After reviewing the lighting schedules there are light fixtures not listed such as: L4, L4E, L2, L2E,VT1,VT1E, B4,B2, please provide specifications.
A: 'L' fixtures are indicated in the schedule. 'L4', 'L2' etc. are the 'L' type fixture with the length required. The 'E' on the fixture indicates the fixtures circuited to the life safety branch. The 'VT1' and 'VT1E' fixtures are to be 4’ Vaportite: ILP Model # VVT4-6L-U-40-FRL or equal. The 'B' fixtures are indicated on the schedule, the '2' or '4' added to the 'B' is again, the length of fixture.
Q (No subject): On sheet E201,E301,E401,E501 there are two different type of K & KE fixtures, one of the fixtures looks to be a recessed can and the other looks like a surface linear LED fixture. On the lighting fixture schedule the K fixture is described as a bathroom vanity type light, please clarify?
A: Chiller yard fixtures to be 4’ Vaportite: ILP Model # VVT4-6L-U-40-FRL or equal. Pit lights can also be the 4’ Vaportite: ILP Model # VVT4-6L-U-40-FRL. Type 'K' is as scheduled and to be the bathroom vanity fixture. Fixtures shown as type K that are not a bathroom vanity shall be as follows. Recessed downlight marked as 'K' shall be 'C' or 'CE' respectively.
Q (No subject): Canopy / Awning - Please provide structure and attachment details for canopy/awning as called out as Item F on A-301 at the front of the building.
A: This is a Delegated design. The Design Engineer shall submit signed and sealed drawings for review and approval by the Engineer of Record (EOR).
Q (No subject): Concrete Columns - There appear to be 1'6" deep (varying widths) along column lines B & 2 however there is no concrete column schedule or elevations depicting these columns. Please provide information on these columns.
A: These are 18" thick tilt panels. See updated drawing provided in Addendum #2.
Q (No subject): Panel Elevations - Will panel elevations be issued for interior panels P47 - P56?
A: Structural elevations typically provided for panels with unique geometry or to callout specific details / information. Not necessarily provided for all panels. Coordinate opening dimensions/locations, recesses, formliner requirements, etc. with Architectural.
Q (No subject): Panel Elevations - Elevations on S-301 appear to have the incorrect callouts. The panel labels appear to be reversed and some panel callouts missing on elevation 2. Please correct with the correct panel labels.
A: See updated drawing included in Addendum #2.
Q (No subject): Panel Elevations - Elevations on S-300 through S-303 show panel thickness that do not agree with the panel thickness as depicted on the floor plans. i.e. Elevation 2 on S-300 calls for Panel P22 to be 9-1/4" thick, however, the floor plan calls out Panel P22 to be 11-1/4" thick. Please clarify what sheet is correct.
A: Panels to be 11 1/4".
Q (No subject): Wood Roof Joists - Please provide material selection for continuous 3x8 block at top of tilt wall and HSS Beams. Please provide material and size for T&G decking.
A: No. 2 Grade Southern Pine, See A408 detail 6 and 7 for T&G size.
Q (No subject): Concrete Beam / Tie Beam Schedule - Schedule appears to be incomplete as there is no tie beam information provided, additionally I found no tie beams on the drawings. Please clarify if there are any tie beams on this project.
A: No concrete tie beams. Detail will be deleted.
Q (No subject): Tilt-up Wall Panel Schedule - Panel Schedule appears to be incomplete as there are is no information for 11-1/4" panels or 18" panels per Keynotes 11 & 5 on S-201.
A: See updated drawing included in Addendum #2.
Q (No subject): Concrete Beams - Sections 1 & 2 on S-400 Shows concrete beams along Gridlines 2 & B at the second floor, however, no sizes or connection details are provided, there is no call out for this structural member on the floor plans or in the details. Please provide beam size information and connection details.
A: See updated drawing included in Addendum #2.
Q (No subject): Please provide further detail regarding the specific coordination requirements for the ICC 500 envelope and the continuous load path to ensure all bidders are carrying an identical scope of work. Specifically, clarify if the Contractor is responsible for the cost of third-party peer reviews or specialized testing required for ICC 500 certification, and confirm the specific delegated engineering responsibilities for the structural and MEP penetrations through this envelope. Additionally, please define the performance requirements for waterproofing continuity and green roof compatibility—including whether a single-source warranty is required for the combined roofing and overburden system—to ensure all proposals reflect the same technical baseline and eliminate potential scope gaps during the bid leveling process.
A: Full ICC 500 is not being pursued therefore third party peer reviews or specialized testing required per ICC 500 is not required. The building was designed to elevated design criteria in accordance with ICC 500. Threshold inspections are required via the contract documents independent of ICC 500.
Q (No subject): To ensure a transparent and consistent bid leveling process, please provide a standardized delegated engineering allowance to be carried by all bidders. Establishing these values will eliminate scope gaps and ensure an "apples-to-apples" comparison across all proposals for the following systems: tilt-up panel engineering, Trespa® exterior wall cladding, architectural tower connection detailing, entry trellis and vine suspension, solar canopy and green roof alternates, fire sprinkler and suppression systems, and ERRCS / BDA systems.
A: Providing delegated engineering allowances is the responsibility of the Contractor. Each bidder shall include all required delegated design and engineering costs in their proposal to ensure a complete and coordinated scope for the systems identified.
Q (Fireproofing): Plans indicate concealed structural steel receiving spray-applied fireproofing, and exposed structural steel receiving intumescent fireproofing. However, specification section 078100, subsection 2.1 lists Cafco 400 as an acceptable product for "Exposed to View" steel. Please clarify.
A: Exposed structural steel shall receive intumescent fireproofing. Refer to Specification Section 07 81 00, Part 2 – 2.1.D for intumescent type requirements.
Q (Civil - Drainage): Detail 21 on sheet CP-502 depicts proposed type 'E' structure STR-12. STR-12 is not depicted on the drainage plans. Please advise the location of this structure or confirm it is not required for this project. Additionally, please confirm structures STR-9, STR-10, STR-11, STR-13, and STR-14 are not a part of this project, as they are not depicted on the drainage plans.
A: Detail 21 structure name has changed to STR-20 on the latest 3-25-26 plans. STR-9 though STR-14 have been removed from plans due to different naming conventions being used for the Bubble Up structures. We will be revising in the future plans for clarity.
Q (Millwork): Can a finish schedule be provided for the desired cabinetry and countertop finishes/materials?
A: Restroom countertop and cabinetry per sheet A-611 included in Addendum #2. Reference sheets ID-221 & ID-222 included in Addendum #2.
Q (HVAC): Note 1 of the Air-Cooled Chiller Schedule indicates that expansion tank and buffer tank are to be provided integral to the Air-Cooled Chiller. Sheet M-003 Pump Schedule along with the floor plans indicate the pumps are independent from the Air-Cooled Chiller. Expansion and buffer tanks can only be provided on the chillers as part of an integral pump package inclusive of the pumps. Please confirm the chiller is to be provided without pumps, buffer tank and expansion tank.
A: The schedule note will be corrected. The chiller will not have integral pumps, buffer tank and expansion tank. Those will be provided separately.
Q (HVAC - Controls): Please confirm the BAS/Controls system shall be Trane to match City of PSL's city-wide standards for BAS/Controls.
A: Trane will provide the controls system.
Q (Doors & Hardware): Please provide the hardware required for hardware set 17.
A: Door Hardware by Door Manufacturer-Doors located within demountable partitions shall be provided as part of the demountable partition system by the demountable partition vendor, as indicated in Specification Section 10 22 19.
Q (Ceilings): Please provide clarification on how the linear AC Diffusers will lay into the bolt slot grid.
A: Please see detail for FlowBar installation in grid ceiling in the revised drawings provided in Addendum #2.
Q (Landscape & Irrigation): Plan Sheet IR-204 shows planting irrigation for building landscape plantings. Based on building code should this work be completed by a licensed plumbing contractor or the site irrigation contractor?
A: The point of connection must be provided by a licensed plumber and the irrigation plans refer to the plumbing plans for more information. The on-site irrigation contractor will install the irrigation component after the point of connection is completed.
Q (Landscape & Irrigation): Plan Sheet L-300 shows site landscape planting matrix with quantities and L-202 & L-204 show building landscape planting matrix with quantities. Please confirm this is correct?
A: This is correct. The rooftop landscape for each floor is provided in a separate plant list from the site landscape.
Q (LV-100, LV-201, LV-301): • Sheet LV-100 note S06 shows (2) 2’’c to property line for fiber connections in two locations; Sheet LV-201 detail 1 and the riser on sheet LV-301 shows (2) 4’’c to property line for fiber connections in two locations. Please clarify the intent. • Sheet LV-100 note S03 and sheet LV-201 detail #2 both shows (4) 4’’c for telecom service. Please provide tie in location or termination point at the site where these conduits are to be landed. • Sheet LV-100 shows (3) cameras at chiller yard. What is the mounting detail for these cameras? Can the cameras be wall mounted at the chiller plant exterior? or is a separate pole or pedestal required?
A: Security systems, network devices, and all associated cabling are by others and are excluded from the Contractor’s scope of work. The Contractor shall provide and install all cable trays, raceways, and conduit infrastructure required to support these systems. The Contractor is also responsible for full coordination with the City's vendors and other trades to ensure proper routing, sizing, access, and installation of the pathway infrastructure to accommodate the excluded systems. • Use 2"c for the fiber. • Use 4"c for the incoming telecom. • coordinate termination points with City and service providers • surface mount the cameras on concrete wall.
Q (E-702 Fire Alarm Riser ): • Note 8 says to provide (2)2’’c to concrete pull box. Please provide pull box location. • Note 18 shows (1) 2’’conduit from the FACP in room 115 to the CEP: however, there are no fire alarm devices shown at the chiller plant. Are any fire alarm devices needed at the CEP? Please clarify.
A: Note #8 and #18 to read as 'not used'. See revised drawing included in Addendum #2.
Q (E-601): There are (3) Lighting Control Panels shown, one on each floor. Please provide LCP schedules.
A: LCP are relay panels, Coordinate with selected vendor.
Q (E-701, E-801, E-807): • GDP panel schedule shows a 2000 amp/ 3pole breaker in GDP to feed ATS-MDP. This breaker is not shown on the riser diagram. Is it the intention to shed the 2,000A load to ATS-MDP. Please confirm if breaker is required and clarify the intent. • Panel 1NHDP on riser is shown as 600A-MLO panel; however, on panel schedule it’s shown as a 600A-Main breaker panel. Please clarify which is correct. • Panel MPH is shown on the riser is a 300A- MLO panel; however, on the panel schedule it is identified as 300A-Main breaker panel. Please clarify which is correct. • Panel HCEP on the riser is a 1200A-MLO; however, on panel schedule it is shown as a 1200A-Main breaker panel. Please clarify which is correct.
A: GDP 2000A breaker not req; space included for load tally in schedule only. Panel 1NHDP, MPH, & HCEP to be MLO.
Q (E-601, E-701, E-803, E-805): Please confirm panels marked as 2NH and 3NH on the panel schedules and enlarged rooms should be labeled as panels 2HA and 3HA.
A: On one-line 2HA and 3HA to be labeled 2NH and 3NH; will be reflected in next revision. See revised drawing included in Addendum #2.
Q (E-201): Main stairs behind elevators have no light fixtures shown. Please confirm this is correct.
A: Provide linear lighting as shown on 2nd and 3rd floor plans. See sheet A-211 provided in Addendum #2 that shows linear light at main stair.
Q (E-201, E-301, E-401): Type K and KE lights are shown as both hi-hats and wall mounts. The Fixture schedule on E-005 says these fixtures are vanity lights but are located in exterior soffits, hallways, etc. Please confirm the fixture type designations are correct and clarify this conflict.
A: Chiller yard fixtures to be 4’ Vaportite: ILP Model # VVT4-6L-U-40-FRL or equal. Pit lights can also be the 4’ Vaportite: ILP Model # VVT4-6L-U-40-FRL. Type 'K' is as scheduled and to be the bathroom vanity fixture. Fixtures shown as type K that are not a bathroom vanity shall be as follows. Recessed downlight marked as 'K' shall be 'C' or 'CE' respectively.
Q (E-100): • There are (2) duct banks marked in duct bank schedule as note #6 ( 4- 6 inch conduits ): One is for FPL primary, which is routed to the location shown as lift station Note #5. The other is heading into a retention pond. Per the drawings it appears that the second duct bank terminates into a retention pond. Please clarify the intent. • There are (2) 4’’ conduits for future warehouse, note #5, that are shown as routed towards and terminate in a location that is a retention pond. Please clarify the intent. • Please confirm the duct bank marked as “US” going from room 134 to the chiller yard is the 2,000A feeder from switchboard GDP to GTB.
A: 'UP' is Underground Primary FPL conduits; those route to the west (plan north) to route to roadway right-of-way. Electrical site plans are diagrammatic only, all conduits shown in plans, one-lines, schedules (equipment and panels), risers, etc. to be provided for underground secondaries, systems, and controls as required.
Q (Bid Extension): Can a bid extension be provided given all the questions that have yet to be answered.
A: Bid Extension has been granted to May 8th; see Addendum #1.
Q (Specialty Ceilings): Please advise if Rulon Panel Grille may be substituted for specialty ceiling product, Armstrong Woodworks Grille-Classic.
A: No substitutions to these products will be considered at this time.
Q (Connection to Existing Force Main on SW South Macedo Blvd): Sheet CU-103 instructs the contractor to connect to existing 12" force main at SW South Macedo Blvd via directional bore and indicates this scope as being "under separate application". Please confirm this is a requirement for this contract and should be included in our price. If so, can the exact location of the connection point on Macedo be provided?
A: The offsite sewer improvements will be performed under a separate design contract and has not been prepared at this time.
Q (Light Duty vs Heavy Duty Asphalt): Sheet CP-501 depicts light and heavy duty asphalt pavement details. However the paving plans don't distinguish which areas should receive light or heavy pavement. Please clarify which areas should receive which pavement type.
A: Parking stalls shall use light duty and drive aisles shall use heavy duty.
Q (Clarification on Shower Finishes, Paver Dimensions): Could you provide clarification on a few project specifications, specifically the exact material required for the floors and walls at the showers, the dimensions for the PORCELAIN PAVER – DALTILE – REKINDLE-TERRACOTTA RK 14?
A: The showers will have shower base: Freedom ADA Roll-in Shower Pan 62” x 32” Center Drain. The shower walls are M-2: DALTILE, CALGARY, LEGACY CG 40,GLAZED PORCELAIN TILE, 12x24, MATTE. The Daltile Rekindle Terracotta RK14 is the canvas dot mosaic 13.5" x 13.5." See revised sheet A-611 provided in Addendum #2.
Q (Concrete Sidewalk): Sheet CP-101 depicts concrete sidewalks as being 6" thick, while sidewalk details on sheet CP-501 depict sidewalks as 4" thick. Please advise required thickness.
A: Sidewalks around the lake will be 6" thick, but sidewalks internal to the site will be 4" thick.
Q (Landscaping Alternate): There are two alternates included in the Bid Form for Solar Canopies, and a Green Roof Paver System. However landscaping sheet L-101 calls for another alternate for 255,000SF of Bahia Sod in lieu of hydro-seeding Bahia. Please advise where we should include this alternate cost.
A: Bidders shall base their bids on utilizing hydroseeding for Bahia as indicated. The alternate for 255,000 SF of Bahia Sod referenced on Sheet L-101 is not included in the Bid Form and should not be carried within the base bid or existing alternates.
Q (FF&E): Please confirm FF&E and low voltage security (Access Control,CCtv) is by Contractor.
A: FF&E and All Displays to be provided by contractor. Security systems, network devices, and all associated cabling are by others and are excluded from the Contractor’s scope of work. The Contractor shall provide and install all cable trays, raceways, and conduit infrastructure required to support these systems. The Contractor is also responsible for full coordination with the City's vendors and other trades to ensure proper routing, sizing, access, and installation of the pathway infrastructure to accommodate the excluded systems.
Q (No subject): Please provide the specs for the VHCE Screen 700 NIT FHD video Wall Displays.
A: All displays to be provided by contractor and Each video wall to include 12-55" VHC-E Series 700nit FHD by "Samsung." Security systems, network devices, and all associated cabling are by others and are excluded from the Contractor’s scope of work. The Contractor shall provide and install all cable trays, raceways, and conduit infrastructure required to support these systems. The Contractor is also responsible for full coordination with the City's vendors and other trades to ensure proper routing, sizing, access, and installation of the pathway infrastructure to accommodate the excluded systems.
Q (A-404): Please clarify detail 5 on page A-404. Does the woodworking and grid go vertical or is that a piece of framing that the grid attaches on to?
A: The woodwork and grid shall be oriented vertically.
Q (LV): Specs do not provide information on the backbone entering the building or demarc location. Please confirm if Service Providers will bring in the backbone cables all the way into the building’s MDF?
A: All cabling and low-voltage (LV) devices shall be provided by the City's vendor and are not included in the Contractor’s scope of work. Security systems, network devices, and all associated cabling are by others and are excluded from the Contractor’s scope of work. The Contractor shall provide and install all cable trays, raceways, and conduit infrastructure required to support these systems. The Contractor is also responsible for full coordination with the City's vendors and other trades to ensure proper routing, sizing, access, and installation of the pathway infrastructure to accommodate the excluded systems.
Q (LV): On the specs Section 27 1100 3 3.01 Patch Panels the specs state the connectors shall have the characteristics described in Section 27 15 43 03 of this document. That section is not provided in these specs to refer to.
A: Section 27 1100 was provided by the City as its standard spec for the project. No additional spec sections will be issued. Coordinate with the City if additional information is required. All cabling and low-voltage (LV) devices shall be provided by the City's vendor and are not included in the Contractor’s scope of work. Security systems, network devices, and all associated cabling are by others and are excluded from the Contractor’s scope of work. The Contractor shall provide and install all cable trays, raceways, and conduit infrastructure required to support these systems. The Contractor is also responsible for full coordination with City vendors and other trades to ensure proper routing, sizing, access, and installation of the pathway infrastructure to accommodate the excluded systems.
Q (LV): In Section 27 there is no confirmation on the type return air in the building. Please confirm whether there will be any sections of the building return air that will require Plenum.
A: All return air is ducted directly to the units. There are no areas in the building designated as return plenums.
Q (LV): On print LV-301 in the riser keynotes there is a discrepancy, number (9.) states a 48-strand fiber but there is no keynote on the print as to where that fiber is going or coming from. Please verify if that fiber is needed or if it’s incorrectly shown?
A: Keynote 9. not used. All cabling and low-voltage (LV) devices shall be provided by the City's vendor and are not included in the Contractor’s scope of work. Security systems, network devices, and all associated cabling are by others and are excluded from the Contractor’s scope of work. The Contractor shall provide and install all cable trays, raceways, and conduit infrastructure required to support these systems. The Contractor is also responsible for full coordination with City vendors and other trades to ensure proper routing, sizing, access, and installation of the pathway infrastructure to accommodate the excluded systems.
Q (LV): Specs Section 27 1513 2.4 G Patch Cords states for patch cords to be supplied in just 6-foot lengths. Is that the only length size wanted? Also there is no count on how many they prefer or the color identification. Please confirm lengthens, quantity and color preferred for patch cords.
A: All cabling and low-voltage (LV) devices shall be provided by the City's vendor and are not included in the Contractor’s scope of work. Security systems, network devices, and all associated cabling are by others and are excluded from the Contractor’s scope of work. The Contractor shall provide and install all cable trays, raceways, and conduit infrastructure required to support these systems. The Contractor is also responsible for full coordination with City vendors and other trades to ensure proper routing, sizing, access, and installation of the pathway infrastructure to accommodate the excluded systems.
Q (LV): Specs Section 27 1513 2.4 J Cover plates call for 6 port plates. Please confirms if that is for all locations or where there are 4 data drops or more?
A: Number of port on the coverplate should be per the drawings.
Q (Alt. #2 - Green Roof Paver System): If the Green Roof Paver System is an alternate, what should be included in the base bid? The landscaping and architectural drawings only depict the Green Roof system. Additionally, please specify the required paver or tile for the remaining areas not receiving plants.
A: The base bid should be the roofing system. Please refer to specifications 07 7600 for basis of design, section 3.1 specifies Porcelain Pavers Stone.
Q (No subject): Would it make sense to itemize the Builder’s Risk insurance premium and associated deductible separately on the bid form. This approach provides transparency in pricing and allows the Owner flexibility in determining whether to procure Builder’s Risk coverage independently.
A: Please refer to the bid form in Section 7, as revised in Addendum #2, which has been updated to include a dedicated section for itemizing the Builder’s Risk insurance premium and the associated deductible. Bidders shall include these costs in their bid as part of their total pricing, as if they were securing the Builder’s Risk coverage.
Q (Demountable Partition Doors): Spec section 10 22 19 seems to indicate the doors within the demountable partitions will be part of the demountable partition system. However, the door schedule does not differentiate these doors. Please confirm the intent is for the doors within the demountable partitions to be provided by the demountable partition vendor.
A: Doors located within demountable partitions shall be provided as part of the demountable partition system by the demountable partition vendor, as indicated in Specification Section 10 22 19.
Q (No subject): Please clarify whether the basis of award will be based strictly on price, or if additional factors such as project schedule and contractor experience will be evaluated.
A: As outlined in Section 9 – Evaluation and Award of the bid documents, and consistent with the City’s Procurement Ordinance, formally solicited procurements are awarded based on the best value to the City, which includes consideration of price together with other evaluation factors identified in the solicitation. In accordance with these governing documents, lowest price alone does not control the award determination.
Q (Door Opening 118): The door schedule lists opening 118 as a Type 8 single door but the drawings indicate a pair door opening. Should door opening 118 be a Type 6 door?
A: Please see revised sheet A-501 provided in Addendum #2.
Q (Door Opening 242): The door schedule lists opening 242 as a Type 1 single door but the drawings indicate a pair door opening. Should door opening 242 be a Type 4 door?
A: Please see revised sheet A-501 provided in Addendum #2.
Q (Electric): E-004 (VAV term box sch) and E-801 (1NHDP panel sch) show TB-1-12 as 20a,277v-M-002 show 480/3. Please confirm which is correct.
A: Provide per mechanical schedule as 480V, 3-phase. Coordinate circuit requirements with Mechanical equipment selections prior to purchase.
Q (Electric): E-004 (ECB/Disc sch) shows elevators with 30/3/fused disconnects with (3) #3, (1) #8 in a 1-1/4’’c – E-701 (riser) shows elevators with 80/3 shunt trip breakers in panel MSB, E-801 (1NHDP panel sch) shows 20/3 breakers with no shunt trip. Please confirm which is correct.
A: Provide 30A shunt trip breaker and circuit feeding 30A disconnect with 20A fuse for elevator. Coordinate final circuit requirements with equipment provided.
Q (electric): please provide panel and circuits for lift station, New Works Note 5.
A: Per note, coordination of lift station requirements are necessary. See civil plans.
Q (electric): E-701 (riser) shows a 250/3 breaker feeding DS-UPS1 (250A fused) with a 250.4 feeder, E-801 (MDP panel sch) shows a 400/3 breaker feeding the same UPS. Please confirm which is correct.
A: Provide 200A breaker and circuit to feed UPS2.
Q (electric): E-701 (riser) shows a 250/3 breaker feeding DS-UPS2 (250A fused) with a 250.4 feeder, E-801 (MDP panel sch) shows a 400/3 breaker feeding the same UPS. Please confirm which is correct.
A: Provide 200A breaker and circuit to feed UPS2.
Q (electric): DPUA and DPUB are both 350A MCB panels being fed thru a 100KW UPS and a 400A isolated ground feeder. A 100KW UPS with a 120/208v secondary would provide 280A. Please confirm UPS KW rating is correct.
A: Correct; provide UPS's as Schneider Electric Galaxy VS Model #'s GVSUPS100KGS with 25min lithium ion, battery cabinet; with DPUA and DPUB with 350A MCB and feed through lugs to busways respectively.
Q (Electric): E-701 (one line diagram note 15) says provide 400a, 120/208v, 3PH busway starline distribution system, E-602 shows the lay-out. Please provide the disconnect sizes and confirm the quantities for rack power. Please provide the disconnect sizes for (4) in-row coolers.
A: Provide 1, 120V-30A, disconnect with L6-30R per rack per busway. Provide two 50A, 3-phase, 480V circuits with disconnects for DX rack coolers, and two 30A, 3-phase 480V circuits with disconnects for chilled water rack coolers respectively.
Q (Electric): Rooms 120/122, floor box locations and counts for data and power don’t match. Please advise.
A: Coordinate with Architect/ ID for necessary floor box locations per furniture.
Q (electric): E-904 typical furniture in-feed floor box detail, please provide floor box information, manufacture, cat #, type of cover.
A: 1st floor provide Wiremold Evolution Series EFB1OS-OG; 2nd and 3rd floors provide Wiremold Evolution Series 10ATCBK.
Q (Electric): LV-102, LV-103 a. Are floor boxes shown outside of modular furniture for modular furniture or something else. b. Will data and power to modular furniture share a common floor box. c. Will floor boxes in conference rooms need a 1-1/4’’c for HDMI cable.
A: a. The floor boxes are for specific equipment shown on architectural plan b. Yes c. Yes Security systems, network devices, and all associated cabling are by others and are excluded from the Contractor’s scope of work. The Contractor shall provide and install all cable trays, raceways, and conduit infrastructure required to support these systems. The Contractor is also responsible for full coordination with the City's vendors and other trades to ensure proper routing, sizing, access, and installation of the pathway infrastructure to accommodate the excluded systems.
Q (Electrical): M-003, E-004 a. M-003 (air cooled direct expansion system) shows 1. CU-1 feeding DX1-1, 2-1and 3-1. 2. CU-2 feeding DX1-2, 2-2, 3-2 and 2-3. 3. CU-3 feeding DX1-3, 1-4. 4. CU-4 feeding DX-4 b. E-004 (ECB/ Disconnect schedule) shows a dedicated circuit to each DX unit and CU. Please confirm DX units are fed from the corresponding CU. c. DSCU-3 is missing in schedule, 1NL-52,54 – 20/2/208v. d. DX-4 missing in room 401.
A: DX should be fed from respective CU, see revised drawings provided in Addendum #2.
Q (5" Irrigation Well): What is the required depth for the 5" Irrigation Well indicated on the irrigation plans for the submersible pump. Also can mounting details/requirements be provided for that pump and the booster pump?
A: A well driller determines the required well depth based on the specified water gallonage, pressure and water table depth. Details included on irrigation sheet IR-302, dated 03-25-26.
Q (Anticipated Start Date): Please confirm the anticipated start date for the project.
A: September, 2026.
Q (Electric): Note 5 on E-302 indicates “shunt trip circuit breaker required. Wire to non-system smoke detector in shaft. Coordinate exact breaker requirements with approved Vendor requirements”. Corresponding circuit on sheet E-803 (Panel 2NL – 19,21 for “Receptacles – 60” Range Kitchen 233”) does not show shunt trip. Please clarify.
A: Provide shunt trip breaker on kitchen range circuit controlled by hood fire suppression system.
Q (Offsite Improvements): Due to the extensive offsite road improvements along Cameo, is the City's Public Works department allowing a lane closure (eastern lane) for the duration of offsite improvements with proper MOT?
A: Yes, the City’s Public Works Department will allow a lane closure (eastern lane) for the duration of the offsite improvements, provided proper Maintenance of Traffic (MOT) measures are implemented and approved.
Q (Site Work & Underground): End wall treatments or Rip-Rap are not shown on plans at the new headwall at Cameo, is this required to maintain proper side slopes?
A: Rip rap will not be required since a slab will be used instead. Refer to additional end wall feedback on Civil response in Question #15.
Q (Site Work & Underground): Is there a minimum distance from the inside corner of the FDOT Endwall to the pipe opening? Specifically at the northern connection (old mitered end section)
A: The intention is for the endwall corner to not be less than 6" clearance from the existing drainage pipe per FDOT 430-011. Per the drawing there is approximately 3' from face of endwall corner to outside of 18" pipe.
Q (Site Work & Underground): What is the FDOT handrail detail section?
A: See attached FDOT Index 515-062 (Aluminum Pedestrian/Bicycle) included in the revised drawings provided in Addendum #2.
Q (Site Work & Underground): Is FL Gas Transmission main near or in conflict with the proposed Sewer FM Directional Drill?
A: The offsite sewer improvements will be performed under a separate design contract and has not been prepared at this time.
Q (Bid Extension): Due to current subcontractor and supplier workload, we have observed a reduced level of RFI submissions and project-related inquiries for a project of this size and complexity. As with all projects, our goal is to encourage thorough and competitive bid participation; however, under the present circumstances, we are concerned that submissions may be less comprehensive and potentially less cost-effective. We believe that granting an extension would allow for more complete bid development, ultimately resulting in higher-quality submissions and better value for taxpayers. Please let us know if an extension may be considered.
A: Bid Extension has been granted to May 8th; see Addendum #1.
Q (TSS BR Fiberglass Panels): Refer to spec section 10 2641. It appears that the fiberglass ballistic panels will be used at the walls called out by Key Note 10 on A201. Please clarify the extent of the TSS BR Fiberglass Panels. Will this be an exposed finish, or will it be buried with the wall assembly? Please provide a detail.
A: The ballistic panels are intended to be installed within the wall assembly and shall not be exposed as a finished surface. Bidders shall include all materials, coordination, and installation required to fully integrate the panels into the wall system.
Q (Counter Tops): Please provide the specs on the Restroom counter tops.
A: Avonite Alaskan Stone 4312. See revised sheet ID-611 provided in Addendum #2.
Q (Wood Veneer): Please provide the specs on the wood Veneer (M-6).
A: We assume this is the M-6 identified on Sheet ID-212. To avoid confusion with an M-6 identified on A-611, we have renamed the M-6 on Sheet ID-212 to M-8. This product is Haworth Drift G-C2, H-C2. See revised sheet ID-212 provided in Addendum #2.
Q (General): As one of our five project examples, can we include a project example/facility for City of Port St. Lucie if we believe it demonstrates experience relevant to the scope and complexity of the Work described in the IFB documents. Acknowledging that we will not list a reference contact name as noted.
A: Yes, a project for the City of Port St. Lucie may be included as one of the five project examples if it demonstrates relevant experience with similar scope and complexity. As noted, do not include a reference contact name for that project.
Q (General): The drawings call for some alternates (e.g. bahia sod, grey granite chip concrete, black edge banding) that are not part of the required alternates listed on Cost Table. Please advise if complete listing of alternates has been prepared and can be provided, along with updated Cost Tables, inclusive of all requested alternates.
A: Please refer to the bid form in Section 7, as revised in Addendum #2, which has been updated to include a dedicated section labeled Add Alternate No. 3 to provide a lump sum cost for the landscaping add alternates.
Q (Aluminum Canopies): The aluminum trellis feature is drawn with a true radius, where a segmented system to accomplish the curvature would be more economical. Please advise if a segmented system would qualify under the delegated design requirements.
A: The aluminum trellis is shown with a true radius for design intent; however, a segmented system may be utilized to achieve the curved profile, provided it meets the overall design intent and performance requirements.
Q (Architectural Mesh): The exterior architectural mesh located at Stair B is called out as stainless steel wire construction but is also called out for paint (color: Champagne). Please advise if the mesh should be galvanized steel to be painted or if the intent is truly to prep and paint the stainless steel.
A: The exterior architectural mesh at Stair B shall be stainless steel wire construction as specified. The mesh shall not be painted.
Q (Decorative Stainless Steel Cable Vine Wall System): A-303 shows the openings at Stair B to be infilled with stainless cable at 4" on center. This appears to be the cable vine wall system specified in 055200. Note 5 on Sheet A302 notes this material as Kaynesmaile Mesh, which is not noted in spec section 055200 as an approved manufacturer. Please clarify what material is required at Stair B. If not per spec 055200, where does 055200 apply?
A: Stair on sheet A-302 to receive stainless cable at 4" on center, specification section 05 5200 does apply. See updated sheet A-302 provided in Addendum #2.
Q (Wood Veneer): The Finish Schedule calls for wood veneer and M-6 is shown on the interior elevations, however no other information appears to be available. Please advise on the specifications for the material desired and selected finish.
A: We assume this is the M-6 identified on Sheet ID-212. To avoid confusion with an M-6 identified on A-611, we have renamed the M-6 on Sheet ID-212 to M-8. This product is Haworth Drift G-C2, H-C2. See revised sheet ID-212 provided in Addendum #2.
Q (No subject): Please confirm location of littoral zone on sheet L103 versus Drainage plans (Section B-B at Outfall 2 for example).
A: The littoral shelf zone is relocated on sheet L103 to avoid the drain pipe. Please refer to landscape plans dated 03-25-26 for these updated locations.
Q (Note 5 Structural Sheet S-204): Refer to structural sheet S-204. Keynote 5 is called out at the east, south, and west faces of the mechanical penthouse. Keynote 5 is for Pre-engineered concrete filled metal pan stair, and does not seem to apply in these locations. Please advise what the Keynote 5 tags at the east, south, and west walls of the mechanical penthouse on S-204 are intended to denote.
A: Should be keynote 12 indicating 8" CIP concrete curb.
Q (Columns C-10 and C-11): Refer to sheet S-201. Tube steel columns at C-10 and C-11 are not labeled. Please provide structural steel column information for columns C-10 & C-11.
A: HSS10x10x3/8.
Q (Flooring): Epoxy grout mentioned in specification manual but area is not specified, is there a specified area that is calling out for epoxy grout?
A: Epoxy grout won't be used. Disregard.
Q (Women's Restroom 119 Wall Finishes): Women's Restroom 119 calls for M-1 and M-2 tile on the Finish Schedule A-504. Elevation 14 on A-611 notes tile M-1 at the wall with the lavs, but the tile pattern does not change like all other M-1 locations. Please confirm M-1 tile is required at the lavs in Women's Restroom 119.
A: See Revised Sheet A-611 provided in Addendum #2.
Q (Low Voltage): Please provide the specs for the Row cooling system listed on LV-202
A: Security systems, network devices, and all associated cabling are by others and are excluded from the Contractor’s scope of work. The Contractor shall provide and install all cable trays, raceways, and conduit infrastructure required to support these systems. The Contractor is also responsible for full coordination with the City's vendors and other trades to ensure proper routing, sizing, access, and installation of the pathway infrastructure to accommodate the excluded systems.
Q (Murphy Beds Responsibility): Page 10 of the IFB says to "Provide fifty (50) commercial-grade Murphy Beds". The Furniture Schedule on ID-201 notes (53) Murphy Beds along with other furniture. Please confirm the Murphy beds are intended to be furnished and installed by the Contractor as part of this bid. Also, please clarify the number of Murphy beds required.
A: 3 Murphy Beds removed from room: 108, 109, 110. See revised sheet A-201 provided in Addendum #2.
Q (Glass): 084113_2.1_A1 Basis of design is ES-8000 (NOA No. 24-0321.07) which employs 9/16” laminated glass, but glazing specifications 088000_2.03_A1 depicts insulated glass. Do we have to include 9/16” monolithic glass, or 1 1/4" Insulated laminated glass?
A: The 9/16” laminated glass noted in the basis of design is for performance reference only. Bidders shall base their bid on 1 1/4" insulated laminated glass assemblies meeting all specified performance requirements.
Q (Glass): To meet the required glass performance data noted on 088000_2.03_A1a, the glass needs to be Gray tinted SB60 insulated laminated glass with 90% Argon. Is gray tint acceptable, or should we use a different color tint for the glass?
A: Bidders shall base their bid on gray tinted SB60 insulated laminated glass with 90% Argon, or an approved equal that satisfies the specified performance values.
Q (Glass): 084113_2.8_C depicts Bronze Finish, but it does not specify if the aluminum finish need to anodize or painted. Please specify aluminum finish.
A: Provide aluminum framing with a bronze anodized finish.
Q (Murphy Beds): Please advise if the millwork surrounding the Murphy Beds is part of the scope of work for the furniture vendor or should be included in the millwork package (i.e. are they complete units by Resource Furniture or just the Murphy Bed box and pull-down frame).
A: Millwork surrounding the Murphy Beds shall be included in the millwork package. See attached cost estimate from vendor included in the revised drawings attached in Addendum #2 for use by all bidders.
Q (Millwork Schedule): Please advise if a Millwork Schedule is available. Sheet A-611 calls out M-7 for the cabinet laminate in the restrooms, however, there doesn’t appear to be any other information for desired colors, pulls, etc.
A: Sheet A-611 calls out the laminate color. Pulls not selected at this time. Additional information to be provided once interiors has been approved by owner. Contractor should carry an allowance for stainless steel hardware.
Q (Countertops): Sheet A-611 calls for terrazzo countertops (M-3), but are not shown and the Interior Design millwork sections call for Avonite countertops. Please advise on the locations to receive M-3 versus Avonite.
A: See revised sheet A-611 indicating the Avonite product included in Addendum #2.
Q (Applied Laminate): Please advise if the soffit ant wall behind the millwork at Millwork Elevation 5 (Elevation 2 / ID-221) is to receive applied laminate to drywall (or veneer) or if the drywall is to be painted.
A: The soffit and wall behind the millwork at Millwork Elevation 5 (Elevation 2 / ID-221) shall receive applied laminate (or veneer) over the drywall substrate.
Q (Millwork Locations): Please advise if plastic laminate shelving and / or countertops are desired at Reception Office 102, Security 101.1, and Dry Storage / Pantry 234.
A: Countertop at work stations and along exterior window wall in Reception Office 102. Countertop at Security 101.1. Plastic laminate shelving required for both. No counter required at Dry Storage/ Pantry only shelving and storage.
Q (Median Infill on CP-101): There is a section of median shown on CP-101 that appears to be new concrete, but there are no notes. Is the infill of this median to be included in this bid? If so, please provide details.
A: The proposed concrete median should be type F curb and the median will connect to the traffic separator to the north. The 100% Construction Drawings will clarify the above.
Q (No subject): Stair B Tower - Structural Drawings show the tower housing Stair B to be much smaller and the structural walls are in different locations than what is shown on the Architectural Drawings. Please clarify the dimensions of the stair well and the size and width of the stairs.
A: Stair B Tower shown on Architectural Drawings shall be used. See Sheet A-605 for Stair B dimensions and details.
Q (No subject): "Note 1 of the Air-Cooled Chiller Schedule indicates that expansion tank and buffer tank are to be provided integral to the Air-Cooled Chiller. Sheet M-003 Pump Schedule along with floor plans indicate the pumps are independent from the Air-Cooled Chiller; expansion and buffer tanks can only be provided on the chillers as part of an integral pump package inclusive of the pumps. Please confirm the chiller is to be provided without pumps, buffer tank and expansion tank. "
A: The schedule note will be corrected. The chiller will not have integral pumps, buffer tank and expansion tank. Those will be provided separately.
Q (No subject): Please confirm BAS/Controls system shall be Trane to match City of PSL’s city-wide standards for BAS/Controls.
A: Confirmed.
Q (No subject): Please provide lighting spec for light fixtures shown at Chiller/Generator Yard on sheet E-601.
A: Chiller yard fixtures to be 4’ Vaportite: ILP Model # VVT4-6L-U-40-FRL or equal. Pit lights can also be the 4’ Vaportite: ILP Model # VVT4-6L-U-40-FRL. Type 'K' is as scheduled and to be the bathroom vanity fixture. Fixtures shown as type K that are not a bathroom vanity shall be as follows. Recessed downlight marked as 'K' shall be 'C' or 'CE' respectively.
Q (No subject): Please provide location of Duct Banks shown in Electrical Duct Bank Detail on Sheet E-901. Sheet E-100 New Work Notes #6 States "Proposed Rounting of (4) 6" Schedule 80 PVC Underground Ducts" Is this the location of the duct banks and will we be running it the aprox. 625' of primary called out?
A: Primary conduit final field routing to be coordinated with FPL prior to installation. FPL to provide conduit for contractor installation. Primary cabling by FPL.
Q (No subject): Specs do not provide information on the backbone entering the building or demarc location. Please confirm if Service Providers will bring in the backbone cables all the way into the building’s MDF?
A: Security systems, network devices, and all associated cabling are by others and are excluded from the Contractor’s scope of work. The Contractor shall provide and install all cable trays, raceways, and conduit infrastructure required to support these systems. The Contractor is also responsible for full coordination with the City's vendors and other trades to ensure proper routing, sizing, access, and installation of the pathway infrastructure to accommodate the excluded systems.
Q (No subject): "Regarding Drawing A-003 Alternate #2 Note #14: ""Verify roof structure capacity"" and include ""required reinforcements"" for the Green Roof Paver System. Please clarify if the Engineer of Record (EOR) has already performed a preliminary loading analysis for this system. Per [State/Local] building codes, structural reinforcement design requires a licensed Professional Engineer. Is it the intent of the Design Team for the Contractor to retain a third-party structural engineer to provide signed/sealed delegated design calculations and drawings for the roof reinforcement? If not, please provide the specific reinforcement details (e.g., steel sizes, connection details, or sistering requirements) required for this Add Alternate so that all bidders are quoting a consistent scope of work. Suggestion: To ensure code compliance and structural integrity, we recommend the EOR provide a stamped reinforcement design based on the specified Green Roof Paver System dead loads. The Contractor will then provide pricing for the labor and materials to install said design as part of the Add Alternate."
A: The engineer has already performed the loading analysis for this system.
Q (No subject): Referencing Drawing GI-002 Note 3.17 mentions 'remidiation of hazardous material.' Please confirm that any discovery of contaminated soil or groundwater (not identified in provided reports) will be treated as a differing site condition and handled via Change Order.
A: The geotech report sample testing did not analyze soils for hazardous materials. The handling of any hazardous material discoveries and Change Orders would be addressed through the contract and the City.
Q (No subject): Referencing Drawing GI-003 Please provide the estimated quantity of unsuitable material (muck/clay) to be removed per Notes 21.6 and 21.7. If no quantity is provided, please confirm a Unit Price for 'Subsoil Excavation and Replace with Structural Fill' will be established for the contract.
A: Unsuitable material has not been estimated - refer to the geotech report. However, City and contractor can provide an allowance should such condition arise.
Q (No subject): Referencing Drawing GI-003 Note 43.4 mentions video inspections. Please confirm if 100% of gravity sewer lines require CCTV inspection for final acceptance and if the City requires a digital copy/report for their records.
A: Refer the latest City of PSL Utility Standards Manual Chapter III Section B4.k. for required testing and inspection items. CCTV will be required before final acceptance. The Utility Standards Manual has been provided as part of Addendum #2. Additional information on the City's Utility Standards can be found here: (https://www.cityofpsl.com/Government/Your-City-Government/Departments/Utility-Systems/Commercial-Development-Utility-Engineering/Utility-Standards-Manual).
Q (No subject): Confirm if the City of Port St. Lucie will contract the Threshold Inspector directly (per Florida law for public projects) or if the General Contractor must carry this expense.
A: Confirmed, PSL will contract Threshold Inspector.
Q (No subject): Referencing Drawing E-002 Note 55 requires a BDA system. Please confirm if the City of Port St. Lucie has a preferred vendor or specific frequency requirements for the local first responder radio network.
A: Contractor to provide.
Q (No subject): Referencing Drawing P-001 Note 14 requires horizontal storm piping above grade to be insulated. Does this include piping located in the unconditioned 'Shop' areas, or only piping located above finished ceilings in the 'Office' areas?
A: Only horizontal storm piping in conditioned spaces.
Q (No subject): Please provide a responsibility matrix for Sheet ID-201 items identifying if they are Contractor Furnished (CFCI), Owner Furnished (OFCI), or Owner Installed (OFOI) ect.
A: Contractor Furnished and Installed.
Q (No subject): Per Specification 07 90 00, please provide a plan confirming the exact application locations for caulking compounds versus one-part elastomeric sealants.
A: Use caulking compounds for interior, non-moving, and concealed joints, and use one-part elastomeric sealants for all exterior, wet, or movement joints—including joints between dissimilar materials. Use specification 07 2726 for pre-cast panel sealant as indicated in drawings
Q (No subject): Please provide a dimensioned plan confirming the precise locations of all "CJ (TYP)" foundation joints noted on Sheet S-201, as the current plan does not clearly identify these locations.
A: This will not be provided. The control joint locations are shown on the plans and are typically aligned with column lines / gridlines, or equidistant between column lines.
Q (No subject): Please confirm if the design intent is to pair wood doors with aluminum frames as shown on Sheet A-501.
A: Confirmed.
Q (No subject): Please confirm the door types for 103 Circulation, 406 Mech PH, and 407 Mech PH. While these openings are noted to receive impact-rated glass, the current elevations for Door Types 1 and 4 show flush doors.
A: Please see revised sheet A-501 provided in Addendum #2. Doors 103, 406, and 407 are flush doors.
Q (No subject): Per Specification Section 09 29 00, Part 3.06 (D), sound-rated partitions must be constructed to achieve specific STC ratings. Currently, the contract documents do not indicate the required STC values on the partition schedule or within the specifications. Please provide the required STC ratings for all applicable partition types to ensure compliance and proper material procurement.
A: Bidders shall base their bids on the wall types and assemblies indicated in the architectural drawings and ceiling details, which have been designed to achieve the required STC performance.
Q (Wood Veneer): The Finish Schedule specifies Wood Veneer on the 2nd and 3rd Floors in offices and other common spaces. The specifics of the Wood Veneer are not outlined in the Specs or on the Drawings. In the offices, Wood Veneer is located on the North and South walls which corresponds with the Solid Panel Demountable Partitions and the Murphy Bed placement. In some of the corridors, there is also wood veneer noted (see elevations 5 and 6 on ID-212). In the Offices, please advise if the wood veneer is installed on top of the Partition and behind the Murphy Bed. In the Corridors, please clarify the extent of wood veneer required. Provide details showing installation of wood veneer.
A: The wood veneer on the solid panel demountable partitions is a finish option provided by the Haworth demountable System: Haworth Drift G-C2, H-C2. On the Corridor walls, those are also demountable walls, we are calling out the same product. See revised sheet ID-212 provided in Addendum #2. Millwork surrounding the Murphy Beds shall be included in the millwork package. No Wood veneer behind the murphy bed installation. On the regular stud walls, no wood veneer finish- only painted drywall. See revised sheet included in Addendum #2.
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.