SLED Opportunity · FLORIDA · CITY OF ST. CLOUD
AI Summary
The City of St. Cloud invites bids for constructing a new 17,110 sq ft two-story community center at Hopkins Park, FL. The project includes Type IIB construction, full sprinkler system, and Group A-4 occupancy.
The City of St. Cloud is seeking competitive bids for the construction of a new community center located at Hopkins Park, at 620 E 17th Street, St. Cloud, Florida 34769. The Project consists of the construction of a new two-story community center of approximately 17,110 square feet, Type IIB, fully sprinklered, Group A-4 occupancy, including all work shown on the Drawings and specified in the Project Manual.
The City of St. Cloud is a community of approximately 71,000 residents, covering approximately 35.5 square miles in Osceola County, located in Central Florida. To obtain general information about the City of St. Cloud, access www.stcloudfl.gov.
This addendum includes the following:
This addendum includes the following:
The City of St. Cloud is seeking competitive bids for the following:
INVITATION TO BID (ITB) NO. 2026-026
Hopkins Park Community Center
TO BE CONSIDERED, BIDS MUST BE ELECTRONICALLY SUBMITTED THROUGH https://procurement.opengov.com/portal/stcloud
BID OPENING WILL BE Thursday, April 23, 2026 AT 10:00 am LOCAL TIME
VIA A VIRTUAL ZOOM MEETING
Bid plans and specifications are available online via the City’s e-Procurement Portal (“Portal”) at https://procurement.opengov.com/portal/stcloud Bids shall be according to the specifications, terms and conditions, and shall be on the forms provided. No Pre-Bid Conference will be held for this project. Bids shall be submitted electronically prior to the specified date and time. Bids will be opened and publicly read aloud via a virtual meeting, on the above appointed date and time. All questions shall be addressed in writing and sent via the Portal’s Questions and Answers tab. The deadline for submitting questions is 5:00 pm, Friday, April 10, 2026. Questions will not be accepted if received after this date and time.
Answers for timely questions will be addressed in the OpenGov question and answer module and as an addenda to this solicitation. Participants are encouraged to subscribe as a follower and monitor all notifications. Beyond questions and answers, any and all modifications, clarifications, interpretations and supplemental instructions will be in the form of an addendum which will be available for download. All addenda and questions/answers so issued shall become part of the Contract Documents and receipt shall be acknowledged as specified herein.
Submission of a bid/proposal/submittal shall constitute an acknowledgement by the Bidder that he/she has thoroughly examined and is familiar with the Invitation to Bid (ITB). The failure or neglect of a Bidder to examine the Invitation to Bid (ITB) shall in no way relieve him/her of any obligations with respect to either his/her bid or the Invitation to Bid (ITB). No claim for additional compensation will be allowed which is based upon a lack of knowledge of the Invitation to Bid (ITB).
Respondents shall not be permitted to hand-deliver, mail, telephone, fax or email offers.
Responses received after the submission deadline and/or transmitted outside of the designated OpenGov e-Procurement Platform shall be rejected.
Important Instructions for Electronic Submittal
The City is ONLY accepting electronic bid submissions using the OpenGov e-Procurement Platform. Respondents shall create a FREE account with OpenGov, click on "Submit Response", and follow the instructions to submit the electronic bid.
It is the respondent's responsibility to ensure they commence their upload efforts timely to meet the submission deadline. The City shall not be responsible for delays caused by any occurrence, including the respondent's network delays, bandwidth issues, internet outages, or technical difficulties.
For Technical Support, respondent's can reach the OpenGov Service Desk:
Chat (preferred) - Click the button in the lower right hand corner of the portal
Email: procurement-support@opengov.com
Phone: 1 (855) 680-4747 Hours: Mon-Fri 8am - 8pm EST
The Contractor shall comply with the Federal requirements per 2 Code of Federal Regulations (CFR) Part 200 Super Circular, titled “Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards”, effective December 26, 2014, and any subsequent revisions and updates to 2 CFR. Part 200 “Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards”.
Bidder must submit a cashier's check, certified check or an original bidder's bond in the amount equal to five percent (5%) of the total bid, made payable to the order of, or for the benefit of the OWNER (The City of St. Cloud), as the case may be prior to the bid opening date and time. Such check or bond shall be given as guarantee that the bidder will enter into a contract with the OWNER if awarded the work and will be declared forfeited if the successful bidder refuses to enter into said contract. The City's Bid Bond Template is included in the attachments of this solicitation and must be used. The Bidder shall upload a copy of the check or a copy of the executed bid bond form in the 'Bid Response Form (Submittal)' section and express mail the original bid bond or check to City of St. Cloud, Procurement Services, 1300 9th Street, Building A, 2nd Floor, St. Cloud, FL 34769.
The Contractor shall not commence any work in connection with this Agreement until he has obtained all of the following types of insurance and such insurance has been approved by the Owner, nor shall the Contractor allow any Subcontractor to commence work on his subcontract until all similar insurance required of the Subcontractor has been so obtained and approved. All insurance policies shall be with insurers qualified and doing business in Florida.
Certificate of Insurance: At the time of the execution of this contract and each subcontract, but in any event, prior to commencing work at the job site, the Contractor and his subcontractors shall furnish the City of St. Cloud with certificates of insurance as evidence that the policies providing the required coverage and limits of insurance are in full force and effect. The certificates shall provide that any company issuing an insurance policy for the work under this contract shall provide not less than 30 days advance written notice of cancellation, non-renewal, or material change in the policy of insurance; and shall provide said written notice by the insurance company directly to Procurement Services. In addition, the Contractor shall immediately provide written notice to the City upon receipt of notice of cancellation of an insurance policy or a decision to terminate or alter any insurance policy. The City may deem cancellation or termination of any insurance policy a material breach on the part of the Contractor and the Contractor may be held to be in default on his agreement with City at the City’s option. All certificates of insurance shall clearly state that all applicable requirements have been satisfied including certification that the policies are of the “occurrence” type. The certificate of insurance shall also include the name of the insured contractor, and the specific job by name and job number. Certificates of insurance for the Contractor and the subcontractors’ furnished insurance and notices of any cancellation, terminations, or alterations of such policies shall be mailed/e-mailed to:
City of St. Cloud
Attn: Procurement Services
1300 9th Street, Building A, 2nd Floor
St. Cloud, FL 34769
Additional Insured: All insurance furnished under this Contract shall designate the City of St. Cloud as additional insured.
Cross-Liability/Severability of Interest: All policies shall contain a “cross-liability” or “severability of interest” clause or endorsement. Notwithstanding any other provision of these policies, the insurance afforded shall apply separately to each insured, named insured, or additional insured with respect to any claim, suit or judgment made or brought by or any other insured, named insured or additional insured with respect to any claim, suit or judgment made or brought by or for any other insured, named insured or additional insured as though a separate policy had been issued to each.
General Liability
1.) Each Occurrence $1,000,000
2,) Damage to Rented Premises $ 50,000
3.) Personal & Adv Injury $1,000,000
4.) General Aggregate $2,000,000
5.) Products – Comp/Op AGG $1,000,000
Workers’ Compensation
1.) Each Accident $ 100,000
2.) Disease - Each Employee $ 100,000
3.) Disease - Policy Limit $ 500,000
a.) Bodily Injury Liability $1,000,000
b.) Automobile Property Damage Liability $1,000,000
c.) Property Damage Liability (other than automobile) $1,000,000
a.) Bodily Injury Liability $1,000,000
b.) Property Damage Liability $1,000,000
Per Florida Statutes 725.06 Hold Harmless Agreement: In addition to requirements to obtain and maintain public liability insurance and automobile liability insurance in which the Owner is an additional named insured or as named insured, the Contractor shall agree to hold the Owner, its officers, agents, and employees, harmless from any and all claims made against the Owner, its officers, agents and employees, which arise out of any action or omission of the Contractor, or any subcontractor, or any of their officers, employees, or agents, and any and all claims which result from any condition created or maintained by the Contractor or subcontractor or any of their officers, employees, or agents, which condition was not specified to be created or maintained by the Contract. The agreement to hold the Owner, its officers, employees and agents, harmless shall not be limited to the limits of the liability insurance required under the provisions of these specifications or the Contract, of which these specifications are made a part.
Nothing contained herein shall be construed to increase the liability of the insurance carrier beyond the limits of its policies with the Contractor.
See SAMPLE Certificate of Liability in ATTACHMENTS
Bidders/Proposers shall submit Bids/Proposals in accordance with the instructions and schedule included in the solicitation containing these specifications and documents.
The Project consists of the construction of a new two-story community center of approximately 17,110 square feet, Type IIB, fully sprinklered, Group A-4 occupancy, including all work shown on the Drawings and specified in the Project Manual.
The Work includes but is not limited to: - Concrete foundations and tilt-up wall construction - Structural steel framing and pre-engineered steel roof trusses - Complete architectural envelope and interior build-out - Mechanical (HVAC), plumbing, fire protection, electrical, fire alarm, lighting, and HVAC controls systems - Testing, commissioning, training, documentation, and closeout.
The City of St. Cloud is seeking competitive bids for the construction of a new community center located at Hopkins Park, at 620 E 17th Street, St. Cloud, Florida 34769. The Project consists of the construction of a new two-story community center of approximately 17,110 square feet, Type IIB, fully sprinklered, Group A-4 occupancy, including all work shown on the Drawings and specified in the Project Manual.
Definition of Terms:
Whenever in these specifications the following terms (or pronouns which replace these terms) are used, their intent and meaning shall be interpreted as follows:
Addenda
Addenda are written or graphic instruments issued prior to the execution of the Contract, which modify or interpret the Bidding Documents by additions, deletions, clarifications or corrections.
Advertisement
The public notice inviting the submission of bids for the work.
Bid Bond / Deposit
An original bid bond executed by Bidder and his Surety, guaranteeing that Bidder, if awarded contract, will execute same, in an amount of not less than five percent (5%) of the total bid amount shall be submitted. Bid security may be in the form of cashier's check made payable to the City of St. Cloud, Florida or an original bid bond with Surety satisfactory to the Owner. A combination of any of the former is not acceptable; bid guaranty shall be in a single, acceptable instrument. The Owner will accept only such surety company or companies as are authorized to write bonds of such character and amount under the laws of the State of Florida, and as are acceptable to the Owner.
Bidder
Any individual, firm, partnership or corporation submitting a proposal for the work contemplated.
Bid Form (or Proposal)
The written offer of bidder to perform the work as specified at specified price.
Change Order
A written order initiated by the properly authorized representative of the Owner directing the Contractor to perform changes, additions or deletions to the work. A Change Order shall be executed in the same manner as contract or agreement documents, meaning that the same person(s) shall affix proper signatures, seals, etc. All Change Orders shall be effective only when signed by the Owner, Architect/Engineer, and Contractor.
The contract sum and contract time may be changed only by Change Order. A Change Order signed by the Contractor indicates his agreement therewith, including the adjustment in the contract sum or the contract time.
Contract
"Contract" shall mean the Contract Documents as defined and listed herein, advertisement, instructions to bidders, bid form, bid bond, contract agreement, payment and performance bonds, general and special conditions, and specifications, together with all addenda and supplemental agreements. The Contract Documents shall not be construed to create any contractual relationship of any kind between the Architect/Engineer and the Contractor, but the Architect/Engineer shall be entitled to performance of obligations intended for his benefit, and to enforcement thereof. Nothing contained in the Contract documents shall create any contractual relationship between the Owner or the Architect/Engineer and/or Subcontractor or Sub-subcontractor.
Contractor
Any individual, firm, partnership or corporation entering into an agreement or contract to perform the work specified herein.
Date of Substantial Completion
Date of Substantial Completion is the day the project or designated portion thereof is certified by the Architect/Engineer the Owner can occupy or utilize the work or designated portion thereof for the use for which it is intended.
Drawings
The drawings or reproductions thereof pertaining to the work to be performed and which have been prepared or approved by the Architect/Engineer.
Architect of Record (Architect not to be contacted by prospective bidders/interested parties to avoid disqualification; please see “prohibited communications.) For the purposes of this project:
Bradley T. Lunz
The Lunz Group
58 Lake Morton Drive, Lakeland, FL 32751
Engineer of Record (Engineer not to be contacted by prospective bidders/interested parties to avoid disqualification; please see “prohibited communications.) For the purposes of this project:
John E. Moody
Osceola Engineering, Inc.
1003 Florida Avenue, St. Cloud, FL 34769
Lessee
Any individual, partnership or corporation having a tenant-landlord relationship with the Owner.
Owner
City of St. Cloud
1300 9th Street
St. Cloud, Florida 34769
(407) 957-7300
Partial Payment Authorization
Owner's approval of Contractor's progress payment request. The Partial Payment Authorization is completed by Contractor and submitted to Owner for approval and signature. Upon receipt, review, and approval of the signed document by Owner, payment will be made pursuant to Florida Statute Section 218.70, the Prompt Payment Act, and all City Policies promulgated thereby. The preferred method of payment by the City of St. Cloud is via electronic funds transfer (EFT) or P-Card.
Payment and Performance Bonds
Bonds executed on forms provided by the Owner, by the Contractor and his Surety, assuring the Contractor will, in good faith, perform and guarantee the work in full conformity with the terms of the Contract Documents and will promptly pay all persons who supply labor and materials for such work. Per Florida Statute 255.05, upon approval and award of the project, the performance and payments bonds are required to be recorded in the public records of Osceola County, Florida. An original or certified copy of the bonds must be returned to City of St. Cloud, Procurement Services.
Progress Payment Request
An estimate of work completed by the Contractor during the preceding calendar month which is submitted to the Owner for review and approval.
Prohibited Communications
Potential bidders shall not communicate in any way with the consultants, elected or appointed officials, City Manager or any City staff, other than Procurement Services personnel, from the time of bid advertisement through and including bid award, except during scheduled pre-bid meetings. Such communication shall result in disqualification.
Project Manager (Project Manager not to be contacted by prospective bidders/interested parties to avoid disqualification; please see “prohibited communications.”) For the purposes of this contract:
Ricky Stayer
City of St. Cloud
1300 9th Street
St. Cloud FL, 34769
Project Representative
An authorized representative of the Architect/Engineer assigned to assist the Architect/Engineer in performing his responsibilities at the project site.
Proposal
A bid for the work contemplated which the Bidder shall submit on original approved forms.
Responsible Vendor (F.S. 287.012)
A vendor who has the capability in all respects to fully perform the contract requirements and the integrity and reliability that will assure good faith performance.
Responsive Bid, Responsive Proposal, or Responsive Reply (F.S. 287.012)
A bid, or proposal, or reply submitted by a responsive and responsible vendor that conforms in all material respects to the solicitation.
Responsive Vendor (F.S. 287.012)
A vendor that has submitted a bid, proposal, or reply that conforms in all material respects to the solicitation.
Specifications
The general term comprising all the directions, provisions, and requirements contained herein, entitled "Specifications", those portions of standard specifications to which reference is specifically made in the specifications, and any addenda, that may be issued for the Contract, all describing the manner of performing the work, including detailed technical requirements as to labor, materials, equipment and methods by which such work is to be performed.
Surety
The corporate body which is bound with and for the Contractor, which is primarily liable and which guarantees the faithful performance of the Agreement.
The sanitary lift station shown on the Contract Drawings shall be furnished, installed, tested, and accepted by Toho Water Authority (TOHO) under a separate contract. Lift station work by TOHO includes, but is not limited to, the lift station structure, wet well, pumps, controls, telemetry, panels, electrical service within the lift station, enclosure, startup, testing, and final acceptance.
Drawings and or written narratives of the scope of work issued by TOHO for the lift station and associated improvements shall be included in the Contract Documents for reference only. Such drawings/narratives are provided to establish the limits of TOHO’s work and to identify required coordination points. They are not intended to redefine, reduce, or limit the Contractor’s responsibilities under this Contract.
The Contractor shall be responsible for all work necessary to complete the Project that is not expressly identified as being performed by TOHO under its separate contract. This includes, but is not limited to:
The Contractor’s responsibility includes ensuring that all work required to fully integrate the lift station and related improvements into the Project is complete and functional, regardless of whether such work is depicted on architectural, civil, structural, or reference drawings.
No additional compensation or time extension shall be granted for impacts, delays, inefficiencies, sequencing requirements, or scope coordination associated with TOHO’s work. All such coordination and related efforts shall be considered incidental to the Contract and included in the Base Bid, in accordance with Section 20 and Section 20A – Special Conditions.
The Contractor shall not include costs in the Base Bid for furnishing or installing work specifically identified as being performed by TOHO. However, the Contractor remains fully responsible for all work not performed by TOHO that is required to achieve a complete and operational Project.
Failure to account for the division of responsibilities between TOHO and the Contractor shall not be grounds for additional compensation or contract modification.
Bidder/Proposer acknowledges any executed document submitted electronically or digitally shall be considered an original.
| Release Project Date: | March 8, 2026 |
| Pre-Proposal Meeting (Non-Mandatory): | April 2, 2026, 9:00am City Hall / Procurement Training Room- 1300 9th Street, St. Cloud, FL 34769 |
| Question Submission Deadline: | April 10, 2026, 5:00pm |
| Proposal Submission Deadline: | April 23, 2026, 10:00am |
Upon notice of award, the Contractor shall furnish the Owner with a State of Florida 100% Performance and a 100% Payment Bond written by a Surety Company acceptable to the Owner and authorized to do business in the State of Florida and signed by a Florida Licensed Resident Agent (See Payment and Performance Bond Templates in Attachments)
The cost of the Performance & Payment Bonds shall be borne by the Contractor. The Bonds shall be accompanied by a duly authenticated or certified document, in duplicate, evidencing that the person executing the Bonds on behalf of the Surety had the authority to do so on the date of the Bonds. In the usual case, the conferring of that authority has occurred prior to the date of the Bonds, and the document showing the date of appointment and enumeration of powers of the person executing the Bonds is accompanied by a certification that the appointment and powers have not been revoked and remain in effect. The date of that certification cannot be earlier than the date of the Bonds. The Bonds shall be dated not earlier than the Agreement. Proper Bond forms shall be furnished by the City of St. Cloud and those forms used by the Contractor. Bond forms, other than those furnished by the Owner shall not be acceptable to the Owner. The bonds and terms shall comply fully with Section 255.05 of the Florida Statutes.
The City of St. Cloud is seeking competitive bids for the following:
INVITATION TO BID (ITB) NO. 2026-026
Hopkins Park Community Center
TO BE CONSIDERED, BIDS MUST BE ELECTRONICALLY SUBMITTED THROUGH https://procurement.opengov.com/portal/stcloud
BID OPENING WILL BE Thursday, April 23, 2026 AT 10:00 am LOCAL TIME
VIA A VIRTUAL ZOOM MEETING
Bid plans and specifications are available online via the City’s e-Procurement Portal (“Portal”) at https://procurement.opengov.com/portal/stcloud Bids shall be according to the specifications, terms and conditions, and shall be on the forms provided. A Non-Mandatory Pre-Bid Conference will be held on Thursday, April 2, 2026 at 9:00 am local time at City Hall / Procurement Training Room- 1300 9th Street, St. Cloud, FL 34769. Bids shall be submitted electronically prior to the specified date and time. Bids will be opened and publicly read aloud via a virtual meeting, on the above appointed date and time. All questions shall be addressed in writing and sent via the Portal’s Questions and Answers tab. The deadline for submitting questions is 5:00 pm, Friday, April 10, 2026. Questions will not be accepted if received after this date and time.
Answers for timely questions will be addressed in the OpenGov question and answer module and as an addenda to this solicitation. Participants are encouraged to subscribe as a follower and monitor all notifications. Beyond questions and answers, any and all modifications, clarifications, interpretations and supplemental instructions will be in the form of an addendum which will be available for download. All addenda and questions/answers so issued shall become part of the Contract Documents and receipt shall be acknowledged as specified herein.
Submission of a bid/proposal/submittal shall constitute an acknowledgement by the Bidder that he/she has thoroughly examined and is familiar with the Invitation to Bid (ITB). The failure or neglect of a Bidder to examine the Invitation to Bid (ITB) shall in no way relieve him/her of any obligations with respect to either his/her bid or the Invitation to Bid (ITB). No claim for additional compensation will be allowed which is based upon a lack of knowledge of the Invitation to Bid (ITB).
Respondents shall not be permitted to hand-deliver, mail, telephone, fax or email offers.
Responses received after the submission deadline and/or transmitted outside of the designated OpenGov e-Procurement Platform shall be rejected.
Important Instructions for Electronic Submittal
The City is ONLY accepting electronic bid submissions using the OpenGov e-Procurement Platform. Respondents shall create a FREE account with OpenGov, click on "Submit Response", and follow the instructions to submit the electronic bid.
It is the respondent's responsibility to ensure they commence their upload efforts timely to meet the submission deadline. The City shall not be responsible for delays caused by any occurrence, including the respondent's network delays, bandwidth issues, internet outages, or technical difficulties.
For Technical Support, respondent's can reach the OpenGov Service Desk:
Chat (preferred) - Click the button in the lower right hand corner of the portal
Email: support@opengov.com
Phone: 1 (855) 680-4747 Hours: Mon-Fri 8am - 8pm EST
The City of St. Cloud's Bond Templates MUST be used.
Bond templates can be found in Attachments
Bid/Proposal opening shall be public on the date and time specified. Bid/Proposal must be submitted on forms provided by the City. No other forms will be accepted. Telephone and fax Bids/Proposals will not be considered. Bid/Proposal may not be modified after opening. Bid/Proposal may not be withdrawn after opening for a period of ninety (90) days unless otherwise specified.
AGREEMENT BETWEEN OWNER AND CONTRACTOR:
The Contractor shall execute all required forms of the agreement and return within ten (10) days of their receipt. Failure to return all forms correctly executed within ten (10) days of receipt, without written extension by the Owner otherwise, shall constitute an irregularity and be deemed grounds, at the Owner's option, for rejection and forfeiture of 5% Bid Bond.
If the Contractor is an individual, the agreement shall be signed with his signature.
If the Contractor is a firm or Company owned by an individual, the agreement shall be executed in the name of the firm or company by the signature of the Owner of the firm or company.
If the Contractor is a partnership, the agreement shall be executed in the name of the Partnership by the signature of partner or partners.
If the Contractor is a Corporation, the agreement shall be executed in the name of the Corporation and shall bear the corporate seal. It may be signed for the Corporation by the President and attested by the Secretary; if signed for the Corporation by any other officer than the President, the signature of such officer signing shall be attested by the Secretary, and the executed agreement shall be accompanied by a duly authenticated document bearing the seal of the Corporation quoting the section of the by-laws of the corporation authorizing the Board of Directors to designate such officer and copy of the resolution designating and authorizing him to execute on behalf of the Corporation. That document must contain a statement that the authority is in effect on the date of the execution of the contract, and may not be dated earlier than the date of the execution of the Agreement. The same officer may not execute the Agreement and authenticate the document of authority.
PERFORMANCE AND PAYMENT BONDS:
These bonds shall be executed in behalf of the Contractor in the same manner and by the same person who executed the Agreement and, upon approval and award of contract, shall be recorded in the public records of Osceola County in accordance with Florida Statute 255.05.
LOSS DEDUCTIBLE CLAUSE:
The Owner shall be exempt from, and in no way liable for, any sums of money, which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or Subcontractor providing such insurance.
Bids shall be based on the following documents, including all addenda:
ASI-1 dated July 2, 2025, July 11, 2025
Days to substantial completion: 365
Days to final Completion: 45
Project Estimated Cost: $11.5 Million
The Bidder is required to be familiar with all Federal, State and local laws, ordinances, rules and regulations that in any manner affect the work. Ignorance on the part of the Bidder will in no way relieve him from responsibility.
AGREEMENT BETWEEN OWNER AND CONTRACTOR:
The Contractor shall execute all required forms of the agreement and return within ten (10) days of their receipt. Failure to return all forms correctly executed within ten (10) days of receipt, without written extension by the Owner otherwise, shall constitute an irregularity and be deemed grounds, at the Owner's option, for rejection and forfeiture of 5% Bid Bond.
If the Contractor is an individual, the agreement shall be signed with his signature.
If the Contractor is a firm or Company owned by an individual, the agreement shall be executed in the name of the firm or company by the signature of the Owner of the firm or company.
If the Contractor is a partnership, the agreement shall be executed in the name of the Partnership by the signature of partner or partners.
If the Contractor is a Corporation, the agreement shall be executed in the name of the Corporation and shall bear the corporate seal. It may be signed for the Corporation by the President and attested by the Secretary; if signed for the Corporation by any other officer than the President, the signature of such officer signing shall be attested by the Secretary, and the executed agreement shall be accompanied by a duly authenticated document bearing the seal of the Corporation quoting the section of the by-laws of the corporation authorizing the Board of Directors to designate such officer and copy of the resolution designating and authorizing him to execute on behalf of the Corporation. That document must contain a statement that the authority is in effect on the date of the execution of the contract, and may not be dated earlier than the date of the execution of the Agreement. The same officer may not execute the Agreement and authenticate the document of authority.
PERFORMANCE AND PAYMENT BONDS:
These bonds shall be executed in behalf of the Contractor in the same manner and by the same person who executed the Agreement and, upon approval and award of contract, shall be recorded in the public records of Osceola County in accordance with Florida Statute 255.05.
LOSS DEDUCTIBLE CLAUSE:
The Owner shall be exempt from, and in no way liable for, any sums of money, which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or Subcontractor providing such insurance.
The Contractor hereby acknowledges that the City has the responsibility for providing required reporting, including financial information, program progress, and real property status, in accordance with 2 CFR. § 200.327, 2 CFR. § 200.328, and 2 CFR. § 200.329 on frequencies established by the Federal awarding agency.
Bid/Proposal tabulations are available via the portal.
The following access to records requirements apply to this contract in respect to federal financial assistance awards:
The Contractor's attention is called to Section 255.04, Florida Statutes, which require that on public building contracts, Florida products and labor shall be used wherever prices and quality are equal.
Superintendents and Workmen. The bidder/contractor shall employ superintendents, foreman and workmen who are careful and competent. The Owner, Architect/Engineer, or project representative may demand the dismissal of any person or persons employed by the bidder/contractor on the work who misbehave or are incompetent or negligent in the proper performance of their duties, or neglect or refuse to comply with the directions given. Such persons shall not be employed again thereon without the prior written consent of the Owner, Project Manager, or authorized representative. Should the Bidder/Contractor continue to employ or again employ such persons, the Owner, Project Manager, or authorized representative may suspend the work until the persons objected to are dismissed.
Equipment. Equipment used on any portion of the work shall be such that no damage to the work, roadways, adjacent property, or other objects will result from its use.
General Pricing Instructions:
All costs necessary to provide a complete, fully operational, code-compliant facility shall be included, whether or not each item is specifically listed.
Within five (5) days after the notice to proceed, or receipt of signed agreement, the contractor shall prepare and submit to the Project Manager for approval a practicable schedule showing the order in which the contractor proposes to carry on the work, the date on which he will start the several salient features (including procurement of materials, plant and equipment), and the contemplated dates for completing same.
During the progress of the work the Contractor shall enter on the schedule the actual progress at the end of each month or at such intervals as directed by the Project Manager.
If the Contractor falls behind the progress schedule, the Contractor shall take such steps as may be necessary to improve his progress by increasing the number of shifts, overtime operations, days of work, and the amount of Construction Plant capacity, all without additional cost to the Owner. The Owner reserves the right to approve work hours and limit the number of crews working concurrently on the project.
Failure of the Contractor to comply with the requirements under this provision shall be grounds for determination by the Owner that the Contractor is not prosecuting the work with such diligence as will insure completion within the time specified and such failure constitutes a substantial violation of the conditions of the Agreement.
As a consequence of the Contractor's failure to comply with this provision, the Owner may terminate the Contract, or any separable part thereof.
Within five (5) days after the notice to proceed, or receipt of signed agreement, the contractor shall prepare and submit to the Project Manager for approval a practicable schedule showing the order in which the contractor proposes to carry on the work, the date on which he will start the several salient features (including procurement of materials, plant and equipment), and the contemplated dates for completing same.
During the progress of the work the Contractor shall enter on the schedule the actual progress at the end of each month or at such intervals as directed by the Project Manager.
If the Contractor falls behind the progress schedule, the Contractor shall take such steps as may be necessary to improve his progress by increasing the number of shifts, overtime operations, days of work, and the amount of Construction Plant capacity, all without additional cost to the Owner. The Owner reserves the right to approve work hours and limit the number of crews working concurrently on the project.
Failure of the Contractor to comply with the requirements under this provision shall be grounds for determination by the Owner that the Contractor is not prosecuting the work with such diligence as will insure completion within the time specified and such failure constitutes a substantial violation of the conditions of the Agreement.
As a consequence of the Contractor's failure to comply with this provision, the Owner may terminate the Contract, or any separable part thereof.
Although the Owner is not subject to the Florida Sales and Use Tax, any Contractor who purchases materials, which will be used in the Construction of an owned facility, will not be exempted from the State taxes on the materials and is cautioned he is responsible for payment of any such taxes to his suppliers. All costs thereof shall be deemed to be included in the prices bid for the work, but shall exclude the costs of taxes not applicable.
The Owner is Subject to:
Federal Excise Taxes on materials or appliances that are incorporated into and become a part of the completed improvement. Federal Tax on transportation of property.
In every case of a purchase of materials to be incorporated in the work, which are subject to Federal Excise Taxes, the Owner will furnish to the Contractor the necessary Federal Excise Tax Certificate upon receipt of a copy of the supplier's invoice showing the item(s), net price and Federal Excise Tax separately.
Procurement of substitutions during bidding shall comply with Division 00 Section 002600. Requests must be submitted no later than ten (10) days prior to bid date. No substitutions will be accepted after bid without written approval.
All survey data showing physical features was obtained by the Architect incidental to design and no land surveying certifications should be implied. Prior to commencing any excavation or grading the Contractor shall satisfy himself as to the accuracy of all survey data as indicated in these plans and specifications and/or as provided by the Owner. Should the Contractor discover any inaccuracies, errors, or omissions in the survey data, he shall immediately notify the Project Manager and Architect, in writing, in order that proper adjustments can be anticipated and ordered. Commencement by the Contractor of any excavation or grading shall be held as an acceptance of the survey data by him after which time the Contractor has no claim against the Owner resulting from alleged errors, omissions or inaccuracies of the said survey data.
Payments shall be made pursuant to Florida Statute Section 218.70, the Prompt Payment Act, and all City Policies promulgated thereby. The preferred method of payment by the City of St. Cloud is via electronic funds transfer (EFT) or P-Card.B7PROGRESS PAYMENTS
Based upon applications of Contractor for payment submitted to the Owner and certificates for such payments as approved by the Architect/Engineer, the Owner shall make monthly progress payments to the Contractor as provided in the Agreement.
The Contractor shall provide proper and correct invoice address to which payments are to be mailed.
All survey data showing physical features was obtained by the Architect incidental to design and no land surveying certifications should be implied. Prior to commencing any excavation or grading the Contractor shall satisfy himself as to the accuracy of all survey data as indicated in these plans and specifications and/or as provided by the Owner. Should the Contractor discover any inaccuracies, errors, or omissions in the survey data, he shall immediately notify the Project Manager and Architect, in writing, in order that proper adjustments can be anticipated and ordered. Commencement by the Contractor of any excavation or grading shall be held as an acceptance of the survey data by him after which time the Contractor has no claim against the Owner resulting from alleged errors, omissions or inaccuracies of the said survey data.
Item | Description | Furnished by Owner | Installed by Owner | Installed by Contractor |
Bleachers | Yes |
| Yes | |
Exterior Mural | Yes | Yes |
| |
Pavilion structures | Yes |
| Yes | |
Streetscape furniture – benches, picnic tables and trash receptacles | Yes |
| Yes |
The City of St. Cloud reserves the right to allow for the clarification of questionable entries and for the withdrawal of obvious mistakes. Each Bidder/Proposer shall examine all Bid/Proposal submittal documents and shall judge all matters relating to the adequacy and accuracy of such documents. All inquiries, suggestions, or requests concerning interpretation, clarification, or additional information pertaining to the Bid/Proposal shall be made via the portal. The City of St. Cloud shall not be responsible for oral interpretations given by any City of St. Cloud employee, representative, or others. The issuance of a written Addendum is the only official method whereby interpretation, clarification, or additional information can be given. If any addenda are issued to this Bid/Proposal, all plan holders will be notified via the portal. It will be the responsibility of the Bidder/Proposer to obtain and acknowledge addenda via the portal.
Standard. If the FEMA award meets the definition of “funding agreement” under 37C.F.R. § 401.2(a) and the non-Federal entity wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the non Federal entity must comply with the requirements of 37 C.F.R. Part 401 (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements), and any implementing regulations issued by FEMA. See 2 C.F.R. Part 200, Appendix II(F).
The authorized representatives and agents of the Owner and such other persons as the Owner may designate shall have access to and be permitted to inspect all the Contractor's work, materials, payrolls, records of personnel, invoices of materials and other relevant data and records wherever they are in preparation and progress. When required, exact duplicate copies of the aforementioned data shall be furnished.
The authorized representatives and agents of the Owner and such other persons as the Owner may designate shall have access to and be permitted to inspect all the Contractor's work, materials, payrolls, records of personnel, invoices of materials and other relevant data and records wherever they are in preparation and progress. When required, exact duplicate copies of the aforementioned data shall be furnished.
Bidding Documents include the Advertisement or Invitation to Bid, Instructions to Bidders, Proposal Form, Schedule of Unit Prices Bid, other sample bidding and contract forms and the proposed Contract Documents including any Addenda issued prior to receipt of bids. The Contract Documents proposed for the work consist of the Owner-Contractor Agreement, and Contractual Conditions, the Drawings, the Specifications and all Addenda issued prior to and all modifications issued after execution of the Contract.
SANITARY PROVISIONS: The Contractor shall provide and maintain in a neat and sanitary condition such accommodations for the use of his employees as may be necessary to comply with regulations of the State Board of Health. No nuisance will be permitted.
TEMPORARY WIRING shall meet all safety requirements of the National Electric Code, Florida Department of Commerce, Bureau of Workers' Compensation and/or local requirements. In addition, all wire shall be so sized that it is not overloaded according to the National Electric Code, and any wire used shall be fused to adequately protect that wire according to the Code referred to.
The Contractor shall have an adequate number of outlets and each outlet shall be properly and clearly labeled with the maximum voltage and fuse protection.
Where temporary lighting is used, outlet shall consist of weatherproof socket properly insulated and provided with a locking type wire guard. All devices shall be properly grounded.
STORAGE AND WORK AREAS: At the start of the operations the Contractor shall make arrangements with the Owner's representative for the assignment of storage and work areas. During construction the Contractor shall maintain the areas in a neat condition.
CONTRACTOR'S FIELD OFFICES: Trailers may be used for field offices, but their use as living quarters for personnel shall be limited to one staff member such as a night watchman or a superintendent.
SANITARY PROVISIONS: The Contractor shall provide and maintain in a neat and sanitary condition such accommodations for the use of his employees as may be necessary to comply with regulations of the State Board of Health. No nuisance will be permitted.
TEMPORARY WIRING shall meet all safety requirements of the National Electric Code, Florida Department of Commerce, Bureau of Workers' Compensation and/or local requirements. In addition, all wire shall be so sized that it is not overloaded according to the National Electric Code, and any wire used shall be fused to adequately protect that wire according to the Code referred to.
The Contractor shall have an adequate number of outlets and each outlet shall be properly and clearly labeled with the maximum voltage and fuse protection.
Where temporary lighting is used, outlet shall consist of weatherproof socket properly insulated and provided with a locking type wire guard. All devices shall be properly grounded.
STORAGE AND WORK AREAS: At the start of the operations the Contractor shall make arrangements with the Owner's representative for the assignment of storage and work areas. During construction the Contractor shall maintain the areas in a neat condition.
CONTRACTOR'S FIELD OFFICES: Trailers may be used for field offices, but their use as living quarters for personnel shall be limited to one staff member such as a night watchman or a superintendent.
If the Owner wishes to learn the relative or additional construction cost of an alternative method of construction, and alternative use of type of material or an increase or decrease in scope of the project, these items will be defined as alternates and will be specifically described in the drawings and/or the specifications.
Alternates will be listed in the Proposal in such manner that the Bidder shall be able to clearly indicate what sums he will add to (or deduct from) his base bid.
If the base bid is within the amount of funds available to finance the construction contract and the Owner wishes to accept alternative additive bids, then contract award will be made to that responsible and responsive bidder submitting the low combined bid, consisting of the base bid plus alternate additive bids (applied in the numerical order in which they are listed on the bid form). Under this procedure, if the Owner wishes to make award on only the base bid, the contract award will be made to that responsible and responsive bidder submitting the low base bid.
Alternate Bids
Alternate bids will not be accepted unless specifically called for in the solicitation.
Addenda
In case the Owner finds it expedient to supplement, modify or interpret any portion of the solicitation during the bidding period, such procedure will be accomplished by issuance of an Addendum to the Bidding Documents, which will be available through the Portal.
Firm prices shall be bid and include all packing, handling, shipping charges, and delivery to any point within the City of St. Cloud, to a secure area or inside delivery, F.O.B. DESTINATION. Pricing shall also include any and all costs for lodging, mileage, meals, permits, license(s), insurance, fees, or any other cost. Unit prices shall be shown in the Bid/Proposal. The obligations of City of St. Cloud under this Award are subject to the availability of funds lawfully appropriated for its purpose.
The Architect will provide the Contractor with three (3) sets of drawings and three (3) sets of specifications under contract award. If additional sets are required by the Contractor, they will be furnished upon request for the cost of printing and handling.
No interpretation of the meaning of the drawings, specifications, or other Bidding Documents, no correction of any apparent ambiguity, inconsistency or error therein, will be made to any Bidder orally. Every request for such interpretation or correction shall be sent via the Portal through the Questions and Answers Tab unless the deadline for questions has passed, in which case requests for interpretations shall be sent via email to purchasing@stcloudfl.gov. All such interpretations and supplemental instructions will be in the form of written Addenda to the Bidding Documents.
Only an interpretation or correction so given by written Addenda to the Bidding Documents shall be binding and prospective Bidders are advised that no other source is authorized to give information concerning, or to explain or interpret the Bidding Documents.
The Architect will provide the Contractor with three (3) sets of drawings and three (3) sets of specifications under contract award. If additional sets are required by the Contractor, they will be furnished upon request for the cost of printing and handling.
The City of St. Cloud is exempt from Federal Excise Taxes and Sales Taxes. Tax exemption certification 85-8012621679C-5 available upon request.
Discounted Payment Terms shall not be considered in determining the lowest net cost for the Bid/Proposal evaluation purposes.
The Contractor shall immediately indicate plainly and conspicuously on the field set of drawings and at appropriate paragraphs in the specifications, all changes or corrections made by Addenda and Change Orders as they are issued.
The Contractor shall immediately indicate plainly and conspicuously on the field set of drawings and at appropriate paragraphs in the specifications, all changes or corrections made by Addenda and Change Orders as they are issued.
Bidders are required, before submitting their proposal, to visit the site of the proposed work and completely familiarize themselves with the nature and extent of the work and any local conditions, which may in any manner affect the work to be performed and the equipment, materials and labor required. They are also required to examine carefully the drawings, specifications and other bidding documents, to inform themselves thoroughly regarding any and all conditions and requirements that may in any manner affect the work.
Bidders are responsible to determine if site conditions differ in any way from the drawings, specifications, and other bidding documents. The bidder has the responsibility to notify the Owner immediately of any errors in the drawings, specifications, and other bidding documents.
The Owner shall not be responsible for any item(s) overlooked by the bidder, including, but not limited to, underground or above ground utilities, soil conditions, or other obstacles. Submittal of a bid shall constitute acknowledgment of this requirement on the part of the bidder.
For clarity of description and as a standard of comparison, certain products have been specified by two or more trade names or manufacturers. Should any bidder desire to use products other than those specified, he shall request permission to do so via email to purchasing@stcloudfl.gov at least five (5) days prior to the deadline for questions, providing all necessary data. The permission, if granted, will be communicated by Addendum to all bidders. If a bidder is unable to procure written approval of a proposed substitution prior to the date, he shall base his bid on the Exact Items Specified.
Royalties. The Contractor shall pay all fees or royalties for any patented articles, operations or construction incorporated in or used in the execution of the work.
Shop drawings shall be submitted for manufactured or fabricated materials as called for in the separate specification sections. Drawings shall be fully identified by project name, location, supplier's name, date, drawing number, specifications section reference, etc. The Contractor shall submit, with such promptness as to cause no delay in his work, or in that of any other Contractor, four (4) copies (in addition to those copies necessary for his own requirements) of all shop drawings, and schedules, required for the work of the various trades, to the Project Manager for approval. The Contractor shall make no deviation from the approved drawings, and the changes made thereto by the Architect, if any.
It shall be the responsibility of the Contractor to properly schedule the submission of shop drawings for approval to allow adequate time for checking of drawings, manufacture and shipment of items to job site in sufficient time to prevent delay in Progress Schedule.
It shall also be the responsibility of the Contractor to coordinate the preparation of shop drawings of items, which will be furnished by more than one manufacturer but are designed to interface when installed.
Shop drawings submitted to the Project Manager and Architect for approval shall first be checked and approved by the Contractor, the prima facie evidence of which shall be a "checked" stamp marked "Approved," or "Approved as Noted" on each copy of each shop drawing, placed thereon by the Contractor. Shop drawings received without the Contractor's "checked" stamp will be cause for immediate return without further action. Each drawing correctly submitted will be checked by the Architect and marked by him in one of the following ways:
Submission and approval schedule:
If and when required by the Project Manager and Architect, the Contractor shall prepare and submit in triplicate to the Project Manager a completely itemized Schedule of Shop Drawings, brochures and other descriptive literature, listing each and all such items as required under these specifications, which schedule shall indicate for each required item:
The subcontractors for all phases of the Contract shall submit through the General Contractor complete brochures covering all materials and/or equipment proposed for use in the execution of the work as required by their respective Divisions of the Specifications. These brochures shall be indexed and properly cross-referenced to the plans and specifications for easy identification.
All shop drawings, setting drawings, material brochures, samples and/or color selection materials, which are required and are not included in the foregoing shall be submitted via the General Contractor. Insofar as is possible or practical, all shop drawings or descriptive literature of equipment for the mechanical or electrical trades shall be submitted in a complete brochure for each trade as soon as possible after Notice to Proceed is executed.
If items called for by this invitation have been identified in the specifications by a "Brand Name or Equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be acceptable. Bids/Proposals offering "equal" products, when allowed, will be considered for Award if such products are clearly identified in the Bid/Proposal and are determined by the City to meet fully the salient characteristics requirements listed in the specifications. Highly technical or specialized equipment or commodities are to be performance equal and, therefore, must be pre-approved. Unless the Bidder/Proposer clearly indicates in his/her Bid/Proposal that he/she is offering an "equal" product, the Bid/Proposal shall be considered as offering the same brand name product referenced in the specifications. If the Bidder/Proposer proposes to furnish an "equal" product, when allowed, the brand name, if any, of the product to be furnished shall be inserted in the space provided or such product shall be otherwise clearly identified. The evaluation of Bids/Proposals and the determination as to equality of the product offered shall be the responsibility of the City and will be based on information furnished by the Bidder/Proposer. Procurement Services is not responsible for locating or securing any information, which is not identified in the Bid/Proposal and reasonably available to Procurement Services. To ensure that sufficient information is available, the Bidder/Proposer shall furnish, as a part of the Bid/Proposal, all descriptive material necessary for Procurement Services to determine whether the product offered meets the salient characteristics required by the specifications and establish exactly what the Bidder/Proposer proposes to furnish and what the City of St. Cloud would be binding itself to purchase by making an Award.
Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, http://www.epa.gov/cpg/. The list of EPA-designate items is available at http://www.epa.gov/cpg/products.htm.
The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act.
Shop drawings shall be submitted for manufactured or fabricated materials as called for in the separate specification sections. Drawings shall be fully identified by project name, location, supplier's name, date, drawing number, specifications section reference, etc. The Contractor shall submit, with such promptness as to cause no delay in his work, or in that of any other Contractor, four (4) copies (in addition to those copies necessary for his own requirements) of all shop drawings, and schedules, required for the work of the various trades, to the Project Manager for approval. The Contractor shall make no deviation from the approved drawings, and the changes made thereto by the Architect, if any.
It shall be the responsibility of the Contractor to properly schedule the submission of shop drawings for approval to allow adequate time for checking of drawings, manufacture and shipment of items to job site in sufficient time to prevent delay in Progress Schedule.
It shall also be the responsibility of the Contractor to coordinate the preparation of shop drawings of items, which will be furnished by more than one manufacturer but are designed to interface when installed.
Shop drawings submitted to the Project Manager and Architect for approval shall first be checked and approved by the Contractor, the prima facie evidence of which shall be a "checked" stamp marked "Approved," or "Approved as Noted" on each copy of each shop drawing, placed thereon by the Contractor. Shop drawings received without the Contractor's "checked" stamp will be cause for immediate return without further action. Each drawing correctly submitted will be checked by the Architect and marked by him in one of the following ways:
Submission and approval schedule:
If and when required by the Project Manager and Architect, the Contractor shall prepare and submit in triplicate to the Project Manager a completely itemized Schedule of Shop Drawings, brochures and other descriptive literature, listing each and all such items as required under these specifications, which schedule shall indicate for each required item:
The subcontractors for all phases of the Contract shall submit through the General Contractor complete brochures covering all materials and/or equipment proposed for use in the execution of the work as required by their respective Divisions of the Specifications. These brochures shall be indexed and properly cross-referenced to the plans and specifications for easy identification.
All shop drawings, setting drawings, material brochures, samples and/or color selection materials, which are required and are not included in the foregoing shall be submitted via the General Contractor. Insofar as is possible or practical, all shop drawings or descriptive literature of equipment for the mechanical or electrical trades shall be submitted in a complete brochure for each trade as soon as possible after Notice to Proceed is executed.
The City of St. Cloud reserves the right to accept or reject any and/or all Bids/Proposals, to waive irregularities and technicalities, and to request re-submission. Also, the City of St. Cloud reserves the right to accept all or any part of the Bid/Proposal. Any sole response received on the original bid submittal date may or may not be rejected by the City of St. Cloud depending on available competition and timely needs of the City of St. Cloud. The Vendor shall have the capability in all respects to perform fully the Contract requirements, and the tenacity, perseverance, experience, integrity, reliability, capability, facilities, equipment, and credit, which will assure good faith performance to be a responsible Vendor. The City of St. Cloud reserves the right to make such investigation as it deems necessary to make this determination. Additional information shall be provided by the Vendor if requested by the City. Such information may include, but shall not be limited to, current financial statements; verification of availability of equipment and personnel, and past performance goals.
Where reference is made to the Standard Specifications of the American Society for Testing and Materials (ASTM), United States Government Federal Specifications, or to other standard specifications of Associated Manufacturer's Organizations, or trades, in connection with the required quality of materials, methods, etc., then the applicable specifications shall be of the latest revised edition unless otherwise specifically stated.
Bids shall be accompanied by a bid guaranty of not less than five percent (5%) of the amount of the bid, which may be a cashier's check, or Bid Bond made payable to the Owner. Bidder shall provide a copy of the check or a copy of the executed Bid Bond form with the submitted bid documents. The original bid bond or check should be sent by express mail to City of St. Cloud, Procurement Services, 1300 9th Street, Building A, 2nd Floor, St. Cloud, Florida 34769. Bidder acknowledges any executed document submitted electronically or digitally shall be considered an original. Such check or Bid Bond shall be submitted with the understanding that it shall guarantee that the Bidder will not withdraw their bid for a period of at least ninety (90) days after the scheduled closing time for the receipt of bids; that if the bid is accepted, Bidder will enter into a written contract with the Owner in accordance with the form of agreement included as a part of the Contract Documents, and that the required Payment and Performance Bonds will be given within the prescribed period of time as set forth in the specifications. In the event of the withdrawal of said bid within said period of time, or failure to enter into said Agreement and give said bond within ten (10) days after he has received notice of acceptance of bid, the Bidder shall be liable to the Owner for the full amount of the bid guaranty as representing the damage to the Owner because of default of the Bidder in any particular hereof. The forfeiture of the bid guaranty shall be considered not as a penalty but in liquidation of damages sustained.
The original bid bonds or checks shall be returned to all except the three lowest bidders after the formal opening of bids. The remaining bid bonds or checks will be returned to the lowest bidders after the Owner and the accepted bidder have executed the Agreement and Payment and Performance Bonds have been received and approved by the Owner. If the required Agreement and Bonds have been executed within at least ten (10) days after the date of the award of the bids, then the bid bond or check of any bidder will be returned upon request, provided notification of the acceptance of the bid was not received prior to the date of such request.
NOTICE: The bid bond must be signed by a Florida Licensed Resident Agent who holds a current Power of Attorney from the Surety Company issuing the Bond.
Where reference is made to the Standard Specifications of the American Society for Testing and Materials (ASTM), United States Government Federal Specifications, or to other standard specifications of Associated Manufacturer's Organizations, or trades, in connection with the required quality of materials, methods, etc., then the applicable specifications shall be of the latest revised edition unless otherwise specifically stated.
The Contractor shall not use the Department of Homeland Security (DHS) seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific preapproval from the appropriate Federal agency.
Where the name of a concern or manufacturer is mentioned on drawings or in specifications in reference to his required service or product, and no qualifications or specification of such is included, then the material gauges, details of manufacture, finish, etc., shall be in accordance with his standard practice, directions or specifications. The Contractor shall be responsible for any infringement of patents, royalties, or copyrights, which may be incurred thereby.
Where the name of a concern or manufacturer is mentioned on drawings or in specifications in reference to his required service or product, and no qualifications or specification of such is included, then the material gauges, details of manufacture, finish, etc., shall be in accordance with his standard practice, directions or specifications. The Contractor shall be responsible for any infringement of patents, royalties, or copyrights, which may be incurred thereby.
The apparent silence of the specifications, and any supplemental specifications, as to any details, or the omission from same, of any detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail, and that only materials of first quality and correct type, size, and design are to be used. All workmanship is to be first quality. All interpretations of this specification shall be made upon the basis of this statement.
To be acceptable to the Owner as Surety for both Bid Bonds and Payment and Performance Bonds, a Surety Company shall comply with the following provisions:
Any risk or portion of any risk which shall have been reinsured (in which case these minimum requirements contained herein only apply to the reinsuring carrier) in assuming insurer authorized or approved by the Insurance commissioner to do such business in this State shall be deducted in determining the limitation of risk prescribed in this section.
In the case of a surety insurance company, there shall be deducted in addition to the deduction reinsurance, the amount assumed by any co-surety; the value of any security deposited, pledged or held subject to the content of the surety and for the protection of the surety.
No separate payments will be made for providing bonds as prescribed herein.
For insurance coverage and amounts, please refer to the Instructions to Contractors Section
This is an acknowledgement that Federal and state financial assistance may be used to fund payment for services provided under this contract. The Contractor will comply will all applicable federal law, regulations, executive orders, as well as policies, procedures and directives of the respective funding Federal grantor agency.
A list of all materials, equipment, etc., together with manufacturer's drawings and catalog information shall be submitted to the Project Manager for approval prior to ordering material or equipment but not later than thirty (30) days after receipt of Notice to Proceed. Information submitted shall show the capacity, operating conditions and all architectural data and descriptive information necessary for comparison and to enable the Architect to determine whether it meets specifications. The Architect approval will not relieve the Contractor of the responsibility for performance of any terms of the Agreement.
The Bidder/Proposer, without exception, shall indemnify and save harmless the City of St. Cloud and its employees from liability of any nature or kind, including costs and expenses for or on account of any copyrighted, patented, or un-patented invention, process, or article, manufactured or used in the performance of the Contract, including its use by the City of St. Cloud. If the Bidder/Proposer uses any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood without exception that the Bid/Proposal prices shall include all royalties or costs arising from the use of such design, device, or materials involved in the work.
A list of all materials, equipment, etc., together with manufacturer's drawings and catalog information shall be submitted to the Project Manager for approval prior to ordering material or equipment but not later than thirty (30) days after receipt of Notice to Proceed. Information submitted shall show the capacity, operating conditions and all architectural data and descriptive information necessary for comparison and to enable the Architect to determine whether it meets specifications. The Architect approval will not relieve the Contractor of the responsibility for performance of any terms of the Agreement.
In order that the Owner may be assured that only qualified and competent subcontractors and major material suppliers will be employed on the project, each Bidder shall submit with his proposal a list of the subcontractors and major material suppliers who will perform the work for each division of the specifications as indicated by the list of subcontractors and material suppliers form contained in these specifications. The bidder shall have determined to his own complete satisfaction that a listed subcontractor and major material supplier has been successfully engaged in this particular type of business for a reasonable length of time, has successfully completed installations comparable to that which is required by this agreement and is qualified both technically and financially to perform that pertinent phase of this work for which he is listed. Only one subcontractor shall be listed for each phase of the work. Bidders listing their own company name in certain areas of subcontract work may be asked to demonstrate to the satisfaction of the Owner/Architect/Engineer their past experience and competence in these areas. The applicable subcontractor license registration or certification number must be noted on the bid opposite his name, and in the event the subcontractor is a corporation, his state corporate charter number shall also be noted. If the subcontractor is an out-of-state (foreign) firm, his charter number with the Secretary of State to do business in the State of Florida should also be noted.
NO CHANGE SHALL BE MADE IN THE LIST OF SUBCONTRACTORS OR MATERIAL SUPPLIERS BEFORE OR AFTER THE AWARD OF THE CONTRACT, UNLESS AGREED TO IN WRITING BY THE OWNER PRIOR TO THE COMMENCEMENT OF WORK BY THE SUBCONTRACTOR OR MATERIAL SUPPLIER.
The listing of any proposed Subcontractor and major material supplier does not create any contractual rights between the proposed Subcontractor or material supplier and the Owner.
The Owner reserves the right to approve or disapprove any Subcontractor or material supplier.
The materials, products and equipment described in the Bidding Documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution.
Should any bidder desire to use products other than those specified, bidder shall request permission and provide all necessary data prior to the deadline for questions via the Portal in the 'Questions and Answers' section. If a bidder is unable to procure written approval of a proposed substitution prior to the date, bidder shall base bid on the Exact Items Specified. Each such request shall include the name of the material or equipment for which it is to be substituted and a complete description of the proposed substitute including drawings, cuts, performance and test data and any other information necessary for an evaluation. A statement setting forth any changes in other materials, equipment or other work that incorporation of the substitute would require shall be included. The burden of proof of the merit of the proposed substitute is upon the proposer. The Architect's decision of approval or disapproval of a proposed substitution shall be final.
The permission, if granted, will be communicated by Addendum to all bidders. Bidders shall not rely upon approvals made in any other manner.
No substitutions will be considered after the contract award unless specifically provided for in the Contract Documents.
Substitutions During Bidding Period - Requests for substitutions during the question period will be considered and treated as stated herein. Once bids have been received, the Owner and Architect will prepare the contract on the basis that all items are those specified in the Specifications, shown on the Drawings, or approved in Addenda issued during the bidding period. The approval of a product during the bid period does not negate the requirement for the submission of complete data during the construction period in accordance with the Section "Submittal Data." Should further investigation on a product approved during the bid period indicate that the product does not meet the essential requirements of the project; the Contractor shall make such modifications as are necessary to meet these essential requirements.
Additional provisions are as follows:
The Contractor shall place orders for specified materials and equipment promptly upon award of Contract. No excuse or proposed substitution will be considered for materials and equipment due to unavailability, unless proof is submitted that firm orders were promptly placed for the item listed in the Specifications. The reason for the unavailability must be, as determined by the Owner, beyond the control of the Contractor such as strikes, lockouts, bankruptcy, discontinuance of the manufacture of a product, or acts of God, and shall be made known in writing to the Project Manager within ten (10) days of the date that the Contractor ascertains that he cannot obtain the material or equipment specified. Requests shall be accompanied by a complete description of the material or equipment, which the Contractor wishes to use as a substitution.
The materials, products and equipment described in the Bidding Documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution.
Should any bidder desire to use products other than those specified, bidder shall request permission and provide all necessary data prior to the deadline for questions via the Portal in the 'Questions and Answers' section. If a bidder is unable to procure written approval of a proposed substitution prior to the date, bidder shall base bid on the Exact Items Specified. Each such request shall include the name of the material or equipment for which it is to be substituted and a complete description of the proposed substitute including drawings, cuts, performance and test data and any other information necessary for an evaluation. A statement setting forth any changes in other materials, equipment or other work that incorporation of the substitute would require shall be included. The burden of proof of the merit of the proposed substitute is upon the proposer. The Architect's decision of approval or disapproval of a proposed substitution shall be final.
The permission, if granted, will be communicated by Addendum to all bidders. Bidders shall not rely upon approvals made in any other manner.
No substitutions will be considered after the contract award unless specifically provided for in the Contract Documents.
Substitutions During Bidding Period - Requests for substitutions during the question period will be considered and treated as stated herein. Once bids have been received, the Owner and Architect will prepare the contract on the basis that all items are those specified in the Specifications, shown on the Drawings, or approved in Addenda issued during the bidding period. The approval of a product during the bid period does not negate the requirement for the submission of complete data during the construction period in accordance with the Section "Submittal Data." Should further investigation on a product approved during the bid period indicate that the product does not meet the essential requirements of the project; the Contractor shall make such modifications as are necessary to meet these essential requirements.
Additional provisions are as follows:
The Contractor shall place orders for specified materials and equipment promptly upon award of Contract. No excuse or proposed substitution will be considered for materials and equipment due to unavailability, unless proof is submitted that firm orders were promptly placed for the item listed in the Specifications. The reason for the unavailability must be, as determined by the Owner, beyond the control of the Contractor such as strikes, lockouts, bankruptcy, discontinuance of the manufacture of a product, or acts of God, and shall be made known in writing to the Project Manager within ten (10) days of the date that the Contractor ascertains that he cannot obtain the material or equipment specified. Requests shall be accompanied by a complete description of the material or equipment, which the Contractor wishes to use as a substitution.
The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the City, Contractor, or any other party pertaining to any matter resulting from the contract.
The Uniform Commercial Code (Florida Statues, Chapter 672) shall prevail as the basis for Contractual obligations between the Awarded Vendor/Contractor and the City of St. Cloud for any terms and conditions not specifically stated in this Bid/Proposal.
No contract between the City and the successful bidder shall be deemed to exist prior to execution, by both parties, of a formal written agreement, and the issuance of a purchase order or confirmation letter, pursuant to Section 2-187 of the St. Cloud City Code. Cost of submittal of this bid is considered an operational cost of the bidder and shall not be passed on to nor borne by the City.
Bidders may withdraw, alter and resubmit their bids through the Portal at any time prior to the bid due date and time. Bids may not be withdrawn, altered or resubmitted after the bid due date and time. The City of St. Cloud may request clarifications and additional information after proposal submission. Negligence on the part of the Bidder in preparing the bid confers no right for withdrawal of the bid after it has been opened.
It shall be the responsibility of the Contractor to provide, at his expense, the power, fuel and equipment necessary to maintain climatic conditions and humidity when specified or required for work in progress.
The City of St. Cloud is committed to assuring equal opportunity in the Award of Contracts and, therefore, complies with all laws prohibiting discrimination on the basis of race, color, religion, national origin, handicap, age, and gender. The City of St. Cloud recognizes fair and open competition as a basic tenet of public procurement and encourages participation by minority-owned and women-owned business enterprises. All Bidders/Proposers are asked to make an affirmative statement as to their support of all applicable equal opportunity/affirmative action requirements. A copy of the City's Employment Opportunity policy is available upon request.
The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this contract.
It shall be the responsibility of the Contractor to provide, at his expense, the power, fuel and equipment necessary to maintain climatic conditions and humidity when specified or required for work in progress.
The selling dealer, distributor, supplier, contractor, and manufacturer shall be responsible for having complied with all Federal, State and local standards, regulations, and laws concerning the equipment specified, and the use thereof, applicable and effective on the date of manufacture including safety and environmental standards as apply to both private industry and governmental agencies.
The Bidder may be disqualified and his Bid rejected by the Owner for any one of the following reasons among others:
During the progress of the work the Contractor shall require the job superintendent for the job and any subcontractor to record on their field sets of drawings the exact locations, as installed, of all underground and otherwise concealed conduit, pipe and duct lines, which were not installed exactly as shown on the contract drawings. This information shall be transmitted to the Owner's representative, in writing, in a timely manner, at the time of discovery of the conduit, pipe or duct lines, and on a regular basis, throughout the course of construction.
The Contractor shall review the completed as-built drawings and it shall be the Contractor's sole responsibility to ascertain that all data furnished on the drawings are accurate and truly represent the work as actually installed. The prints including those unchanged and changed shall be submitted to the Owner when completed, for certification. At time of request for final payment, the Contractor shall submit the "As-Builts" (four (4) paper copies and one (1) digital copy on CD) certified by a Professional Florida Surveyor to Owner through the Project Manager, and shall obtain a receipt for same. The provided as-built survey drawings shall conform to the City of St. Cloud Standard CAD formatting system. Partial or final payment will not be made until this requirement is met.
During the progress of the work the Contractor shall require the job superintendent for the job and any subcontractor to record on their field sets of drawings the exact locations, as installed, of all underground and otherwise concealed conduit, pipe and duct lines, which were not installed exactly as shown on the contract drawings. This information shall be transmitted to the Owner's representative, in writing, in a timely manner, at the time of discovery of the conduit, pipe or duct lines, and on a regular basis, throughout the course of construction.
The Contractor shall review the completed as-built drawings and it shall be the Contractor's sole responsibility to ascertain that all data furnished on the drawings are accurate and truly represent the work as actually installed. The prints including those unchanged and changed shall be submitted to the Owner when completed, for certification. At time of request for final payment, the Contractor shall submit the "As-Builts" (four (4) paper copies and one (1) digital copy on CD) certified by a Professional Florida Surveyor to Owner through the Project Manager, and shall obtain a receipt for same. The provided as-built survey drawings shall conform to the City of St. Cloud Standard CAD formatting system. Partial or final payment will not be made until this requirement is met.
The Bidder/Proposer agrees that, unless otherwise specified, the supplies and/or services furnished under this Bid/Proposal shall be covered by the most favorable commercial warranty the Bidder/Proposer gives to any customer for comparable quantities of such supplies and/or services, and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the City of St. Cloud by any other provision of this Bid/Proposal
Except as otherwise specified, all work shall be guaranteed by the Contractor against defects resulting from the use of inferior materials, equipment or workmanship for one year from the date of final completion of the contract, or from full occupancy or use of the project (for which it was designed) by the Owner, whichever is later. If, within any guarantee period, repairs or changes are required in connection with the guarantee work, which in the opinion of the Architect is rendered necessary as the result of the use of materials, equipment or workmanship, which are defective, or inferior, or not in accordance with the terms of the Contract, the Contractor shall, promptly upon receipt of notice from the Owner, and without expense to the Owner, proceed to:
If the Contractor, after notice, fails to proceed promptly to comply with the terms of the guarantee, the Owner may have the defects corrected and the Contractor and his Surety shall be liable for all expenses incurred by the Owner.
The General Contractor shall be responsible for collecting, identifying, indexing and collating the following materials from any subcontractors, and will deliver four copies of the finished document to the Project Manager for checking of correctness. The Project Manager will deliver two copies to the Owner and obtain signed receipts:
Complete equipment diagrams, operating instructions, maintenance manuals, parts lists, wiring diagrams, pneumatic and/or electrical control diagrams, test and balance reports, inspection reports, guarantee and warranties, as applicable, for each and every piece of Fixed Equipment furnished under this contract to be supplied in a ring binder, hard-cover book, properly indexed for ready reference. Also, specific information regarding manufacturer's name and address, nearest distributor and service representative's name, address, office and home phone numbers, make and model numbers, operating design and characteristics, etc., will be required. All information submitted shall be updated to reflect existing conditions.
Subsequent to the time of Substantial Completion and receipt of As-Builts, Operations and Maintenance Books but prior to the date of Final Acceptance, the Contractor and/or Subcontractor shall provide a competent and experienced man (or men) thoroughly familiar with the work for a reasonable period of time to instruct the Owner's Using Agency personnel in operation and maintenance of equipment and control systems. This instruction will include normal start-up, run, stop, and emergency operations, location and operation of all controls, alarms and alarm systems, etc. The instruction will include tracing the system in the field and on the diagrams in the instruction booklets so that operating personnel will be thoroughly familiar with both the system and data supplied.
Except as otherwise specified, all work shall be guaranteed by the Contractor against defects resulting from the use of inferior materials, equipment or workmanship for one year from the date of final completion of the contract, or from full occupancy or use of the project (for which it was designed) by the Owner, whichever is later. If, within any guarantee period, repairs or changes are required in connection with the guarantee work, which in the opinion of the Architect is rendered necessary as the result of the use of materials, equipment or workmanship, which are defective, or inferior, or not in accordance with the terms of the Contract, the Contractor shall, promptly upon receipt of notice from the Owner, and without expense to the Owner, proceed to:
If the Contractor, after notice, fails to proceed promptly to comply with the terms of the guarantee, the Owner may have the defects corrected and the Contractor and his Surety shall be liable for all expenses incurred by the Owner.
The General Contractor shall be responsible for collecting, identifying, indexing and collating the following materials from any subcontractors, and will deliver four copies of the finished document to the Project Manager for checking of correctness. The Project Manager will deliver two copies to the Owner and obtain signed receipts:
Complete equipment diagrams, operating instructions, maintenance manuals, parts lists, wiring diagrams, pneumatic and/or electrical control diagrams, test and balance reports, inspection reports, guarantee and warranties, as applicable, for each and every piece of Fixed Equipment furnished under this contract to be supplied in a ring binder, hard-cover book, properly indexed for ready reference. Also, specific information regarding manufacturer's name and address, nearest distributor and service representative's name, address, office and home phone numbers, make and model numbers, operating design and characteristics, etc., will be required. All information submitted shall be updated to reflect existing conditions.
Subsequent to the time of Substantial Completion and receipt of As-Builts, Operations and Maintenance Books but prior to the date of Final Acceptance, the Contractor and/or Subcontractor shall provide a competent and experienced man (or men) thoroughly familiar with the work for a reasonable period of time to instruct the Owner's Using Agency personnel in operation and maintenance of equipment and control systems. This instruction will include normal start-up, run, stop, and emergency operations, location and operation of all controls, alarms and alarm systems, etc. The instruction will include tracing the system in the field and on the diagrams in the instruction booklets so that operating personnel will be thoroughly familiar with both the system and data supplied.
Bids shall be submitted electronically through the Portal
Bidder shall assume full responsibility for timely electronic submission through the Portal for receipt of bids. Bids will not be accepted after the due date and time.
Bidder acknowledges any executed document submitted electronically or digitally shall be considered an original.
The CONTRACTOR shall comply with the Hatch Act, 5 USC 1501 – 1508, and shall ensure that no funds provided, nor personnel employed under this agreement, shall be in any way or to any extent engaged in the conduct of political activities in violation of Chapter 15 of Title V of the U.S.C.
The Contractor shall leave the project clean and free from all debris and any adjoining property disturbed shall be left in as good or better condition as before the construction started. Written releases from all affected citizens, property owners, and other governmental agencies involved, shall be required prior to release of final payment.
The Contractor shall leave the project clean and free from all debris and any adjoining property disturbed shall be left in as good or better condition as before the construction started. Written releases from all affected citizens, property owners, and other governmental agencies involved, shall be required prior to release of final payment.
Bids will be opened publicly via a virtual Zoom meeting at the date and time stated in the Invitation for Bid. The officer whose duty it is to open them will decide when the specified time has arrived.
At the time fixed for the opening of bids, bids will be made public for the information of Bidders in the Portal.
As the best interest of the City may require, the right is reserved to make Award(s) by individual item, group of items, all or none, or a combination thereof, on a geographical basis and/or on a countywide basis, to reject any and all Bids/Proposals, or waive any minor irregularity or technicality in Bids/Proposals received. Bidders/Proposers are cautioned to make no assumptions unless their Bid/Proposal has been evaluated as being responsive. All Awards made as a result of this Bid/Proposal shall conform to applicable ordinances of the City of St. Cloud. The City may return, for full credit, any unused items received which fail to meet the City's performance standards. City of St. Cloud reserves the right to cancel an Awarded Bid/Proposal upon due cause, i.e. vendor misrepresentation, vendor negligence, non-performance, etc., via written notice. The vendor will be responsible WAIVER: The City reserves the right to reject any Bid/Proposal, or part thereof, or to accept any Bid/Proposal that it deems in its best interest. Further, the City reserves the right to waive informalities.
Any or all bids will be rejected if there is reason to believe that collusion exists among the Bidders and no participants in such collusion will be considered in future bids.
Falsification of any entry made on the Contractor's bid will be deemed a material irregularity and will be grounds, at the Owner's option, for rejection.
The Owner reserves the right to reject any or all bids, to waive technicalities, and to reject the bid of a Bidder who is not in a position to perform the contract.
No part of the Contract shall be sublet and no work shall be performed under any subcontract without the prior written approval of the proposed subcontractor by the Owner; which approval will not be given until the Contractor submits to the Owner a written statement concerning the proposed award to the subcontractor, which statement will contain such information as the Owner may require. The amount of the work that is sublet shall be limited by the condition that the Contractor shall perform with his own organization, work amounting to not less than fifty percent (50%) of the total Contract cost.
Nothing in the Contract Documents shall create any contractual relationship between any subcontractor and the owner.
*No assignment of the Contract may be made to any financial institution or other body without the prior express written approval of the Owner.
The Award hereunder is subject to provisions of State Statutes and City Ordinance. All Bidders/Proposers must disclose with their Bid/Proposal the name of any officer, director, or agent, who is also an employee of the City. Further, all Bidders/Proposers must disclose the name of any City employee who owns, directly or indirectly, any interest in the Bidder's/Proposer’s firm or any of its branches.
No part of the Contract shall be sublet and no work shall be performed under any subcontract without the prior written approval of the proposed subcontractor by the Owner; which approval will not be given until the Contractor submits to the Owner a written statement concerning the proposed award to the subcontractor, which statement will contain such information as the Owner may require. The amount of the work that is sublet shall be limited by the condition that the Contractor shall perform with his own organization, work amounting to not less than fifty percent (50%) of the total Contract cost.
Nothing in the Contract Documents shall create any contractual relationship between any subcontractor and the owner.
*No assignment of the Contract may be made to any financial institution or other body without the prior express written approval of the Owner.
The City reserves the right to reject any Bid/Proposal, or part thereof, or to accept any Bid/Proposal that it deems in its best interest. Further, the City reserves the right to waive informalities.
The contract will be awarded as soon as possible to the overall lowest, responsive and responsible Bidder in accordance with award criteria, provided the bid is reasonable and it is in the best interests of the Owner to do so. The obligations of the City of St. Cloud under this agreement are subject to the availability of funds lawfully appropriated for its purpose. All purchases are contingent upon available City of St. Cloud funding
The Owner reserves the right to waive any informality in bids received when such waiver is in the best interests of the Owner.
The Agreement will only be entered into with responsible contractors, found to be satisfactory by the Owner, qualified by experience and in a financial position to do the work specified.
Award Criteria
The Owner reserves the right to approve/disapprove any subcontractors.
Each Bidder shall, if so requested by the Owner, present additional evidence of his experience, qualifications and ability to carry out the terms of the contract, including a certified financial statement.
The Owner may, without notice to the Sureties and without change in contract price, make such alterations in the plans or in the character and quality of the work as may be considered necessary or desirable during the progress of the work to complete fully and acceptably the proposed construction, provided that such alterations do not change the total cost of construction. Such alterations will not be considered as a waiver of any condition of the Contract, nor will they invalidate any of the provisions thereof; and the Contractor shall perform the work as increased or decreased and no allowances will be made for anticipated profits.
The Owner shall have the authority to make any minor changes in the work, not involving extra costs to the Contractor and not inconsistent with the purposes of the project without invalidating the Contract; but otherwise, except in an emergency endangering life or property, the Owner will not order any extra work or make any changes unless in pursuance of a written Change Order executed by the Project Manager, Owner and Contractor. The Contract sum and Contract time may be changed only by a written Change Order. A Change Order is a written order to the Contractor signed by the Owner and the Project Manager, issued after the execution of the Contract, authorizing a change in the work or an adjustment in the Contract sum or the Contract time.
The Contractor shall not start work on any alteration requiring a Change Order until the Change Order setting forth the adjusted prices has been executed by the Owner and Contractor, and is covered by duly executed payment and performance bonds which are satisfactory to the Owner. The Contractor shall perform the work as altered, increased or decreased at the Contract unit price or prices.
Change Orders increasing or decreasing the quantity of work or the total costs thereof, as provided above, are independent of and do not waive any of the provisions regarding extra work as stipulated herein under the article "Extra Work - Force Account."
If a satisfactory adjustment and price cannot be reached for any item requiring a Change Order, the Owner reserves the right to terminate the Contract as it applies to the item in question and make such arrangements as may be deemed necessary to complete the work.
If the Contractor wishes to make a claim for an increase in the Contract sum or an extension in the contract time, he shall give the Owner written notice thereof within ten (10) days after the occurrence of the event giving rise to such claim. The notice shall be given by the Contractor before proceeding to execute the work, except in an emergency endangering life or property. Any change in the Contract sum or Contract time resulting from such claim shall be authorized by Change Order.
EXTRA WORK - FORCE ACCOUNT - The same shall be called extra work and shall be performed by the Contractor when so directed in writing by the Owner via a duly executed Change Order. Extra work shall be performed by the Contractor in accordance with these specifications in a proper and workmanlike manner and as may be directed by the Owner's Representative.
Prices for extra work shall be itemized and covered by a change order submitted by the Contractor and approved by the Owner prior to the actual starting of such work. Should the parties be unable to agree on unit prices for the extra work, or if this method is impractical, the Owner may instruct the Contractor to proceed with the work by day labor or force account.
Claims for extra work not authorized in writing by the Owner or its duly authorized representative prior to the work being done shall be rejected.
DELAYS AND EXTENSIONS OF TIME - Time is of the essence in this Contract. The Contractor shall perform the work entirely and in a satisfactory and acceptable manner within the time limit stated in the Contract Agreement and in the Special Conditions. Time for the completion of the project will be assessed against the Contract beginning with the date of receipt of notice to proceed by the Contractor or its duly authorized representative; or within three (3) calendar days after date of Contract, if no notice to proceed is given. If no notice to proceed is given, receipt of duly executed contract documents by the Contractor is considered to be such notice to proceed.
No allowance will be made for delays or suspension of the prosecution of the work due to the fault of the Contractor.
Adverse weather conditions may be considered by the Owner or authorized representative to be reason for an extension of the construction time. Adverse weather shall be defined as exceptions to average weather conditions compiled from official U.S. Weather Bureau records for the last five (5) years.
All claims for extension of time for any reason whatsoever shall be made in writing to the Owner no more than ten (10) days after the occurrence of the delay; otherwise, they shall be waived.
The Contract time shall be extended only by a duly executed Change Order signed by both the Contractor and the Owner for such reasonable time as the Owner may determine. The Contractor is barred from recovering damages for delay; however, the Owner is not barred from recovering damages for delay. Any Change Order modification executed pursuant to the Contract shall be directly incorporated into the Surety Agreement. The Contractor shall present to the Owner sufficient written evidence showing that the Surety will comply with the Change Orders pursuant to the Contract.
CONTRACT MODIFICATIONS (TIME EXTENSION)
The Contractor shall perform the work entirely and in a satisfactory and acceptable manner within the time limits stated in the Contract Agreement and in the Special Conditions. Time for the completion of the project will be assessed against the Contract beginning with the date of receipt of Notice to Proceed by the Owner, or its duly authorized representative; or within three (3) calendar days after date of Contract, if no Notice to Proceed is given. If no Notice to Proceed is given, receipt of duly executed Contract Documents by the Contractor is considered by the Owner to be such Notice to Proceed.
No allowance will be made for delays or suspension of the prosecution of the work due to the fault of the Contractor.
Adverse weather conditions will be considered by the Owner or authorized representative to be reason for an extension of the construction time. Adverse weather shall be defined as exceptions to average weather conditions compiled from official U.S. Weather Bureau records for the last five (5) years.
NOTICE: SURETY AGREEMENT: Any Change Order modification pursuant to this Agreement shall be directly incorporated into Surety Agreement as specified. Contractor shall present sufficient evidence stating Surety will comply with changes made under this Contract.
The Contractor understands that time is of the essence. The work to be performed under this contract shall be commenced within ten (10) calendar days after receipt of Notice to Proceed, shall be substantially completed within three hundred sixty-five (365) calendar days after receipt of Notice to Proceed, and shall be finally completed within forty-five (45) calendar days after the date of substantial completion.
Time for the completion of the project will be assessed against the Contract beginning with the date of receipt of Notice to Proceed by the Contractor or within three (3) calendar days after date of Contract, if no Notice to Proceed is given. If no Notice to Proceed is given, receipt of duly executed Contract Documents by the Contractor is considered by the Owner to be such Notice to Proceed.
Inasmuch as failure to complete the project within the time fixed in the Agreement will result in substantial injury to the Owner, and as damages arising from such failure cannot be calculated with any degree of certainty, it is hereby agreed that if the project is not substantially completed, within the specified number of calendar days, or within the extension of time provided in a Change Order, the Contractor shall pay to the Owner as liquidated damages for such delay, not as a penalty, per the most recent edition of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, for each and every calendar day elapsing between the date fixed for substantial completion and the date such substantial completion shall have been fully accomplished.
It is also hereby agreed that if this project is not finally completed, in accordance with the requirements of the contract documents, per the most recent edition of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, the Contractor shall pay to the Owner as liquidated damages for such delay, and not as a penalty, for each and every calendar day elapsing between the date fixed for final completion and the date such final completion shall have been fully accomplished. Said liquidated damages shall be payable in addition to any extra expenses or costs incurred by the Owner including, but not limited to: inspection and supervision occasioned by the delay; materials and equipment storage fees; additional employee salaries and benefits; rental of space; all utilities; and shall not exclude the recovery of damages by the Owner under other provisions of the contract documents.
The provision of liquidated damages for delay shall in no manner affect the Owner's right to terminate the contract as provided herein, or elsewhere in Contract Documents. The Owner's exercise of the right to terminate shall not release the Contractor from his obligation to pay said liquidated damages in the amounts set forth in the Agreement.
It is further agreed the Owner may deduct from the balance retained by the Owner under the provisions of the Agreement, the liquidated damages stipulated therein, or such portion thereof as the said retained balance will cover.
Any Contract resulting from this solicitation is deemed effective only to the extent that funds are available. The City of St. Cloud abides by the provisions set forth in Florida Statutes relative to appropriations of funds. The ability of the successful Bidder/Proposer to maintain a sense of fiscal responsibility and budgetary awareness shall be favorably considered in the ranking and award of a contract. This disclosure is being made to assist all Bidders/Proposers in the gauging of their desire to participate in this Bid/Proposal and in planning and preparation of their written response. The City reserves the right to negotiate all Bidder/Proposer fees, costs, charges, etc., for any proposed service or appurtenant requirement.
The Owner may, without notice to the Sureties and without change in contract price, make such alterations in the plans or in the character and quality of the work as may be considered necessary or desirable during the progress of the work to complete fully and acceptably the proposed construction, provided that such alterations do not change the total cost of construction. Such alterations will not be considered as a waiver of any condition of the Contract, nor will they invalidate any of the provisions thereof; and the Contractor shall perform the work as increased or decreased and no allowances will be made for anticipated profits.
The Owner shall have the authority to make any minor changes in the work, not involving extra costs to the Contractor and not inconsistent with the purposes of the project without invalidating the Contract; but otherwise, except in an emergency endangering life or property, the Owner will not order any extra work or make any changes unless in pursuance of a written Change Order executed by the Project Manager, Owner and Contractor. The Contract sum and Contract time may be changed only by a written Change Order. A Change Order is a written order to the Contractor signed by the Owner and the Project Manager, issued after the execution of the Contract, authorizing a change in the work or an adjustment in the Contract sum or the Contract time.
The Contractor shall not start work on any alteration requiring a Change Order until the Change Order setting forth the adjusted prices has been executed by the Owner and Contractor, and is covered by duly executed payment and performance bonds which are satisfactory to the Owner. The Contractor shall perform the work as altered, increased or decreased at the Contract unit price or prices.
Change Orders increasing or decreasing the quantity of work or the total costs thereof, as provided above, are independent of and do not waive any of the provisions regarding extra work as stipulated herein under the article "Extra Work - Force Account."
If a satisfactory adjustment and price cannot be reached for any item requiring a Change Order, the Owner reserves the right to terminate the Contract as it applies to the item in question and make such arrangements as may be deemed necessary to complete the work.
If the Contractor wishes to make a claim for an increase in the Contract sum or an extension in the contract time, he shall give the Owner written notice thereof within ten (10) days after the occurrence of the event giving rise to such claim. The notice shall be given by the Contractor before proceeding to execute the work, except in an emergency endangering life or property. Any change in the Contract sum or Contract time resulting from such claim shall be authorized by Change Order.
EXTRA WORK - FORCE ACCOUNT - The same shall be called extra work and shall be performed by the Contractor when so directed in writing by the Owner via a duly executed Change Order. Extra work shall be performed by the Contractor in accordance with these specifications in a proper and workmanlike manner and as may be directed by the Owner's Representative.
Prices for extra work shall be itemized and covered by a change order submitted by the Contractor and approved by the Owner prior to the actual starting of such work. Should the parties be unable to agree on unit prices for the extra work, or if this method is impractical, the Owner may instruct the Contractor to proceed with the work by day labor or force account.
Claims for extra work not authorized in writing by the Owner or its duly authorized representative prior to the work being done shall be rejected.
DELAYS AND EXTENSIONS OF TIME - Time is of the essence in this Contract. The Contractor shall perform the work entirely and in a satisfactory and acceptable manner within the time limit stated in the Contract Agreement and in the Special Conditions. Time for the completion of the project will be assessed against the Contract beginning with the date of receipt of notice to proceed by the Contractor or its duly authorized representative; or within three (3) calendar days after date of Contract, if no notice to proceed is given. If no notice to proceed is given, receipt of duly executed contract documents by the Contractor is considered to be such notice to proceed.
No allowance will be made for delays or suspension of the prosecution of the work due to the fault of the Contractor.
Adverse weather conditions may be considered by the Owner or authorized representative to be reason for an extension of the construction time. Adverse weather shall be defined as exceptions to average weather conditions compiled from official U.S. Weather Bureau records for the last five (5) years.
All claims for extension of time for any reason whatsoever shall be made in writing to the Owner no more than ten (10) days after the occurrence of the delay; otherwise, they shall be waived.
The Contract time shall be extended only by a duly executed Change Order signed by both the Contractor and the Owner for such reasonable time as the Owner may determine. The Contractor is barred from recovering damages for delay; however, the Owner is not barred from recovering damages for delay. Any Change Order modification executed pursuant to the Contract shall be directly incorporated into the Surety Agreement. The Contractor shall present to the Owner sufficient written evidence showing that the Surety will comply with the Change Orders pursuant to the Contract.
CONTRACT MODIFICATIONS (TIME EXTENSION)
The Contractor shall perform the work entirely and in a satisfactory and acceptable manner within the time limits stated in the Contract Agreement and in the Special Conditions. Time for the completion of the project will be assessed against the Contract beginning with the date of receipt of Notice to Proceed by the Owner, or its duly authorized representative; or within three (3) calendar days after date of Contract, if no Notice to Proceed is given. If no Notice to Proceed is given, receipt of duly executed Contract Documents by the Contractor is considered by the Owner to be such Notice to Proceed.
No allowance will be made for delays or suspension of the prosecution of the work due to the fault of the Contractor.
Adverse weather conditions will be considered by the Owner or authorized representative to be reason for an extension of the construction time. Adverse weather shall be defined as exceptions to average weather conditions compiled from official U.S. Weather Bureau records for the last five (5) years.
NOTICE: SURETY AGREEMENT: Any Change Order modification pursuant to this Agreement shall be directly incorporated into Surety Agreement as specified. Contractor shall present sufficient evidence stating Surety will comply with changes made under this Contract.
For the purposes of this contract, permits will be identified as follows:
Business Tax Receipt:
The Tax Collector of Osceola County and the Building Department of the City of St. Cloud require a Business Tax Receipt.
Project Permits:
Contractor shall obtain applicable permit(s) from the City of St. Cloud Building Department at Contractor’s expense.
Building Department Fee Schedule is provided in Attachments.
TERMINATION FOR CONVENIENCE
The Owner may, at its option and discretion, terminate the Contract at any time, without any default on the part of the Contractor, by giving a written notice to the Contractor and his Surety at least ten (10) calendar days prior to the effective date of the termination set forth in the Notice of Termination.
In the event of termination by the Owner the Contractor shall be governed by the terms and conditions and shall perform the acts as outlined in the article "Implementation of Termination."
In the event of termination by the Owner, the Owner shall pay the Contractor for all properly performed labor, materials, and equipment furnished by the Contractor and his subcontractors, materials, suppliers, and manufacturers of equipment as follows, less all partial payments made on account prior to the date of termination:
All work completed under the Contract is based upon the approved schedules of unit prices. Upon termination as above, the Owner shall make final determination as to the amount due the Contractor for work performed.
TERMINATION FOR CONTRACTING WITH SCRUTINIZED COMPANIES
City may terminate this contract at any time in accordance with Section 238.135 Florida Statutes, as may be amended.
TERMINATION FOR CAUSE
DEFAULTS BY THE CONTRACTOR: The Contractor may be declared in default and this Contract may be terminated by the Owner for any one of the following reasons among others:
With respect to item (c) above, in lieu of termination, but subject to with same written notice hereinbefore and without further notice to the Contractor or the Surety, the Owner may elect to make good such defects and deduct the costs thereof from any sums when due or thereafter to become due to the Contractor. Further, this clause shall in no way impair the Owner's right to seek retribution from Contractor for any costs incurred due to Contractor's failure to perform as specified in the Contract.
IMPLEMENTATION OF TERMINATION - The Contractor shall terminate all work under the Contract on the date specified in the Notice of Termination and shall:
The Contractor shall, to the extent stated in the Notice of Termination, do such work as may be necessary to preserve the work in progress and to protect material, plant and equipment on the work.
The Owner may then proceed with the work in any lawful manner that it may elect until the work is finally completed.
When the work is thus finally completed, the total cost of it will be computed. If the total cost is more than the Contract Price, the difference shall be paid either by the Contractor or his Surety.
The Owner hereby reserves the right to withhold any payments of monies, which may be due or become due to the Contract until the Contractor's said defaults have been remedied, in lieu of termination.
TERMINATION FOR CONVENIENCE
The Owner may, at its option and discretion, terminate the Contract at any time, without any default on the part of the Contractor, by giving a written notice to the Contractor and his Surety at least ten (10) calendar days prior to the effective date of the termination set forth in the Notice of Termination.
In the event of termination by the Owner the Contractor shall be governed by the terms and conditions and shall perform the acts as outlined in the article "Implementation of Termination."
In the event of termination by the Owner, the Owner shall pay the Contractor for all properly performed labor, materials, and equipment furnished by the Contractor and his subcontractors, materials, suppliers, and manufacturers of equipment as follows, less all partial payments made on account prior to the date of termination:
All work completed under the Contract is based upon the approved schedules of unit prices. Upon termination as above, the Owner shall make final determination as to the amount due the Contractor for work performed.
TERMINATION FOR CONTRACTING WITH SCRUTINIZED COMPANIES
City may terminate this contract at any time in accordance with Section 238.135 Florida Statutes, as may be amended.
TERMINATION FOR CAUSE
DEFAULTS BY THE CONTRACTOR: The Contractor may be declared in default and this Contract may be terminated by the Owner for any one of the following reasons among others:
With respect to item (c) above, in lieu of termination, but subject to with same written notice hereinbefore and without further notice to the Contractor or the Surety, the Owner may elect to make good such defects and deduct the costs thereof from any sums when due or thereafter to become due to the Contractor. Further, this clause shall in no way impair the Owner's right to seek retribution from Contractor for any costs incurred due to Contractor's failure to perform as specified in the Contract.
IMPLEMENTATION OF TERMINATION - The Contractor shall terminate all work under the Contract on the date specified in the Notice of Termination and shall:
The Contractor shall, to the extent stated in the Notice of Termination, do such work as may be necessary to preserve the work in progress and to protect material, plant and equipment on the work.
The Owner may then proceed with the work in any lawful manner that it may elect until the work is finally completed.
When the work is thus finally completed, the total cost of it will be computed. If the total cost is more than the Contract Price, the difference shall be paid either by the Contractor or his Surety.
The Owner hereby reserves the right to withhold any payments of monies, which may be due or become due to the Contract until the Contractor's said defaults have been remedied, in lieu of termination.
Payments shall be made pursuant to Florida Statute Section 218.70, the Prompt Payment Act, and all City Policies promulgated thereby.
Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party the Contract shall forthwith be physically amended to make such insertion or correction.
Any contractual arrangement between the City of St. Cloud and the Bidder/Proposer shall be consistent with, and be governed by, the ordinances of the City of St. Cloud, the whole law of the State of Florida, both procedural and substantive, and applicable federal statutes, rules, and regulation. Any and all litigation arising under any contractual arrangement shall be brought in the appropriate court in Osceola County, Florida.
Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party the Contract shall forthwith be physically amended to make such insertion or correction.
Any actual or prospective Bidder, Proposer, Submitter, or Contractor who is aggrieved in connection with a solicitation or award of a bid or agreement may protest in accordance with the appeal process in the St. Cloud Procurement Policy.
All Bidders/Proposers must disclose with their offer the name of any corporate officer, director, or agenda who is also an officer or employee of the City of St. Cloud. Further, all Bidders/Proposers must disclose the name of any City officer or employee who owns, directly or indirectly, an interest of ten percent (10%) or more of the Bidder’s/Proposer’s firm or any of its branches, subsidiaries, or partnerships.
The Contractor will pay for all required tests, including those proving satisfactory operation of equipment, pressure leakage tests and disinfection. The Contractor will contract directly with test labs. Generally, tests will be compaction and density tests, limerock quality tests, and concrete quality tests (cylinder breaks). On asphaltic concrete and pipe, the manufacturer's or supplier's certificate that the material meets the requirements of the specification will be accepted subject to verification by the Owner's Architect. Any and all tests which have to be repeated because of the failure of the tested material to meet specifications shall be paid for by the Contractor.
Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (Florida Statutes 542.18). All Federal Regulations pertaining thereto apply.
The Contractor will pay for all required tests, including those proving satisfactory operation of equipment, pressure leakage tests and disinfection. The Contractor will contract directly with test labs. Generally, tests will be compaction and density tests, limerock quality tests, and concrete quality tests (cylinder breaks). On asphaltic concrete and pipe, the manufacturer's or supplier's certificate that the material meets the requirements of the specification will be accepted subject to verification by the Owner's Architect. Any and all tests which have to be repeated because of the failure of the tested material to meet specifications shall be paid for by the Contractor.
The Owner may award other contracts for additional work at the same site or at adjoining sites, and the Contractor shall cooperate fully with the other contractors and carefully fit his own work to that provided for under such other contracts. The Contractor shall not commit or permit any act that will interfere with the performance of work by any other contractor.
The City of St. Cloud reserves the right to order, in writing, changes in the work/services within the scope of the Contract, such as changes in quantity or delivery schedule. The successful Bidder/Proposer has the right to request an equitable price adjustment in cases where modifications to the Contract under the authority of this clause result in increased costs to the Contractor.
The Owner may award other contracts for additional work at the same site or at adjoining sites, and the Contractor shall cooperate fully with the other contractors and carefully fit his own work to that provided for under such other contracts. The Contractor shall not commit or permit any act that will interfere with the performance of work by any other contractor.
Unless otherwise stipulated in the bid documents all labor, materials, supplies and/or services shall comply with the applicable OSHA Standards.
SAFETY PRECAUTIONS AND PROGRAMS
The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury or loss to:
The Contractor shall give all notices and comply with all applicable laws, ordinances, rules, regulations and lawful orders of any public authority bearing on the safety of persons or property or their protection from damage, injury or loss.
This requirement shall include all health, safety and fire protection regulations of the Florida Industrial Commission and the Department of Labor Safety and Health Regulations and construction promulgated under the Occupational Safety and Health Act of 1970 (P191-596) and under Section 107 of the Contract Work Hours and Safety Standards Act (P191-54). These regulations are administered by the Department of Labor who shall have full access to the Project for inspection, etc. Compliance with the above is strictly the responsibility of the Contractor and shall in no event be considered reason for additional time or monetary compensation.
In the event that a hurricane or storm emergency is imminent, the Contractor shall, at his own expense and without cost to the Owner, take all necessary measures to secure all his movable property, building work or plant in such manner that no damage to public or private property or to persons may result by reason of displacement of the Contractor's material, equipment or plant during such hurricane or storm.
The Contractor shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection including posting danger signs and other warnings against hazards, promulgating safety regulations, and notifying owners and users of adjacent utilities.
When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel.
The Contractor shall promptly remedy all damage or loss caused in whole or in part by the Contractor, any Subcontractor, any Sub-subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable and for which the Contractor is responsible except damage or loss attributable to the acts or omissions of the Owner or Architect or anyone directly or indirectly employed by either of them, or by anyone for whose acts either or them may be liable, and not attributable to the fault or negligence of the Contractor.
The Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's Superintendent unless otherwise designated by the Contractor in writing to the Owner and the Project Manager.
The Contractor shall not load or permit any part of the work to be loaded so as to endanger its safety.
EMERGENCIES
In any emergency affecting the safety of persons or property, the Contractor shall act, at his discretion, to prevent threatened damage, injury or loss.
All documents and other materials made or received in conjunction with this project will be subject to public disclosure requirements of Chapter 119, Florida Statutes. The Bid/Proposal will become part of the public domain upon opening. Bidders/Proposers must invoke the exemptions to disclosure provided by law in the response to the Bid, must identify the data or other materials to be protected and must state the reasons why such exclusion from public disclosure is necessary.
SAFETY PRECAUTIONS AND PROGRAMS
The Contractor shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury or loss to:
The Contractor shall give all notices and comply with all applicable laws, ordinances, rules, regulations and lawful orders of any public authority bearing on the safety of persons or property or their protection from damage, injury or loss.
This requirement shall include all health, safety and fire protection regulations of the Florida Industrial Commission and the Department of Labor Safety and Health Regulations and construction promulgated under the Occupational Safety and Health Act of 1970 (P191-596) and under Section 107 of the Contract Work Hours and Safety Standards Act (P191-54). These regulations are administered by the Department of Labor who shall have full access to the Project for inspection, etc. Compliance with the above is strictly the responsibility of the Contractor and shall in no event be considered reason for additional time or monetary compensation.
In the event that a hurricane or storm emergency is imminent, the Contractor shall, at his own expense and without cost to the Owner, take all necessary measures to secure all his movable property, building work or plant in such manner that no damage to public or private property or to persons may result by reason of displacement of the Contractor's material, equipment or plant during such hurricane or storm.
The Contractor shall erect and maintain, as required by existing conditions and progress of the work, all reasonable safeguards for safety and protection including posting danger signs and other warnings against hazards, promulgating safety regulations, and notifying owners and users of adjacent utilities.
When the use or storage of explosives or other hazardous materials or equipment is necessary for the execution of the work, the Contractor shall exercise the utmost care and shall carry on such activities under the supervision of properly qualified personnel.
The Contractor shall promptly remedy all damage or loss caused in whole or in part by the Contractor, any Subcontractor, any Sub-subcontractor, or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable and for which the Contractor is responsible except damage or loss attributable to the acts or omissions of the Owner or Architect or anyone directly or indirectly employed by either of them, or by anyone for whose acts either or them may be liable, and not attributable to the fault or negligence of the Contractor.
The Contractor shall designate a responsible member of his organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's Superintendent unless otherwise designated by the Contractor in writing to the Owner and the Project Manager.
The Contractor shall not load or permit any part of the work to be loaded so as to endanger its safety.
EMERGENCIES
In any emergency affecting the safety of persons or property, the Contractor shall act, at his discretion, to prevent threatened damage, injury or loss.
All applicable code, rules, and regulations requirements must be followed. It is the Contractor's responsibility to become familiar with such codes and maintain full compliance with all applicable local, state, and federal requirements including, but not limited to, those promulgated by the City of St. Cloud, Osceola County, the Florida Department of Transportation, the Florida Department of Environmental Protection, the US Environmental Protection Agency, the South Florida Water Management District, the Occupational Safety and Health Administration, Equal Employment Opportunity Regulations, and Federal Labor Standards Regulations.
UNCOVERING OF WORK
If any portion of the work should be covered contrary to the request of the Project Manager or to requirements specifically expressed in the Contract Documents, it must, if required in writing by the Architect, be uncovered for his observation and shall be replaced at the Contractor's expense.
ACCEPTANCE OF DEFECTIVE OR NON-CONFORMING WORK
If the Owner prefers to accept defective or non-conforming work he may do so instead of requiring its removal and correction, in which case a Change Order will be issued to reflect a reduction in the Contract Sum where appropriate and equitable. Such adjustment shall be effected whether or not final payment has been made. By accepting such defective or non-conforming work, the Owner shall not be held to have waived any other provision of this Contract.
CORRECTION OF WORK
The Contractor shall correct all work rejected by the Architect as defective or as failing to conform to the Contract Documents, whether observed before or after Substantial Completion and whether or not fabricated, installed or completed, within thirty (30) calendar days after receipt of written notice. The Contractor shall bear all costs for correcting such rejected work, including compensation for the Architect 's additional services made necessary thereby.
If, within one year after the date of Substantial Completion of the work or designated portion thereof or within one year after acceptance by the Owner of designated equipment or within such longer period of time as may be prescribed by law or by the terms of any applicable special warranty required by the Contract Documents, any of the work is found to be defective or not in accordance with the Contract Documents, the Contractor shall correct it within seven (7) calendar days, after receipt of a written notice from the Owner to do so, unless the Owner has previously given the Contractor a written acceptance of such condition. This obligation shall survive termination of the Contract. The Owner shall give such notice as soon as practicable after discovery of the condition by the Owner.
NOTE: In emergency or urgent need situations, where the health, safety, or welfare of persons or property is affected, the Owner reserves the right to repair or cause to have repaired any failed section of work without prior notice to the Contractor.
The Contractor shall remove from the site all portions of the work which are defective or non-conforming and which have not been corrected unless removal is waived by the Owner.
If the Contractor does not proceed with the correction of defective or non-conforming work within the time fixed by these contract documents, by written notice from the Project Manager, the Owner may remove it and may store the materials or equipment at the expense of the Contractor. If the Contractor does not pay the cost of such removal and storage within ten (10) days thereafter, the Owner may, upon ten (10) additional days written notice, sell such work at auction or at private sale and shall account for the net proceeds thereof, after deducting all the costs that should have been borne by the Contractor, including compensation for the Architect 's additional services made necessary thereby. If such proceeds of sale do not cover all costs, which the Contractor should have borne, the difference shall be charged to the Contractor and an appropriate Change Order shall be issued. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor shall pay the difference to the Owner.
The Contractor shall bear the cost of making good all work of the Owner or separate contractors destroyed or damaged by such correction or removal.
Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation, which the Contractor might have under the Contract Documents, hereof. The establishment of the time period of one year after the date of Substantial Completion or such longer period of time as may be prescribed by law or by the terms of any warranty required by the Contract Documents relates only to the specific obligation of the Contractor to correct the work, and has no relationship to the time within which his obligation to comply with the Contract Documents may be sought to be enforced, nor to the time within which legal proceedings may be commenced to establish the Contractor's liability with respect to his obligations other than specifically to correct the work.
RIGHTS AND REMEDIES
No action or failure to act by the Owner shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an applicable defense or acquisition in any breach thereunder, except as may be specifically agreed in writing.
UNCOVERING OF WORK
If any portion of the work should be covered contrary to the request of the Project Manager or to requirements specifically expressed in the Contract Documents, it must, if required in writing by the Architect, be uncovered for his observation and shall be replaced at the Contractor's expense.
ACCEPTANCE OF DEFECTIVE OR NON-CONFORMING WORK
If the Owner prefers to accept defective or non-conforming work he may do so instead of requiring its removal and correction, in which case a Change Order will be issued to reflect a reduction in the Contract Sum where appropriate and equitable. Such adjustment shall be effected whether or not final payment has been made. By accepting such defective or non-conforming work, the Owner shall not be held to have waived any other provision of this Contract.
CORRECTION OF WORK
The Contractor shall correct all work rejected by the Architect as defective or as failing to conform to the Contract Documents, whether observed before or after Substantial Completion and whether or not fabricated, installed or completed, within thirty (30) calendar days after receipt of written notice. The Contractor shall bear all costs for correcting such rejected work, including compensation for the Architect 's additional services made necessary thereby.
If, within one year after the date of Substantial Completion of the work or designated portion thereof or within one year after acceptance by the Owner of designated equipment or within such longer period of time as may be prescribed by law or by the terms of any applicable special warranty required by the Contract Documents, any of the work is found to be defective or not in accordance with the Contract Documents, the Contractor shall correct it within seven (7) calendar days, after receipt of a written notice from the Owner to do so, unless the Owner has previously given the Contractor a written acceptance of such condition. This obligation shall survive termination of the Contract. The Owner shall give such notice as soon as practicable after discovery of the condition by the Owner.
NOTE: In emergency or urgent need situations, where the health, safety, or welfare of persons or property is affected, the Owner reserves the right to repair or cause to have repaired any failed section of work without prior notice to the Contractor.
The Contractor shall remove from the site all portions of the work which are defective or non-conforming and which have not been corrected unless removal is waived by the Owner.
If the Contractor does not proceed with the correction of defective or non-conforming work within the time fixed by these contract documents, by written notice from the Project Manager, the Owner may remove it and may store the materials or equipment at the expense of the Contractor. If the Contractor does not pay the cost of such removal and storage within ten (10) days thereafter, the Owner may, upon ten (10) additional days written notice, sell such work at auction or at private sale and shall account for the net proceeds thereof, after deducting all the costs that should have been borne by the Contractor, including compensation for the Architect 's additional services made necessary thereby. If such proceeds of sale do not cover all costs, which the Contractor should have borne, the difference shall be charged to the Contractor and an appropriate Change Order shall be issued. If the payments then or thereafter due the Contractor are not sufficient to cover such amount, the Contractor shall pay the difference to the Owner.
The Contractor shall bear the cost of making good all work of the Owner or separate contractors destroyed or damaged by such correction or removal.
Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation, which the Contractor might have under the Contract Documents, hereof. The establishment of the time period of one year after the date of Substantial Completion or such longer period of time as may be prescribed by law or by the terms of any warranty required by the Contract Documents relates only to the specific obligation of the Contractor to correct the work, and has no relationship to the time within which his obligation to comply with the Contract Documents may be sought to be enforced, nor to the time within which legal proceedings may be commenced to establish the Contractor's liability with respect to his obligations other than specifically to correct the work.
RIGHTS AND REMEDIES
No action or failure to act by the Owner shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an applicable defense or acquisition in any breach thereunder, except as may be specifically agreed in writing.
Bidders/Proposers shall provide, within the Bid/Proposal submitted, substantial data sufficient for evaluating the ability of the potential Bidder/Proposer to execute a project of the type contemplated.
The successful Bidder/Proposer covenants and agrees to indemnify and save harmless the City, its agents and employees, from and against all claims, suits, actions, damages, causes of action, or judgments arising out of the terms of the resulting agreement for any personal injury, loss of life, or damage to the property sustained as a result of the performance or non-performance of services or delivery of goods; from and against any orders, judgments, or decrees, which may be entered against the City, its agents or employees; and from and against all costs, attorney’s fees, expenses and other liabilities incurred in the defense of any such claim, suit, or action and the investigation thereof. Nothing in the award, resulting agreement, contract, or Purchase Order shall be deemed to affect the rights, privileges, and immunities of the City as set for in Florida Statute Section 768.28.
The Contractor must inform the Owner of any errors in the drawings or specifications at the time said errors are discovered, and that the Contractor will not be entitled to additional compensation as a result of any such errors unless a duly executed Change Order is issued by the Owner as a result of the error.
The Contractor must inform the Owner of any errors in the drawings or specifications at the time said errors are discovered, and that the Contractor will not be entitled to additional compensation as a result of any such errors unless a duly executed Change Order is issued by the Owner as a result of the error.
The services described herein and on the attached shall be performed in a prompt and correct manner within the standards of good and ethical productivity as negotiated between the City and the successful Bidder/Proposer. All Bidders/Proposers are asked to provide their best estimate for compliance with the scope of work as established by the Bid/Proposal. All contract time lines will be based on the projected scope and the estimated time for performance.
Any permits, licenses, inspections, or fees required will be the responsibility of the Contractor. No separate payment will be made.
In addition to changes made under the changes clause, any contract resulting from this solicitation may be modified within the scope of the contract upon the written and mutual consent of both parties and approval by the City of St. Cloud.
No additional terms and conditions included with the proposal response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force and effect and are not applicable to this proposal. If submitted, either purposely through intent or design or inadvertently appearing separately in transmitting letters, specifications, literature, price lists, or warranties, it is understood and agreed the general and special conditions in this solicitation are the only conditions applicable to this proposal, and the Bidder’s/Proposer’s authorized signature affixed to the proposal signature section attests to this.
During the entire period of performance of any contract resulting from this solicitation, the successful Bidder/Proposer shall procure and maintain the minimum insurance coverage required by the City of St. Cloud as stipulated in the insurance attachment. Types of coverage and limits of liability shall be as set forth in the Agreement. Proof of such insurance must be provided to the City prior to beginning contract performance.
A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Florida State Statutes, Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. By signature on this solicitation, vendor certifies that they are qualified to do business with City of St. Cloud in accordance with Florida State Statute.
Receipt of service shall not constitute acceptance. Final acceptance and authorization of payment shall be given only after a thorough inspection indicates that the performance meets specifications and/or all conditions. Should the delivered service or materials differ in any respect from specifications, payment will be withheld until such time as the supplier takes necessary corrective action. If the proposed corrective action is not acceptable to the agency, Procurement Services may authorize the recipient to refuse final acceptance of the service.
Successful Bidder/Proposer shall not assign or sublet the resulting contract or subcontract any of the work required to be performed without prior written approval of the City of St. Cloud.
References for the company reflecting the experience in the specific service or requirement being requested in the Bid/Proposal shall be made part of your response. All reference materials provided shall become the property of the City of St. Cloud and will become public record. The City reserves the right to expand its reference requirements at any time.
Agreement shall be awarded for the optimal term as agreed to between the parties and as approved by the City.
The performance period of any contract resulting from this Bid/Proposal may be extended upon mutual agreement between the Contractor and the City of St. Cloud. Either party may request an extension to the resulting agreement at least 120 days prior to expiration of the resulting contract.
The City of St. Cloud Procurement Services Department reserves the right to request any additional information needed for clarification from any Bidder/Proposer for evaluation purposes.
All attachments to this document are made a material part of this solicitation. Failure to address the requirements may result in the lessening of your evaluation score.
This Bid/Proposal, and other additional materials submitted by the Bidder/Proposer and accepted by the City, shall be the basis for negotiation of a contract addressing the requirements of this Bid/Proposal. A purchase order and/or other award document will be issued by the City upon completion of all negotiations and approval of the contract by the City of St. Cloud City Council.
The Bidder/Proposer certifies by submission of this proposal and in the case of a joint offer each party thereto certifies, as to its own organization, that in connection with this procurement:
Enter the "DBA (doing business as) name of your agency.
Please designate your Company Type
(attach copy)
https://dos.myflorida.com/sunbiz/
Attach proof of registration.
Upload requirements:
NOTE: Proposal shall include a bid bond equal to 5% of the total amount of the bid. Failure to submit a bid bond shall deem the submittal non-responsive.
The bidder acknowledges that they have reviewed and accept the insurance requirements as outlined in the Insurance Requirements section.
Do you have any similar work in progress at this time?
_____/_____ (years/months)
Provide letter(s) from bank(s) and/or other financial references, e.g., Dunn and Bradstreet rating attesting to contractor’s financial stability.
Bidder must demonstrate ability to construct projects of similar complexity, nature and size of this project. The Bidder shall provide a list of references for a minimum of three (3) projects regarding experience in this particular work. Include name of client including a contact name, complete address, telephone number, date of contract, name of project, and dollar amount of contract.
Please download the below documents, complete, and upload.
The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he as obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files.
The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor are incorporated herein.
NOTE:
The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
TO: Procurement Services
City of St. Cloud
1300 9th Street
St. Cloud, Florida 34769
PROPOSAL: 2026-026 Hopkins Park Community Center
The undersigned, hereinafter called "Bidder", having visited the site of the proposed project and familiarized himself with the local conditions, nature and extent of the work, and having examined carefully the specifications, the Form of Agreement, and other Contract Documents, with the Bond Requirements therein, proposes to furnish all labor, materials, equipment and other items, facilities and services without exception for the proper execution and completion of Hopkins Park Community Center in full accordance with specifications and in accordance with the Advertisement for Bids, Instructions to Bidders, Agreement and all other documents relating thereto on file in the City of St. Cloud Procurement Services office and, if awarded the contract, to complete the said work within the time limits specified and for the bid prices in the Fee Schedule completed by contractor in this submittal.
Total Bid Amount: The Bidder agrees to perform all of the work described in this solicitation and comply with the terms therein for the proposed fee.
Award, if awarded, will be made to overall lowest, responsive and responsible bidder in accordance with award criteria. When alternates are specified: such alternates are intended as options to be selected by Owner and are in no way intended to be construed as items to be awarded separately unless specifically called for under these specifications.
Bidder acknowledges any executed document submitted electronically or digitally shall be considered an original.
The Bidder hereby agrees that:
If awarded, I will submit a NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR for each subcontractor within a reasonable amount of time prior to executing a contract. The NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR can be found under #Attachments .
I am an authorized representative of my company (“Bidder”) to certify and submit this Bid, being first duly sworn, deposes and says that:
List the names of the subcontractors and major material suppliers who will perform the phases of the work indicated:
SUBCONTRACTORS
Provide a list of any subcontractors. Include their complete business name, complete address, telephone number, certification registration number, corporate charter number, and the name of a contact person.
MATERIAL SUPPLIERS
Provide any material supplier you intend to use, which includes their complete business name, complete address, telephone number, type of material purchased, and the name of a contact person.
The Bidder certifies that he has investigated each subcontractor / supplier listed and has received and has in his files evidence that each subcontractor maintains a fully equipped organization capable, technically and financially, of performing the pertinent work, and that he has made similar installations in a satisfactory manner.
I have carefully examined the Invitation to Bid. I hereby propose to furnish the services specified in the Solicitation. I agree that my submittal will remain firm for a period of at least 90 days in order to allow the City adequate time to evaluate the submittals and determine a ranking of the most qualified firms. I certify that all information contained in this submittal is truthful. I further certify that I am duly authorized to provide this submittal on behalf of the firm as its act and deed and that the firm is ready, willing and able to perform if awarded the contract. I further certify, that this submittal is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation tendering a submittal for the same service, that no officer, employee or agent of the City of St. Cloud or any other respondent is interested in said submittal; and that the undersigned executed this Respondent’s Certification with full knowledge and understanding of the matters therein contained and was duly authorized to do so.
Please download the below documents, complete, and upload.
I have carefully examined the Invitation to Bid.
I hereby propose to furnish the services specified in the Invitation to Bid. I agree that my submittal will remain firm for a period of at least 90 days in order to allow the City adequate time to evaluate the submittals and determine a ranking of the most qualified firms.
I certify that all information contained in this submittal is truthful. I further certify that I am duly authorized to provide this submittal on behalf of the firm as its act and deed and that the firm is ready, willing and able to perform if awarded the contract.
I further certify, under oath, that this submittal is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation tendering a submittal for the same service, that no officer, employee or agent of the City of St. Cloud or any other respondent is interested in said submittal; and that the undersigned executed this Respondent’s Certification with full knowledge and understanding of the matters therein contained and was duly authorized to do so.
This sworn statement is submitted to the CITY OF ST. CLOUD, FLORIDA
I, being duly first sworn state:
That the firm, corporation or organization submitting this proposal is in compliance with and agreed to continue to comply with, and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provision pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction.
The Americans with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat327,42USC1210112213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services: Title III, Public Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions.
The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501-553.513, Florida Statutes:
The Rehabilitation Act of 1973, 229 USC Section 794;
The Federal Transit Act, as amended 49 USC Section 1612;
The Fair Housing Act as amended 42USC Section 3601-3631.
Full Legal Name Address Ownership
The full legal names and business address of any other individual (other than subcontractors, materialmen, suppliers, laborers, or lenders) who have, or will have, any interest (legal equitable, beneficial or otherwise) in the contract or business transaction with the City are (Post Office addresses are not acceptable), as follows:
(The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that Bidder does):
As the person authorized to sign the statement, I certify that this form complies fully with the above requirements.
On behalf of the responding entity to this solicitation, I confirm the entity, to include all agents, agrees to abide by the City of St. Cloud's no lobbying restrictions in regard to this solicitation.
Section 287.135, Florida Statutes, prohibits agencies from contracting with companies for goods or services of $1,000,000 or more, that are on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which are created pursuant to s. 215.473, F.S., or the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725, F.S., or companies that are engaged in a boycott of Israel.
As the person authorized to sign on behalf of Respondent, 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, or the Scrutinized Companies that Boycott Israel List. I further certify that the company is not engaged in a boycott of Israel. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject company to civil penalties, attorney’s fees, and/or costs.
ITB NO. 2026-026 Hopkins Park Community Center
Definitions:
“Contractor” means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration.
“Subcontractor” means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration.
Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E-verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security’s E-Verify System to verify the employment eligibility of:
Please download the below documents, complete, and upload. Florida Statute §787.06(13) requires all non-governmental entities executing, renewing, or extending a contract with a governmental entity to provide an affidavit signed by an officer or representative of the non-governmental entity under penalty of perjury that the non-governmental entity does not use coercion for labor or services as defined in that statute. The City of St. Cloud, Florida is a governmental entity for the purposes of this statute.
Please select the Meeting Type below.
Check all that apply below.
Q (Pre-bid Meeting): Please confirm if the pre-bid meeting on March 19th is mandatory or not. The "Introduction" documents states that it is, but the "Instructions to bidders" states that it is not mandatory. Please advise.
A: Attendance at the pre-bid meeting is not mandatory. The reference indicating that the meeting is mandatory was included in error. Attendance is encouraged at the pre-bid meeting to gain a better understanding of the project and to ask questions; however, attendance is not a requirement for submitting a bid.
Q (ELEVATOR ALTERNATE): In the plans and specs - they are calling for a KONE elevator. Mowrey does not install KONE - but we would be pleased to bid as an alternate. If that is approved - please let me know so we can start working on this for you.
A: The basis of design is KONE. Alternate manufacturers may be submitted in accordance with the substitution procedures.
Q (structural drawings): looking for missing structural sheets 2nd floor and roof framing drawings not inclued in the download
A: Missing sheets will be added as part of forthcoming addendum.
Q (Public Safety BDA or Cellular DAS): Will this facility require a Public Safety BDA or Cellular DAS?
A: No.
Q (SECT-30_GENERAL IS LOCKED AND PASSWORD REQUIRED TO OPEN): Resend this file with no password, please.
A: The unlocked version of the form has now replaced the previously locked version and has been uploaded to the attachments section of the solicitation.
Q (SECT-30_GENERAL.docx File Password): The "SECT-30_GENERAL.docx" word document requires a password to open. Please provide the password.
A: The unlocked version of the form has now replaced the previously locked version and has been uploaded to the attachments section of the solicitation.
Q (Dugouts): Sheet L1.000: Please confirm if the two dugouts at the softball field are to be included in the base bid. If so, please provide design requirements "per P&R Desing Plans" as noted.
A: Designs will be included as part of the addendum and should be included in the base bid.
Q (Responsibility Matrix): Can we please receive a responsibility matrix for all equipment with regards to kitchen equipment, hoods, exercise equipment, gym equipment, site furnishings such at trash receptacles, benches, etc...?
A: Responsibility matrix will be included as part of the addendum.
Q (Builders Risk Insurance): Is Builders Risk required on this project?
A: Builder's Risk Insurance: the Contractor shall procure, and maintain during the life of this Contract, Builder's Risk Insurance (if applicable to the Scope of Work) in an amount not less than the total value of the Contract awarded as a result of this Bid/Proposal. The Scope of Work shall indicate whether this Section/Item is applicable to this ITB/RFP.
Q (Material Testing): Is Material testing by Owner or General Contractor?
A: General Contractor
Q (Temp fence and Temp Construction Office): Is temp fence and Temp Construction office required?
A: Yes, temporary fencing and a temporary construction office are required as part of the Contractor’s means and methods and should be included in the bid.
Q (Project Software): Is there any required Software that the City would required us to use?
A: The City does not require the use of any specific project management software.
Q (Equipment List): Please provide an Equipment list
A: Equipment and Responsibility Matrix will be included as part of the addendum.
Q (Bid Due time): This bid is due on 4/9/2026 at 10am. 10am is quite difficult to achieve due to late bids and required bid forms. May we get the bid date time extended to 4pm please on 4/9/2026? This will allow us the extra time necessary to ensure a complete bid.
A: The bid due date has been moved to 4/23/2026 at 10:00 am.
Q (Low voltage): Who is responsible for Low Voltage? Data? A/V? sound for the gym? Are the T-set drawings available?
A: A $200,000 Owner’s Allowance will be added to the bid form for the complete design, furnishing, installation, testing, and commissioning of all low‑voltage systems shown or implied on the drawings, including structured cabling, access control, security cameras, Wi‑Fi, AV systems, and associated equipment.
Q (Generator Supplier): Can Cummins be added as an approved supplier under 26 32 13, 2.1, A?
A: Alternate manufacturers may be submitted in accordance with the substitution procedures.
Q (ATS Supplier): Can Cummins be added as an approved supplier under 26 36 00, 2.1, A?
A: Alternate manufacturers may be submitted in accordance with the substitution procedures.
Q (Fencing): Could you please point me to the location of the fence and gate details in the plans? Also, the dugouts are noted as “done by others” — does that include the fencing inside the dugout areas? I see there is ornamental fencing around the playground. Don't see specs. Additionally, could you clarify the height of the backstop on the ball field?
A: Fencing and gates detailing would be handled thru shop drawing submittals for both chain-link and decorative aluminum materials. Sheet C1.001 shows fencing types and layout. Dugout does incorporate chain-link fencing and the design will be included in the addendum. Backstop height would be 16’ unless otherwise indicated by Parks & Recreation.
Q (Site lighting pole details): Please provide details for site lighting poles and bases. Are they direct bury, or metal poles with concrete bases?
A: Details will be forthcoming on the Site Electrical sheets. However, the poles will be direct bury.
Q (Interim Community Center Modular Building C3.101): Is the modular building to be provided and set up by the G.C.? This will delay and have the sidewalks and future garden shed slab coming after the C.O. Please clarify.
A: Yes. Much like procuring a trailer for the GC's site office, we would like the Bidders to include in their pricing the cost to provide a double wide conference style trailer. It can be one large open room with two restrooms. It would also need to have one office and one kitchen on one end. This trailer would house the after school program and remain in place until the main building was available for occupancy. At that time it could be removed and the remaining work in that area could be accomplished.
Q (Concrete encased feeders): 1. Are any of the underground electrical feeders concrete-encased? a. Specifically: Primary, Secondary, Lift Station, All circuits to the site lighting?
A: Yes. See specification section 26 05 43
Q (Builder's Risk): Provided Insurance Requirement for the City indicate insurances and limits for each and include a section Other (as applicable). Please advise if Builder's Risk Insurance is to be provided by contractor or by Owner.
A: Contractor
Q (Testing & Inspections): Please advise if testing and inspections are by the owner or by the contractor.
A: General Contractor
Q (Start Date): Please advise the projected start date for this project.
A: The anticipated start date is May / June 2026.
Q (Special Wages): Please advise if davis bacon, prevailing wages, etc. are applicable to this project.
A: Davis Bacon is not part of this project.
Q (Electrical Lighting): Provided electrical plans do not include any site lighting or sports field lighting for the project. Please advise if plans can be made available for this scope.
A: The sports fields will not have any specific lighting. Site lighting is shown on sheet E-011.
Q (Lift Station): It is indicated that the sanitary lift station shall be furnished, installed, tested, and accepted by Toho Water Authority (TOHO) under a separate contract. We assume this does not include electrical (power) provisions for this scope. Please advise the electrical requirements for this scope and if it should be included in our bid.
A: Electrical provision should be in Toho scope and NIC.
Q (Electrical Site Plan): Please advise if an electrical site plan can be provided defining locations for the utility transformer and generator.
A: Please see the attached additional plans.
Q (Low Voltage ): Please advise if low voltage scope will be provided by owner or by contractor. No spec section was provided for this scope, yet power sheet note 8 on drawing E201 references a low voltage contractor and conduits to the generator yard. No plans for generator yard provided as well.
A: A $200,000 Owner’s Allowance will be added to the bid form for the complete design, furnishing, installation, testing, and commissioning of all low‑voltage systems shown or implied on the drawings, including structured cabling, access control, security cameras, Wi‑Fi, AV systems, and associated equipment.
Q (Schedule 80 PVC clarification): In the specs for underground feeders, drawings are calling for schedule-80 PVC for pretty much everything except for the Telecom service. Do you want schedule-80 for all site branch conduits, including the lighting as well?
A: Spec. section 26 05 33 calls for underground conduit to be RNC, Type Epc-40-PVC.
Q (Sheet E-010): Sheet E-11 in the Civil set references another drawing “E010” which is missing. Does this drawing exist?
A: It will be added in the upcoming addendum.
Q (Primary transformer and generator location clarification): I don’t see any site electrical plans showing where the primary transformer and generator are located. However, on sheet C3.001, I found what I assume are the locations of the primary transformer and generator. By the drive lane south of the lift station. Can you confirm if this is correct?
A: Locations are shown on sheet E-010 and will be included in addendum.
Q (1600 amp Main disconnect): E-601 one-line calls for the Main disconnect to be a 1600amp, N3R, fused switch. Typical Fusible disconnects max out at 1200amps. Can this main disconnect instead be a circuit breaker?
A: Yes.
Q (Interim Modular building utilities): C3.101 shows a TBD modular building. Are there any electrical, low-voltage, fire alarm, or lightning protection requirements for this building?
A: No specific requirements for this building over what would normally be included in a modular building rental.
Q (Future garden shed utility requirements): 3. C2.001 shows a proposed shed for the community garden as well as several Pavilions. Are there any electrical requirements for these buildings? How about water to the pavilions?
A: No electric or water needs for these structures.
Q (EV charging stations requirements): Electrical Site: Do we need to include any conduits or wiring for EV charging stations?
A: No.
Q (Scoreboards for athletic fields): Electrical Site: Are there any Scoreboards at the Baseball or Multi-purpose fields?
A: No.
Q (Playground): Please advise if playground scope is to be included in our bid. No specs or information regarding equipment, surfacing, manufacturer, etc. was provided in project documents.
A: Playground is existing and to remain. There is no added playground surfacing in scope of work.
Q (Interim Community Center Building): Please advise intent and scope for interim community center building. If there are specs or type of modular building desired for this please provide. Scope is a bit ambiguous as it states design and permit by others. Is this to be included in our base bid.
A: Much like procuring a trailer for the GC's site office, we would like the Bidders to include in their pricing the cost to provide a double wide conference style trailer. It can be one large open room with two restrooms. It would also need to have one office and one kitchen on one end. This trailer would house the after school program and remain in place until the main building was available for occupancy. At that time it could be removed and the remaining work in that area could be accomplished.
Q (Missing Plans): Plan Sheets S-003, S-004, S-102, S-121, S-121, S-201, S-301, S-401, S-402, and A-503, are listed on the Plan Index but are not in the drawing set. Please provide these pages.
A: These will be included in an upcoming addendum.
Q (Poligon SQR-20 Pavilion Footings): Please clarify what footings requirements will be required for the plate mounted pavilions. Also, for the future garden shed.
A: Contractor shall furnish all foundations, anchor bolts, excavation, concrete, reinforcement, and installation required for the Owner‑provided Poligon SQR‑20 pavilion. Contractor shall obtain the manufacturer’s signed/sealed engineering package and secure a separate building permit for the pavilion. Foundations shall be constructed in accordance with the Poligon‑provided engineered drawings. The future garden shed has not been designed. For pricing purposes assume the following: Provide a 4" reinforced concrete slab‑on‑grade for the garden shed, with 12" wide x 12" deep thickened edge, #4 bars continuous, over compacted subgrade, vapor barrier, and welded wire fabric or equivalent reinforcing in the slab.
Q (Missing Structural sheets): The following Structural sheets are missing from the set. S-003, S-004, S-102, S-121, S-201, S-301, S-401, S-402. Please release these drawings.
A: Sheets will be added in a forthcoming addendum.
Q (A-503): Sheet A-503 is missing. There are notes in the drawings to give pricing for an opaque screening or block. Price wise opaque screening would be cheaper. Is this your intention. Please provide A-503 or better spec on what is required.
A: A-503 will be added to the set in a forthcoming addendum.
Q (Pre Bid Meeting Zoom or Teams): Will there be a link to attend the Pre Bid Meeting on the 19th remotely such as Zoom or Teams.
A: No. Please refer to Section 2. Advertisement for Bids which states: "A Non-Mandatory Pre-Bid Conference will be held on Thursday, April 2, 2026 at 9:00 am local time at City Hall / Procurement Training Room- 1300 9th Street, St. Cloud, FL 34769".
Q (Clarification Request Section 7.12.6 "Charter Number"): Under Section 7.12.6. - List of Subcontractors and Major Materials Suppliers, could you please clarify what is meant by Charter Number? Is this referring to the company's state corporate registration number (Florida Sunbiz document number)?
A: Yes
Q (Gym Flooring): The specified floor: Omnisports 7.1mm is no longer made. One of our vendors recommends MultiUse 6.2mm as a substitute as it has the same Class 2 force reduction. Please advise.
A: Substitutions acceptable using process outlined in specifications.
Q (Sworn Statement Pursuant to Section 287 Form link): Section 287.133(3)(a) references a Sworn Statement Pursuant to Section 287.133(3)(a), form; however, the PDF link does not appear to open. Could you please provide the correct link or advise where the form can be accessed?
A: The link appears to work on our end but it will be added to the attachments so it can be accessed there.
Q (Clarification-Signatures and Notarized Forms): For forms requiring original signatures and notarization, please confirm whether scanned notarized documents uploaded to OpenGov are acceptable.
A: Yes, the documents should be executed and uploaded with the submittal.
Q (Clarification-Section 12.12 Subcontractor License Requirement): Section 12.12 references subcontractor licenses. Please confirm whether subcontractor license information must be provided at the time of bid submission or if it will be required after award.
A: Per Section 3.13: The applicable subcontractor license registration or certification number must be noted on the bid opposite his name, and in the event the subcontractor is a corporation, his state corporate charter number shall also be noted. If the subcontractor is an out-of-state (foreign) firm, his charter number with the Secretary of State to do business in the State of Florida should also be noted.
Q (LD's): Please provide the liquidated damages for this project per day.
A: Per Section 3.21: ...per the most recent edition of the Florida Department of Transportation Standard Specifications for Road and Bridge Construction
Q (Tilt-Up Wall Design): Did a specific Tilt Up Wall company participate in the design or details are typical from structural engineer? If a Tilt Up Wall company did participate, are we able to obtain that company's contact information?
A: No. A tilt up wall company did not participate in the design or detailing, it was all from the structural engineer.
Q (Electrical Lighting): Light fixture type TE in shown in the building stairwells but is not listed on the fixture schedule. Please advise additional information on this fixture.
A: Please see the attached additional plans.
Q (Bidder's Qualification): It states that "State of Florida Certified General Contractor (CGC) or Certified Building Contractor (CBC) license, City of St. Cloud Local Business Tax Receipt. Just to confirm the prime contractor should hold of of those 3 correct?
A: Please see Section 4.1 for minimum qualifications.
Q (Liquidated Damages-Bidding Instructions): Florida Department of Transportation Standard Specifications for Road and Bridge Construction. Please provide the applicable code and value pertaining to the project.
A: Per the FDOT 2025-2026 Standard Specifications Section 8-10, the daily liquidated damages will be $5,021.00.
Q (Pavillion and Dumpster Enclosure Construction): The notes on the site plans state design and permits by others. Upon reviewing the Architectural set there appears to be no design for the dumpster enclosure. The pavilions are not defined on the AOR plans either. Please advise if these are to be designed by a SPEOR or will this be performed OFOI. If we are to price these will there be plans updated for proper pricing or will there be allowances established.
A: Dumpster details are shown on sheet C4.004. The Pavilions will be supplied by the Owner and installed by the Contractor. They are pre-engineered package units.
Q (Threshold Inspections): Will this facility require Threshold inspections. If so, who is to provide Owner, AOR or contractor?
A: No.
Q (Pavillion & Dumpster Permits): Is it required to permit each structure independently? If so, will these be sister permits to the main building permit?
A: Yes.
Q (Irrigation intent): Can we get a better description of the intent for irrigation on this project. Explain temporary irrigation and what comes after that.
A: Intent is to provide irrigation water for the establishment of specified plants. At the contractor’s option, a temporary irrigation system can be designed, permitted and installed to accomplish said task. The reclaim connection point for temporary irrigation was noted on sheet L1.000
Q (Lift Stations): Please advise if TOHO is responsible for all lift station upgrades & outflow pipe.
A: Yes. Toho lift station project drawings will be included for reference in a forthcoming addendum for clarification.
Q (Fire Lines ): Please advise if you will be providing the fire engineering plans to provide estimate for fire lines.
A: Fire lines are shown on F-101 and C3.001.
Q (17th Street Pavement ): Please advise if the existing is being milled & overlaid or will it be replaced.
A: Per sheet C1.000 the pavement section information is noted and shown graphically for demonstrating what portions of 17th street will require mill and overlay and what portions will require new pavement.
Q (A-201 Metal Wall Panel): Plan A-201 does not identify a wall panel location. Please advise if there is wall panels required? If so what amount is to be installed. We would also need the specification book updated with section 074213 as these are exclude from the project manual.
A: Insulated Metal Wall (074213) referenced in the Specification Table of Contents should be deleted. This correction will be made in the forthcoming addendum.
Q (Bid due time): This bid is due on 4/23/2026 at 10am. 10am is quite difficult to achieve due to late bids and required bid forms. May we get the bid date time extended to 4pm please on 4/23/2026? This will allow us the extra time necessary to ensure a complete bid.
A: The bid due date has been moved to 4/23/2026 at 10:00 am.
Q (Furniture): How is the lobby seating, tables and office furntiure being speced out?
A: Furniture being show is for reference only and is not included in this scope of work.
Q (Irrigation): • Sheet L1.000 calls out a reclaim connection point for temporary irrigation at the southwest corner of the Sports Recreation Field. Is all the Bahia in this area to be accounted for under this temp. irrigation system? • Will there be any Bahia sod to be included in the main irrigation system?
A: Sheet C3.001 calls for all disturbed areas of construction, not being paved will be sodded with Bahia sod.
Q (Pre-Bid meeting): Is the Pre-Bid meeting March 19th or April 2nd. the portal says the april 2. but the released addendum says march 19? Please advise
A: Per Addendum No. 2, a Non-Mandatory Pre-Bid Conference will be held on Thursday, April 2, 2026 at 9:00 am local time at City Hall / Procurement Training Room- 1300 9th Street, St. Cloud, FL 34769.
Q (Power Company Fees): Section 30 - General, 30.4.1 (C) indicates CONTRACTOR is to pay all fees and charges for electrical energy for power and light required for construction. Please confirm this is for temporary power and lighting only. If for permanent power, please provide the fees contractor is required to carry in the bid.
A: This is for temporary power and lighting only.
Q (HDPE Piping): The civil plans note RCP piing for the storm lines 12", 24" ect.. Is it acceptable to use HDPE corrugated piping?
A: Alternate manufacturers may be submitted in accordance with the substitution procedures.
Q (Mechanical Screen note 25): Plam A-202 indicates a Mechanical screen at roof level to hide RTU. We were unable to locate associate construction details and finish material. Please provide details for the wall construction.
A: See details on A-501. The screen manufacturer will supply shop drawings for structural approval. Color to be similar to wall color.
Q (Door Type): Please confirm the door types for opening numbers: 105B, 024A, 025A, 209A, 211A, 212A, 213A, 214A.
A: The material for those doors is SCW
Q (Door 024A): Door 024A is listed as door elevation "W", which does not exist.
A: The door elevation of 024A is “C”.
Q (Picnic Pavilions HOPKINS PARK COMMUNITY CENTER): We are interested in supplying and installing the Picnic Pavilions that are NIC. Please advise.
A: The City is purchasing the Picnic Pavilions directly and outside of this bid solicitation. Please submit information to purchasing@stcloudfl.gov.
Q (Plumbing Roof Plan): Will a plumbing roof plan be issued? Plumbing equipment schedule on P-601 calls for Roof Drain RD-1 & Overflow Drain RD-2. Will roof drain be required on this project since roof is pitched with gutters & downspouts?
A: Design change to sloped roof does not require overflow.
Q (Sprinkler Piping): Will exposed sprinkler piping in the gym required to be painted?
A: Yes.
Q (Overhead Utilities Demo): Please confirm that the city will be in charge of the removal of any overhead electrical lines. GC to coordinate only.
A: GC to coordinate only.
Q (Decorative Fence ): Please provide details and specification for the decorative fence mention on the playground area.
A: There are no details or specifications. Fencing and gates would be shop drawing submittals for both chain-link and decorative aluminum materials. Basis of Design: Ameristar Echelon Plus Ornamental Aluminum Fence, Majestic™ Style, 6'-0" height, 3‑rail configuration.
Q (Duplicate Door Hardware Specification Sections): The door hardware spec sections have two entirely different lists of hardware sets. Please clarify which is the correct one to follow.
A: For the purposes of the bid, please utilize the information shown in the project manual Section 087100
Q (Presentation Boards): Elevation 1 on sheet A-404 sheet note 12, calls out a presentation board. Please provide a manufacturer/model number of the presentation board required.
A: "Interactive Projector Board w/ Brio Trim - Standard White Gloss (6' W x 4' H); by Best-Rite Manufacturing | SKU: BES-2G5KG-25"
Q (Standing Seam Metal Roof Specification Section): Please advise if there will be a Standing Seam Metal Roof Specification added to the project. I recognize the Spec Section 07 62 00 Sheet Metal Flashing and Trim
A: A Standing Seam Metal Roof Specification will be added to the Project Manual.
Q (105020Ditt Deck Aluminum Walkway Cover): Pursuant to spec section 105020, we reached out to Ditmer Fabrications. We believed this specification applies to the note #9 on A-202 covered walkway attached to the building. According to conversations with the manufacture specified their product is not applicable to this type of construction. Please advise if there is another location this will apply. If not please identify the specifications that will dictate this construction of the covered walkway.
A: See note SE5 on sheet S-001
Q (ACT-1 & ACT-2): The specifications call out 2 different types of ACT, please clarify which type is located at what locations.
A: Use ACT-1
Q (Kitchen Appliances): Please clarify what appliances on the appliance list on sheet A-402 are to be provided & installed by the GC or Owner.
A: All appliances are to be provided and installed by GC.
Q (Flagpoles): There is a specification section for flagpoles. But no locations, quantities, or heights are provided on the plan set. Please provide more information.
A: No flagpoles are in base bid.
Q (Window Treatments): Please clarify the locations to receive window treatments. Also, will all window treatments be receiving full blackout material?
A: Provide specified window treatments on exterior windows in rooms 025, 103, 203, 205, 209, 214, and 215
Q (Corner Guards): There is a specification section for corner guards, but none are shown or called out on the plan set. Please confirm if corner guards are required for this project, if so, please provide locations.
A: Provide corner guards on corners in corridors, 1st and 2nd floor.
Q (Signage): Will room identification signage be required? The only interior signage called out is the restroom and maximum occupancy signage.
A: Code required signage only is required at this point.
Q (7.12.8 Sworn Statement): When will Sworn Statement 7.12.8 be added to the project documents? The link appears to be locked on our end.
A: The Sworn Statement has been uploaded to the Attachments. When submitting a bid, this document must be executed and uploaded to Section 7.12.8.
Q (Remove Telephone Pole): C0.005 states Telephone to be removed along e 17 Th Street. As this pole supports the power for the community, will this be a direct owner cost and coordination with OUC and city of St. Cloud.
A: GC to coordinate with OUC for the removal of the pole. Owner will pay OUC directly if any costs are incurred.
Q (Commissioning Authority): Specification section 014000 refers to a Commissioning Agent for the project. Specification section 230800 references commissioning process and procedures of HVAC equipment specifically. This section also identifies 019113 "General Commissioning Requirements" Please answer the following: 1. Is the owner contracting the Commissioning Authority noted in 014000. 2. We believe the only commissioning required for the project is relating to HVAC 230800, please confirm. 3. Specification 019113 is not included in the project manual, if required please provide.
A: Please see Commissioning Scope on sheet M-001
Q (Doors): Please provide the door types for the following door #s: 105B, 021A, 024A, 209A, 211A, 212A, 213A, and 214A.
A: The material for those doors is SCW
Q (Dumpster Area Details): Please provide the Detail for the walls and gate for the dumpster area.
A: All details are shown on sheet A-503.
Q (Substitution Request General Question): Are non- American made products allowed as a substitution in a substitution request?
A: Alternate manufacturers may be submitted in accordance with the substitution procedures.
Q (Temporary Modular Building): Should the supply and installation of temporary modular building be included in the GC proposal?
A: Yes.
Q (Pavilions): Is a concrete slab required under the pavilions?
A: Yes.
Q (Pantry 208): Please provide elevations for pantry 208. There appears to be some shelving located here, but no elevations to confirm.
A: Provide five (5) 12” deep wire shelves @ 16” o.c. from the floor as shown on floor plan.
Q (Tilt Wall Panel Exterior Finish): Please confirm the finish of the exterior side of the tilt wall panels, will these be painted?
A: Tilt wall panels to be painted Sherwin Williams Light French Gray and trim painted Sherwin Williams Perle Noir
Q (Exposed Deck): Will the exposed steel and deck be painted?
A: Yes.
Q (Site Striping / Signage ): Please provide a site striping / signage plan or legend/key notes.
A: Civil to provide updated plan showing striping & signage callouts
Q (Folding Basketball Backboard): Specification Section 116623 - Basketball Folding Backstops Call for a manual winch system for raising & lowering the goals. However, power plan E201 shows motor operation switches & power wiring to a motor at the backboard. Please clarify scope and provide information on the backboard motor and motor switches shown on the power plans.
A: Provide motor operated backboard.
Q (Light Poles Specifications & Details): Specification Section 26 56 00 has two light pole specifications. (1) is for aluminum poles & 1 is for precast poles. What type of poles will be required for this project? What is the required height on the poles. Can a detail be provided for the light poles showing height requirements, what are the grounding requirements? will pull boxes be required at each pole?
A: See Sheet E-001 and E-501
Q (Light Pole Bases): Please provide a detail for light pole bases clarify size, reinforcing requirements, anchor bolts, concrete PSI, etc.
A: See note SE4 on sheet S-001
Q (Exit Signs X3 & X4): Please provide catalog numbers for exit signs X3 & X4
A: Shown of E-002.
Q (Site Retaining Wall ): Please advise if there is a site retaining wall on the north side on the recreation center building adjacent to the trench drain. If so please provide details, cut sections, & design criteria.
A: Yes, there is a retaining wall along the north side of recreation center building. Civil to provide updated plan noting FDOT gravity wall or approved equal with CLF along top of wall.
Q (River Road Utilities ): Please advise if the CPP/ CMP pipe & drop inlets per sheet C2.002 are part of the GC scope of work.
A: Offsite roadway (17th Street & River Road) storm water drainage is in scope of project. Drop inlet & CPP/CMP annotation shown on C2.002 is picking up from the referenced Toho utility project plans and likely leading to confusion.
Q (Chain Link Fence ): Specifications 32 3113 indicate the fence to be 8' foot high. The civil plans indicate 6' foot high fence. Please advise which is the right height.
A: Fence heights would be per plan. Civil provided no fence specification. Fencing and gates would be shop drawing submittals for both chain-link and decorative aluminum materials. Basis of Design: Ameristar Echelon Plus Ornamental Aluminum Fence, Majestic™ Style, 6'-0" height, 3‑rail configuration.
Q (Chain Link Fence ): Specifications 32 3113 indicate barbed wire; however, the plans do not indicate a location if barbed wire is to be place on the chain link fence. Please advise.
A: No barbed wire is to be installed as part of this contract.
Q (Sliding Gate ): Specifications 32 3113 indicate the sliding gate to be automatic; however, the plans on C1.001 indicate manual operation. If gate is to be automatic provide power/details.
A: No automatic operator, power supply, or related infrastructure is required.
Q (Concrete Stair Treads): Will the concrete stair treads be receiving a sealed concrete finish?
A: Provide non-slip sealed concrete finish on concrete stair treads.
Q (Janitor 109): Janitor 109 calls out for sealed concrete on the finish schedule legend, but the finish floor plan calls it out as epoxy. Please confirm which floor type is correct.
A: Provide sealed concrete on janitor floor.
Q (Folding Backstop Vs Fixed): The specifications call for (4) Fixed back stops and (8) folding backstops. However the floor plan and electrical power plans only show (4) folding back stops. Please clarify which is correct. Also, please provide the required structural supports for the additional backstops if applicable.
A: Provide four (4).
Q (Scoreboard & Time clock): Please provide specification sections for the scoreboard and time clock, if they are to be provided and installed by the GC.
A: Electro-Mech Model LX2550. (https://www.electro-mech.com/basketball/scoreboard-lx2550/)
Q (Gym Divider Curtain): Please provide more details on the divider curtain. There is no reference to one on the floor plan, structural plan, or electrical power plan. Please confirm if this item is required.
A: Draper - Walk-Draw Divider. Manually operated divider curtain. (https://www.draperinc.com/gymequipment/productdetail/186), "Submittal"
Q (Canopy Footers): Please provide details for the canopy footers.
A: See note SE5 on sheet S-001
Q (Existing Storm Pipe / Structure): Sheet C0.005, indicates a 15" CMP connecting to a storm structure at the driveway entrance of the gravel parking lot, sheet C2.001 does not provide the existing pipe or storm structure. Please advise if the pipe/structure will be demo.
A: Pipe and structure are to be removed.
Q (Wall Padding): Please provide a manufacture/model number for the gym wall padding, as none are listed on the plans or specifications.
A: Draper - EcoVision Wall Pads. 6'0" tall, 2" foam filler, reinforced 14 oz. vinyl covering.
Q (Gym Bleachers): Are the bleachers provided and installed by the owner, or just supplied?
A: Owner supplied, Contractor installed.
Q (Existing Storm Utilities ): Sheet C0.005, at the intersection of 17th street and Crawford street there is two storm structure along with pipe & a MES inlet, will these items be removed. Since sheet C2.002 indicates new pipe & structures going in. Please advise.
A: Yes, the noted existing pipes, two structures and MES shown on C0.005 are to be removed.
Q (Exterior Basketball Courts): Please provide more details on the exterior basketball court goals/backboards/posts. Along with the structural details for the posts.
A: See sheet L1.000.
Q (Outdoor Basketball Court ): Please provide a section showing LBR requirements, Details of The Court Makeup, Striping, Specifications with related details and foundation requirements.
A: See sheet L1.000.
Q (Sport Fields ): Please provide LBR requirements, cut sections, sod type/irrigation and related details.
A: Recreation “sport field” area is play field with Bahia turf (except ballfield infield clay). Contractor shall compact subgrade to 95% of maximum dry density (ASTM D698). Top 6" of soil shall be placed and lightly compacted native soil to 90–92% of maximum dry density. Any imported soil must contain less than 7% fines passing the number 200 sieve. No formal USGA root zone mix is specified by this project. It is a play field not a formal athletic field. No irrigation has been designed. Contractor to hand water to establishment and contractor can propose the design, permit and install temporary irrigation.
Q (Fire Line ): Sheet C3.001, show the fire line as "greyout" from the DDCV. Please confirm this is the new 6" service line. If so please provide tag.
A: Civil has no ownership of fire line and showed it on plan as courtesy to likely pipe route. Fire Protection engineer to address service line from DDCV to building.
Q (Irrigation ): Will there be a irrigation set of plans, or will it be a design build?
A: No irrigation has been designed. Contractor to hand water to establishment and contractor can propose the design, permit and install temporary irrigation.
Q (Technology for Project): While Bluum does not perform general construction, we do specialize in technology design, equipment, security systems, and integration services for municipal and community facilities. We regularly support projects in partnership with general contractors, architects, and owners on the technology scope only. Could you please advise on the appropriate process for bidding or being considered for the technology portions of this project (AV, security, networked systems, and related integration)? Bluum is a member of the Osceola Chamber.
A: The City is purchasing directly and outside of this bid solicitation. Please submit information to purchasing@stcloudfl.gov.
Q ( Interim Community Center modular building requirements): Being children will be using the interim Community Center modular building. Will it need to meet the Education Code of the FBC.
A: Not at this time for bidding purposes.
Q (Low Voltage Raceways): Are low voltage raceways for tele/data, telephone service conduits, access control etc. part of the $200,000 low voltage allowance or will a low voltage systems drawing be issued showing locations and scope of the raceways so our electricians may accurately price this work.
A: They will be included in the allowance.
Q (Gym Equipment): Spec 116623 lists Porter as the only approved manufacturer for gym equip. Please advise if an alternative manufacturer's can be allowed.
A: Yes. Please see substitution request process in specifications.
Q (No subject): Request approval for Honeywell to provide a quote on the DDC system. Drawing specification 23-09-23-2 approved list is Trane, ALC, Johnson Controls, Siemens and KMC Nelson and Company has a Orlando Branch.
A: Alternate manufacturers may be submitted in accordance with the substitution procedures.
Q (Power to Interim Community Center Modular Office Building): Where does the power for the Interim Community Center Modular Office Building point of connection originate?
A: Power service would need to be coordinated and likely be pole mounted transformer on adjacent power pole at corner of site on 17th Street.
Q (Bid Form - Allowances): It was clarified that all Low Voltage systems will be provided by owner with an allowance. There currently is not a place to input this allowance on the bid form. Please advise if a revised bid form will be provided. Additionally, if there are any other owner provided allowances for this project, please advise the scope and associated value.
A: Bid form has been updated.
Q (Liquidated Damages): Are there any original contract amounts, daily charges per calendar day for liquidated damages?
A: $5,021.00 per calendar day.
Q (Multi-Purpose Field): Could provide a detail or cut of the multi-purpose field including any subbase layers, rootzone, etc.
A: Recreation “sport field” area is play field with Bahia turf (except ballfield infield clay). Contractor shall compact subgrade to 95% of maximum dry density (ASTM D698). Top 6" of soil shall be placed and lightly compacted native soil to 90–92% of maximum dry density. Any imported soil must contain less than 7% fines passing the number 200 sieve. No formal USGA root zone mix is specified by this project. It is a play field not a formal athletic field. No irrigation has been designed. Contractor to hand water to establishment and contractor can propose the design, permit and install temporary irrigation.
Q (Waterproofing ): Please provide specifications for the waterproofing scope (elevator pit).
A: Tremco Paraseal® LG (HDPE + granular bentonite sheet membrane) or equal.
Q (Landscape Maintenance): Please advise if any landscape maintenance period will be required after final completion.
A: There is no ongoing landscaping maintenance required after final completion and Owner Acceptance.
Q (Standing Seam Metal Roof): Sheet A-122, Detail A indicates an underlayment beneath the standing seam metal roof, while Sheet A-306, Detail 4 shows a TPO membrane below the same roof assembly. Please clarify the intended roof assembly and confirm whether the standing seam metal roof is to be installed over a TPO membrane system or over a standard underlayment only.
A: Use detail A on A-122. Use metal roof manufacturer’s installation requirements.
Q (Expansion Joint): Sheet A-306, Detail 4 does not indicate an expansion joint between the vertical partition and the adjacent TPO roof, while the roof plan on Sheet A-121 (Note 9) shows an expansion joint cover at this location. Please confirm if an expansion joint and cover are required at this condition and provide applicable details if so.
A: There is not an expansion joint in this location.
Q (Roof Equipment Screen): The architectural drawings explicitly identify a "Roof Equipment Screen" through Sheet Note #25 on the exterior building elevations, specifically locating it on the North and East Elevations. Beyond these elevation callouts, the provided project manual and drawing excerpts do not contain further detailed specifications regarding the screen's. Please advise.
A: See 7/A501 for roof screen information.
Q (Spray Fireproofing): The project specs mention the inspection of the spray-on fireproofing, but we need clarification on what structural steel requires it. The Life Safety data indicates a Type IIB building with a 0-hour fire rating for the primary structural frame, and the provided UL assembly sheets do not detail any fireproofing requirements for structural steel. Please specifically identify which structural steel members require spray-on fireproofing and provide their corresponding UL design numbers so we ensure those pieces are not shop-primed. If none is required, please confirm we can proceed with standard shop-priming and painting for all structural steel.
A: There is no spray fireproofing.
Q (Door Schedule): Door 021A on the Door Schedule is calling for type W but there is not type W provided. Also the Door finish and the Hardware set for door 216a is not provided in the door schedule.
A: The material for those doors is SCW (Solid Core Wood).
Q (Flooring Scope): Please clarify the base finish identified as “VCB” in the Room Finish Schedule and Base Finish Legend, noted as “varies.” Specification Section 09 65 13 calls for “Resilient Base RC & RS” (Johnsonite 4" rubber base), but does not reference the “VCB” abbreviation. Please confirm whether areas labeled “VCB” are intended to receive the specified Johnsonite rubber base, and provide the required color and profile for each applicable room.
A: "Varies" in the finish schedule should refer to the rubber base for VCB.
Q (Finish Schedule): The Room Finish Schedule designates Gym 102, Exercise 203, and Storage 204 to all receive "RUB" flooring, which the specifications identify as Tarkett Omnisports 7.1mm Rubber Sports Flooring. Please confirm if this high-performance athletic surfacing is intentionally required for Storage 204, or if it should be revised to a more standard finish for a storage area, such as the Sealed Concrete (SC) or Luxury Vinyl Tile (LVT) used in the facility's other storage rooms. Additionally, please clarify if Exercise 203 is intended to receive the exact same 7.1mm rubber flooring as the basketball court, or if a different type of rubber flooring is desired.
A: The storage room will receive a sealed concrete finish. Room 203 will receive the floor finish indicated on the schedule.
Q (Perimeter Site Fence): Please advise if there is a perimeter site fence throughout the park. It appears to be called out on the Northern border of community lawn & community center but just dead ends there with no other callouts. Are we to assume that it continues along the property boundary are those the only areas with the boundary fencing.
A: Fencing shall be as shown per plan. Some fencing ties into existing fence and creates some localized enclosure, but there is no intent to enclose the project with perimeter fencing.
Q (Exercise Room Mirrors): A102 calls for 5 shatter proofing mirrors; A102A calls for 1 4x8 tempered & A301 calls for 5 each installed by GC. What scope should we include?
A: GC to provide and install five (5) tempered shatter proof mirrors.
Q (Folding Door Spec): There is a folding door spec, but we cannot find any locations on the plans?
A: Folding doors are not used.
Q (Fiberglass Sandwich Wall Panel Spec): There is a fiberglass sandwich wall panel spec, but we cannot find any locations on the plans?
A: Fiberglass sandwich wall panels are not used.
Q (Cast Letter Spec): There is a cast letter spec; A201 note 17 says signage area by others. Are we to include?
A: Signage indicated on A201 by others and provider to follow included specifications.
Q (Roof Plan - PEMB): General Notes on roof plan A-121 refer to PEMB package/components. What is this referring to? Is this applicable to the project?
A: PEMB package provides covered walk.
Q (Low Canopy): Building Sections depict a canopy system denoting as pre-engineered. Is the intent to have this be a pre-engineered canopy system or constructed with structural steel.
A: The canopy will be a pre-engineered canopy system.
Q (ITB 8.17 Subletting or Assignment of Contract): Paragraph 8.17 states that no part of the contract shall be sublet or performed by subcontractor without written approval by the owner. Further this paragraph notes The amount of work that is sublet shall be limited by the condition that the contractor shall perform with his own organization, work amounting to not less than fifty (50%) of the total contract cost. Is the intent of the bid and award to restrict subcontracting to no more than 50% of the contract value? If so are we correct to conclude, that upon submission of the subcontractor list with the bid documents, COSC is agreeing to the subcontractors (Sublet assignment) presented which inherently will surpass 50% of contract value and this clause is waived?
A: Paragraph 8.17 is a self‑performance requirement, not a cap on subcontracting. The intent is to ensure the prime contractor performs at least 50% of the contract cost with its own forces, not to limit subcontracting to 50%. The subcontractor list submitted with the bid is informational only and does not constitute Owner approval or a waiver of the 50% requirement. Formal approval of subcontractors occurs after award, when the contractor submits the required documentation for each subcontractor. Acceptance of the bid does not waive the clause.
Q (Steel Trusses): There are references to pre-engineered steel trusses. Is this applicable to this project?
A: Pre-engineered steel trusses will be used on canopy walkway.
Q (Restroom Wall Tile Height A-401): Ref: A-401, A-601 Room Finish Schedule Rooms 106, 108, 113, 114, 201, 202, 206, and 207 are scheduled for a TILE/PT wall finish. Please confirm the tile height at all restroom walls — specifically, whether tile runs full height to structure or to a defined wainscot height — and identify which walls in each room receive tile versus paint above.
A: Tile in restrooms are 6’ high in areas located on interior elevations.
Q (FRP EXTENT AND SUBSTRATE A-402): Ref: A-402, A-601 Rooms 105 and 209 Room schedule note 7 indicates FRP panels floor to ceiling at the Warming Kitchen (105) and Home Ed room (209). Please confirm the FRP extent on each wall of these rooms and confirm that moisture-resistant gypsum board substrate will be GC-furnished prior to WS installation.
A: Provide full height FRP on all walls in rooms indicated with moisture-resistant gypsum board by GC prior to FRP installation.
Q (EXPOSED SPRINKLER PIPING — A-101-B): Ref: A-101-B, Room 102 Gym The Gym (102) has an exposed ceiling per the room finish schedule. Please advise whether exposed sprinkler piping in the gym is required to be painted by the painting contractor, and if so, confirm the specified color and whether this requirement extends to other exposed-ceiling rooms.
A: Paint exposed sprinkler piping to match ceiling.
Q (GYM COURT-LINE STRIPING — A-101): Ref: A-101-B Enlarged Gym Floor Plan The enlarged gym floor plan shows basketball, volleyball, and multi-use court lines. Please confirm whether court-line painting and striping is included in WS Flooring's scope or is carried by the athletic equipment contractor
A: Court-line painting and striping by GC
Q (GWB FINISH LEVEL AND PRIME COAT — G-004 ): — Ref: G-004 General Notes Please confirm that gypsum board will be furnished at Level 4 finish and that prime coat is GC-furnished throughout prior to WS commencing painting. WS Flooring's scope includes finish coats only and does not include skim coat or prime unless directed by addendum.
A: GC to provide primed coat prior to finish painting color.
Q (Roof Soffit ): Please provide a detail for the soffit.
A: See sheets A-304 – A-306.
Q (Liquidated Damages): Referencing response to #55 Liquidated Damages-Bidding Instructions: The response states that daily liquidated damages will be $5,021.00. It does not state if this amount is for delay in reaching substantial completion or final completion or both. Please clarify.
A: Both.
Q (Roof Equipment Screen ): Please provide cross section & details regarding the equipment screen. Also provide specification.
A: See sheet A-501 for screen details.
Q (Bid Submittal Deadline): Would the city consider extending the bid submittal deadline 1-2 weeks due the number of RFI's (answered & pending), forthcoming addendums, and revised plans that have not been released yet.
A: Not at this time.
Q (Environmental): Have any of the following been completed to support permitting and project progression: a listed species survey, an informal wetland delineation, or a formal wetland determination? If not, should these services be included as part of the bid scope, and if so, where should they be included in the bid form?
A: Yes an environmental consideration report has been accomplished & submitted to SFWMD, 0.1 mitigation credits was banked on 7/16/25.
Q (Sheet C0.005 ): Sheet C0.005 calls for overhead utilities to be removed. Will this be done by the contractor or utility company?
A: Contractor to initiate and coordinate. Owner will pay OUC.
Q (Sheet C0.005): Sheet C0.005 calls for the existing playground area to remain and indicates no scope for this project. However, the existing water main running underground through the playground area is to be removed. Please clarify restoration requirements for the playground.
A: Contractor to cut and plug portion of water main (service) line under the existing playground area and leave that portion of line in place.
Q (Sheet C0.005): Sheet C0.005 calls for the existing water fountain to be removed, but does not specify what's to become of the water line. Are we to cap below grade and abandon or remove back to source?
A: Water line would be removed back to source.
Q (E 17th street alternate): Please clarify the extent of what's to be included in the E 17th street alternate.
A: Item 75 through 79 of C-13 Schedule of Unit Prices.
Q (Wetlands): The parcel has wetlands that are called to be removed. Who is responsible for the wetland mitigation costs?
A: Re: question 161 - Yes an environmental consideration report has been accomplished & submitted to SFWMD, 0.1 mitigation credits was banked on 7/16/25.
Q (Completion Days): Could you please clarify the project completion timeline? The OpenGov listing indicates 365 days to substantial completion and 45 days to final completion, while the Contract Agreement in the bid documents specifies a total duration of 410 calendar days. Can you confirm which timeline is correct?
A: 365 calendar days to substantial completion, plus an additional 45 calendar days from substantial completion to project closeout = 410 total days.
Q (Framing & Drywall): Wall type 2a calls for Impact Resistant board in the Gym. Question: How far up the wall is the Impact Resistant board?
A: Use impact resistant gypsum board up to at least 16'-0".
Q (Exericse Room): Will the owner provide the fitness equipment for this project? Thank you.
A: Yes.
Q (Retaining wall): It appears to be a retaining wall at the rear of the property on the outside of the trench drain. It shows bottom of wall and top of wall elevations. Can you provide better specifications of what type of wall you are looking for. Is the fence on top of the short wall?
A: Re: question 105 - Yes, there is a retaining wall along the north side of recreation center building. Civil to provide updated plan noting FDOT gravity wall or approved equal with CLF along top of wall.
Q (Trench drainpipe to DS-19 at rear of property): What type and size of pipe runs from the trench drain to the DS-19 structure?
A: C2.001 annotates the pipe as '69' of 4" HDPE @ 0.99%'
Q (Q&A Summary): Will all of the Questions & Answers be incorporated into a final Addendum Narrative and will the responses that require modifications/additions to plans and specs be incorporated into newly published plans & specs.
A: All relevant information will be provided.
Q (Ceiling Heights): Please provide ceiling heights to the reflected ceiling plans, also missing notation for ACT types in certain rooms.
A: See sheets A-111 - A-112A for ceiling heights. ACT is not rotated
Q (Education Code of the FBC.): In lieu of answering RFI #126 with an approval, please submit the specific FBC Education Code section governing this requirement. This item must be code-driven and centrally directed to avoid inconsistent interpretations by multiple bidders. If the exact code criteria cannot be clearly defined at this stage, we recommend establishing an allowance for this scope until the applicable requirements are confirmed.
A: The anwer for RFI #126 was changed to "not at this time for bidding purposes." Because the interim Community Center modular building is not classified as an Educational (E) occupancy, its use by children does not automatically trigger Florida Building Code – Education (FBC‑E) requirements.
Q (RFI #66 response): Question # 66 was regarding irrigation and was not answered, please. Sheet L1.000 calls out a reclaim connection point for temporary irrigation at the southwest corner of the Sports Recreation Field. Is all the Bahia in this area to be accounted for under this temp. irrigation system? • Will there be any Bahia sod to be included in the main irrigation system?
A: No irrigation has been designed. Contractor to hand water to establishment and contractor can propose the design, permit and install temporary irrigation. All turf is Bahia.
Q (Multi-purpose sports recreation field turf specification): Is Bahia the turf material selection for the soccer fields as this may not hold up under heavy use per a specialty contractor for this.
A: The recreation play field is not a formal athletic field and level of use does not exceed neighborhood recreation use.
Q (Bid Deadline): Due to the mass amount of revised documents and all the Q&A responses can the bid date please be extended by at least another week to give adequate time to ensure everything is captured correctly and subs have time to complete their proposals?
A: At this time we are holding the current bid date and have simplified the submission process to only lump sum numbers for each division.
Q (Counter Top Solid Surface A-404 & A-512): Plan A-404 indicates solid surface counter top on the cabinetry. Specifications section 064023 indicates cabinetry to utilize High Pressure Decorative Laminate. A-512 indicates SS at vanity top. The specification section also only indicates Solid Surface at the window sills. Please confirm the finish at the countertops and indicate the Solid Surface if required what type and grade.
A: Solid surface specification has been added and distributed. See section 06 61 13 - Simulated Stone Quartz and Resin.
Q (Civil Clarifictions): 1. What is the soil cement depth for the 17th street asphalt section? 2. Just want to confirm the Interim Parking lot is only 4” concrete, assuming because it’s temporary? 3. What are the inlet types for DS-51 & DS-52? 4. Are we to assume the storm will go in before the lift station compound is complete or do we need to plan to demo the concrete & fence to place the storm system per the snip below Thank you
A: 1. Soil cement depth for 17th Street asphalt w section shall be 12". 2. Yes the interim parking concrete depth is 4". 3. Per FDOT 425-060 sheet 1 of 4, the structure is a modified type 'C' with the opening on the back side of the sidewalk to take in the adjacent storm water drainage. 4. Storm water infrastructure in the lift station area will require coordination between Park GC and LS GC for timing of installation.
Q (Site Permit Status and Costs): Please clarify if site permits have been secured and if all fees for these have been paid. If fees are known, please advise. Per comments made at the pre-bid meeting we would like for the project team to confirm the current status of the site development permit, DEP permits, and Water Management District permits, including if there has been submission for an individual use permit for off-site discharge of groundwater. Understanding assumptions for the dewatering operations made by the engineering team will help us price the necessary methods of dewatering for the project.
A: The following site permits have been obtained or will be submitted well in advance of project award – • City of St. Cloud SDP24-00028 • SFWMD ERP 49-111964-P • FDEP Sanitary Sewer Self Certification (to be submitted) • FDEP Water Permit (to be submitted) The application fees for the permits listed above have been paid. The dewatering scheme is up to the site contractor. It will be the responsibility of the site contractor to submit, and pay the associated application fee, for an individual dewatering permit to the SFWMD if the “No Notice” General Permit thresholds for dewatering activities will be exceeded.
Q (Color Coded area on Master Site Plan Sheet C1.000): Please describe the sections with the color peach/light brown on the Master Site Plan Sheet C1.000.
A: The peach color on the plan denotes buildings.
Q (ITB 8.17 Subletting or Assignment of Contract): If I understand the answer to question #150 correctly, we will not submit a bid on this project because we intend to subcontract out 100% of the work on this project.
A: We are amending Section 8.17 to the following: No part of the Contract shall be sublet and no work shall be performed under any subcontract without the prior written approval of the proposed subcontractor by the Owner; which approval will not be given until the Contractor submits to the Owner a written statement concerning the proposed award to the subcontractor, which statement will contain such information as the Owner may require. The amount of the work that is sublet shall be limited by the condition that the Contractor shall perform with his own organization, work amounting to not less than twenty percent (20%) of the total Contract cost. Nothing in the Contract Documents shall create any contractual relationship between any subcontractor and the owner. *No assignment of the Contract may be made to any financial institution or other body without the prior express written approval of the Owner.
Q (Storm Drain INV. Elevation): Could you please confirm the storm drain INV. Elevations specially the one for DS-25 which is calling for INV EL of S 69.23, W 68.73 & E 68.73. This would be the lowest INV elevation of all the storm drain system and is the parking area which might create ponding issues in the future.
A: The storm inlet elevations are designed correctly. The parking lot inlets are 1.29' above the 100 yr storm event elevation.
Q (Trusses): The enticed the main building is steel joist. The plans aren't very clear about the lower porch roofs. Do you want those quoted in wood trusses or will those just be hand framed?
A: As previously stated, see notes on sheets S-102 and S-001
Q (Bid Opening Zoom Meeting): Please provide Zoom meeting information for Bid Opening.
A: This information will be provided in the upcoming Addendum.
Q (Millwork): Is the stainless steel counter shown on 5/A-402 part of the prep table or is it a separate counter? See Equipment tag EQ7, sheet note 4/A-402 & enlarged plan 1/A-402. Multiple finishes are noted for the window sills. gypsum board, marble & solid surface. See sheet notes 14 & 15/A-102, sheet note 16/A-102-A, and sheet note 7/A-102B. What finish should we price? Or do we price per individual note? Please request a section detail and finish for the screen wall. Elevation 8/A-402. I'm not sure if this is millwork scope or not. Check In desk wall. What is the finish? Elevation 9/A-402 Thank you,
A: 1 - The stainless steel table is furniture in the room, not millwork. 2 - The sheet notes indicated gypsum window sill in non-public rooms, solid surface in public rooms. 3 - The rolling door is above the a millwork counter. the table shown next to the opening is a piece of furniture, not millwork. 4 - The decorative wall is wood slats. It can be dimensional lumber or pre-manufactured such as knotwood.com or similar product.
Q (Glazing Clarification): References: Spec 08800.2 - B.O.D. is non impact insulating glass Spec 084113.2.1.B - B.O.D is YES45TU, a Non Impact System Spec 084114.2.1.B - B.O.D is 35D, a Non Impact Door Architectural Sheet Notes Throughout all reference Exterior Glazing as Impact - B120B Hardware Set #2 S-005 - Indicates to consider Tornado Design to be considered Question: Is Glazing Non-Impact, Impact, or Level "E" Enhanced FEMA Impact Glazing
A: All exterior glazing is impact rated to meet wind speed shown on structural drawings..
Q (Irrigation): In response to the lack of information regarding the Irrigation system, you mentioned that the intent was to provide a temp. system to water the trees and sod. In order to make it uniform for all bidders can you designate an Allowance for the Irrigation System.
A: The irrigation requirement is for the contractor to hand water all plantings to establishment. It is the contractor's option to design, permit and install a temporary irrigation system using the noted potable connection if they feel that is the more cost effective method of watering plantings to establishment.
Q (Procurement Restrictions): Will the Buy American Act and/or Build America Buy America Act be enforced for all materials on this project?
A: No, but all bidders must comply with Florida Statute 255.0993.
Q (Backstop): Please verify that the Backstop is to be provided by others under a separate contract.
A: The backstop and dugouts are to be designed and permitted by others only...they should be included in the GC cost of work.
Q (Roof Hatch): Please clarify the spec. section 07 72 00 calls for a roof hatch but none is shown on the Overall Roof Plans.
A: Roof Hatch is above North Stair
Q (Operable Partition): Please provide the location for the Operable Partition door as mentioned in the specifications.
A: There are no folding doors in this project.
Q (Overhead Coiling Door): Please provide the specifications for the insulated coiling overhead door #102E.
A: See specification 083310.
Q (2x4 Screen Wall): Can you please provide specs for the 2x4 screen wall?
A: The decorative wall screen is wood slats. It can be made with dimensional lumber or a pre-manufactured product such as knotwood.com
Q (Pre-Bid Meeting):
A: In the Bid form there is a request for 3 similar projects and references, is this project intended to be awarded on low bid or is it intended to be awarded on qualifications, and if so is this more a Request for Qualifications with a price and if so, Is the City going to discuss with who they determine to be qualified and responsible low bidder, say 1,2,3, or 4 and have a conversation afterwards to determine who is going to be the most responsive, most qualified contractor to build this? The contract shall be awarded to the lowest responsible and responsive bidder whose bid meets the requirements and criteria set forth in the Invitation to Bid. In determining “lowest responsible bidder”, the following may be considered: • The ability and skill of the bidder to perform the contract. • Whether the bidder can perform the contract or provide the supplies/services as required, without delay or interruption within the time specified. • The quality of performance of previous contracts or services.
Q (Pre-Bid Meeting):
A: Would it be prudent to vet out who is not qualified prior to bid day? The contract shall be awarded to the lowest responsible and responsive bidder whose bid meets the requirements and criteria set forth in the Invitation to Bid. In determining “lowest responsible bidder”, the following may be considered: • The ability and skill of the bidder to perform the contract. • Whether the bidder can perform the contract or provide the supplies/services as required, without delay or interruption within the time specified. • The quality of performance of previous contracts or services.
Q (Pre-Bid Meeting):
A: Most recently you issued the plans for the TOHO project, as you indicated it is a separate project, is this for information only? Yes.
Q (Pre-Bid Meeting):
A: The initial bid you issued sections 31-60, which are typically FDOT spec format, yesterday you reissued specifications 32-36 for site work, are sections 31-33 going to be relevant in our bidding process? Which specifications are going to be relevant? Contractor is responsible for Divisions outlined in the Project Manual Division 00 thru 32.
Q (Pre-Bid Meeting):
A: Is the City interested in taking care of direct purchases tax savings? The City reserves the right to consider which purchases will be Owner Direct Purchases (ODP) after award.
Q (Pre-Bid Meeting):
A: Is C-13 to be submitted with the bid? No. The bid form is being revised.
Q (Pre-Bid Meeting):
A: Is this a low bid? The contract shall be awarded to the lowest responsible and responsive bidder whose bid meets the requirements and criteria set forth in the Invitation to Bid. In determining “lowest responsible bidder”, the following may be considered: • The ability and skill of the bidder to perform the contract. • Whether the bidder can perform the contract or provide the supplies/services as required, without delay or interruption within the time specified. • The quality of performance of previous contracts or services.
Q (Pre-Bid Meeting):
A: Can you clarify the qualifications? The contract shall be awarded to the lowest responsible and responsive bidder whose bid meets the requirements and criteria set forth in the Invitation to Bid. In determining “lowest responsible bidder”, the following may be considered: • The ability and skill of the bidder to perform the contract. • Whether the bidder can perform the contract or provide the supplies/services as required, without delay or interruption within the time specified. • The quality of performance of previous contracts or services.
Q (Pre-Bid Meeting):
A: I think it should be a two (2) step bid, qualify then bid. The contract shall be awarded to the lowest responsible and responsive bidder whose bid meets the requirements and criteria set forth in the Invitation to Bid. In determining “lowest responsible bidder”, the following may be considered: • The ability and skill of the bidder to perform the contract. • Whether the bidder can perform the contract or provide the supplies/services as required, without delay or interruption within the time specified. • The quality of performance of previous contracts or services.
Q (Pre-Bid Meeting):
A: Who is responsible for the removal of the two (2) power polls? The contractor will need to coordinate with OUC.
Q (Pre-Bid Meeting):
A: Have the plans been submitted and approved? The site development plans have been approved.
Q (Pre-Bid Meeting):
A: Have the DEP and Water Management District permits been submitted and approved? SFWMD permit issued, FDEP water and Sanitary still to be submitted.
Q (Pre-Bid Meeting):
A: Is there a City standard spec for the dumpster encloser? See sheet A-503.
Q (Pre-Bid Meeting):
A: RFI regarding the roofing product: Specification about cover walkways going from one building to another. Alternate manufacturers may be submitted in accordance with the substitution procedures.
Q (Poligon foundations RFI response # 42): The Manufacturer stated, they need a P.O. to produce these signed/sealed foundation details. Has the city spoken with Poligon to get this process started. If not, can you provide an allowance for the Poligon Pavilion foundations.
A: For pricing purposes assume the following: Provide a 4" reinforced concrete slab‑on‑grade for the garden shed, with 12" wide x 12" deep thickened edge, #4 bars continuous, over compacted subgrade, vapor barrier, and welded wire fabric or equivalent reinforcing in the slab.
Q (Paragraph 8.17 (RFI # 150) Response): Upon review of RFI 150 response we have further concern to the application of this requirement for this project. Since the major trade experts such as tilt-up, concrete, steel, aluminum windows, roofing, finishing, sitework, utilities, landscape, and MEP represent a significant portion of the contract value (over 50%) and performed exclusively by specialty subcontractors, we request Paragraph 8.17 be eliminated in its entirety or amended to reflect a prime self-performance requirement of 15%. The current 50% threshold for a general contractor to self-perform specialty trade work tasks versus managing is not practical on a project of this size. We believe the 8.17 requirements as published, is going to exclude qualified general contractors from participating in this project .
A: We are amending Section 8.17 to the following: No part of the Contract shall be sublet and no work shall be performed under any subcontract without the prior written approval of the proposed subcontractor by the Owner; which approval will not be given until the Contractor submits to the Owner a written statement concerning the proposed award to the subcontractor, which statement will contain such information as the Owner may require. The amount of the work that is sublet shall be limited by the condition that the Contractor shall perform with his own organization, work amounting to not less than twenty percent (20%) of the total Contract cost. Nothing in the Contract Documents shall create any contractual relationship between any subcontractor and the owner. *No assignment of the Contract may be made to any financial institution or other body without the prior express written approval of the Owner.
Q (Low Voltage Scope and Responsibility Matrix): The Q&A responses identify a $200,000 Owner’s Allowance for low-voltage systems and state that raceways are included, but the documents still do not clearly define final responsibility for procurement, rough-in, pathways, installation interfaces, testing, commissioning, and contract treatment of the allowance. In addition, another response indicates the City may be purchasing certain technology directly outside of this solicitation. Please issue a final responsibility matrix and coordinated bid/spec/drawing language clearly defining what is owner-purchased, allowance-funded, contractor-furnished, contractor-installed, and required for EC rough-in so all bidders are pricing the same scope.
A: If any raceways, pathways, backboxes, or power rough‑ins for low‑voltage systems are not shown on the drawings, they shall be provided as part of the $200,000 Owner’s Allowance. The Contractor is only responsible for installing the raceways and pathways that are explicitly shown in the contract documents.
Q (Dugout and Backstop Final Scope Clarification): We acknowledge the prior responses stating that the dugouts are to be included in the base bid, that dugout fencing is included, that the backstop height is 16 feet unless otherwise noted, and that the backstop and dugouts are to be included in the GC cost of work. We also acknowledge the statement that these items are “designed and permitted by others,” while earlier responses indicated the design would be included in an addendum. However, the documents still do not clearly define final responsibility for design, delegated engineering, foundations, permitting, and installation requirements. Please issue the applicable drawings/details or clearly define the final contract scope so all bidders are pricing the same work.
A: For the bid purposes, we will include the dugout design previously utilized for the 17th Street ballfields.
Q (RFI # 150 Response): Mentions that GC's needs to self-perform 50% of the contract total which for this type of project that involves specialty trades which most of the GC's are not gear for or have the capability to do. We request that section/requirement 8.17 be eliminated in its entirety in order for qualified GC's to submit a competitive/responsive bid.
A: We are amending Section 8.17 to the following: No part of the Contract shall be sublet and no work shall be performed under any subcontract without the prior written approval of the proposed subcontractor by the Owner; which approval will not be given until the Contractor submits to the Owner a written statement concerning the proposed award to the subcontractor, which statement will contain such information as the Owner may require. The amount of the work that is sublet shall be limited by the condition that the Contractor shall perform with his own organization, work amounting to not less than twenty percent (20%) of the total Contract cost. Nothing in the Contract Documents shall create any contractual relationship between any subcontractor and the owner. *No assignment of the Contract may be made to any financial institution or other body without the prior express written approval of the Owner.
Q (Material Suppliers List ): If requirement 8.17 is eliminated. Please confirm that the material supplier list can be left blank, since all material purchase will be through subcontractors.
A: Please see the answer to question #234.
Q (Drawing A1 Dugout sides clarification): You stated chain link sides on the dugout for the south, east and west sides. which one of the dugouts, are you referring to as there are 2 and this request will not work for both. Are you wanting the side facing the field to remain open? It shows what looks like a door? Please clarify.
A: For the bid purposes, we will include the dugout design previously utilized for the 17th Street ballfields.
Q (Fire Alarm): Would a Potter FIRE-ALARM CONTROL UNIT, which conforms to all requirement options of listed equipment, be an acceptable substitution for this project?
A: Alternate manufacturers may be submitted in accordance with the substitution procedures.
Q (Double Layer TPO ILO Walkway Pad): Will it be an acceptable means to double layer the TPO in lieu of the specified walk pad product? This is a typical cost savings option
A: Please submit in accordance with the substitution procedures.
Q (Pre-Bid Meeting):
A: On the bid form you have a quantity column, as a rule we put lump sum, is that acceptable? The bid form will be revised.
Q (athletic equip): Section 096566 Resilient Athletic Surfacing We would like to submit a substitution request for Taraflex Recreation 60 as an approved gym floor product equal to the Tarkett product specified. Please see attached for review and consideration. Section 116623 Gymnasium Equipment We would like to submit a substitution request for Gared Performance Sports Systems (GPSS) for this section, as equal to the Porter products specified. Please see attached for review and consideration Quite a few clarifications needed related to the basketball backstops: Please confirm quantity of overhead basketball backstops needed, plans show four, specs call for 12. Specs call for fixed and folding backstops, are stationary or motorized needed? Specs call for manual operation, plans call for motorized operation and electrical plans do show per going to four backstop locations, please clarify. If motorized, specs call for side braced side folding units but plans all refer to a rear braced forward folding unit, please provide clarification. Wall pad spec calls for 6’ tall, sheet A101-B calls out a 7’ height and the are drawn at 7’ tall. Which height is correct? Wall pad spec references Vonar, this has been discontinued/obsolete for many years but could possibly indicate a CLASS A Fire Rated wall pad is required. Are CLASS A Fire Rated wall pad required? Or are bonded foam, impact rated wall pads acceptable? Please confirm only volleyball sleeves and covers are required as listed in specs? No systems/posts and net to be included? Spec calls for 8 volleyball sleeve locations. I see 3 courts/sets of game lines drawn on the plans…is there also a main court location. Please confirm correct quantity of volleyball sleeve locations. Specs included information on a divider curtain. The curtain size and location is not shown on the plans and there is no power indicated for one. Is there a divider curtain on the project? Please provide size and location if needed. Scoreboards Please provide scoreboards specs. The electrical plans show two scoreboard locations and a pair of shot clocks. Is that the correct quantity? Should shot clocks be wall mounted or mounted on each main court backboard as typical?
A: We are reviewing the submitted documentation sent through email to purchasing@stcloudfl.gov.
Q (Resilient Athletic Flooring): • We would like to submit a substitution request for Taraflex Recreation 60 as an approved gym floor product equal to the Tarkett product specified.
A: Please submit in accordance with the substitution procedures.
Q (Gym Equipment): Section 116623 Gymnasium Equipment • We would like to submit a substitution request for Gared Performance Sports Systems (GPSS) for this section, as equal to the Porter products specified.
A: Please submit in accordance with the substitution procedures.
Q (Subcontracted Work Requirement): Response to question 182 states the GC must self perform at least 20% of the work. Does that 20% have to be actual work done on the project such as concrete, steel, finishes, etc, or can the GC's general conditions, supervision, OH&P, Insurances, etc be included in the 20% self perform requirement?
A: The 20% self‑performance requirement may include onsite GC Project Management, onsite supervision, and onsite labor, as these roles directly support the execution and coordination of the work. The requirement does not include administrative overhead, home‑office management, profit, insurance, bonds, or other soft costs. Only field‑based labor and project operations performed by the GC’s own forces may be counted toward the 20%.
Q (Subcontracting Requirement): So to confirm, if a GC is planning on subcontracting 100% of the work then their bid will not be accepted?
A: Bidders must comply with Section 8.17 to be considered.
Q (RFI # 182 response. ): Do General. Conditions and General Requirements count towards the 20 % or just actual self-performed work.
A: The 20% self‑performance requirement may include onsite GC Project Management, onsite supervision, and onsite labor, as these roles directly support the execution and coordination of the work. The requirement does not include administrative overhead, home‑office management, profit, insurance, bonds, or other soft costs. Only field‑based labor and project operations performed by the GC’s own forces may be counted toward the 20%.
Q (Baseball Field): How are we to price the dugouts and backstop if they are designed and permitted by others? We need a design in order to properly price this.
A: For the bid purposes, we will include the dugout design previously utilized for the 17th Street ballfields.
Q (Gym equipment and athletic surface): ection 096566 Resilient Athletic Surfacing We would like to submit a substitution request for Taraflex Recreation 60 as an approved gym floor product equal to the Tarkett product specified. Please see attached for review and consideration. Section 116623 Gymnasium Equipment We would like to submit a substitution request for Gared Performance Sports Systems (GPSS) for this section, as equal to the Porter products specified. Please see attached for review and consideration Quite a few clarifications needed related to the basketball backstops: o Please confirm quantity of overhead basketball backstops needed, plans show four, specs call for 12. o Specs call for fixed and folding backstops, are stationary or motorized needed? o Specs call for manual operation, plans call for motorized operation and electrical plans do show per going to four backstop locations, please clarify. o If motorized, specs call for side braced side folding units but plans all refer to a rear braced forward folding unit, please provide clarification. Wall pad spec calls for 6’ tall, sheet A101-B calls out a 7’ height and the are drawn at 7’ tall. Which height is correct? Wall pad spec references Vonar, this has been discontinued/obsolete for many years but could possibly indicate a CLASS A Fire Rated wall pad is required. Are CLASS A Fire Rated wall pad required? Or are bonded foam, impact rated wall pads acceptable? Please confirm only volleyball sleeves and covers are required as listed in specs? No systems/posts and net to be included? Spec calls for 8 volleyball sleeve locations. I see 3 courts/sets of game lines drawn on the plans…is there also a main court location. Please confirm correct quantity of volleyball sleeve locations. Specs included information on a divider curtain. The curtain size and location is not shown on the plans and there is no power indicated for one. Is there a divider curtain on the project? Please provide size and location if needed. Scoreboards Please provide scoreboards specs. The electrical plans show two scoreboard locations and a pair of shot clocks. Is that the correct quantity? Should shot clocks be wall mounted or mounted on each main court backboard as typical?
A: Please submit in accordance with the substitution procedures.
Q (Operation and Maintenance Manuals): I am writing regarding the closeout procedures outlined in Section 017700, 1.6.B, which requires the submission of operation and maintenance service agreements prior to substantial completion. Typically, these documents require significant time to compile and are submitted by the final completion date. Furthermore, as warranties generally take effect on the date of substantial completion, we require clarification on the requirement for trades to provide them before this milestone is reached. Given the daily liquidated damages of $5,021.00, this is a critical matter for the project schedule. Please advise.
A: Include them as part of the submittal items at the beginning of the project and just leave the start date open.
Q (Q&A #20): According to Q&A #20, a portion of the sitework will need to be completed after the modular building is removed after the building is completed and occupied. This will require attaining substantial completion and C.O. on the building itself without the full completion of the sitework. Therefore, the final site as-built will need to be completed as submitted after 100% site completion with the building already being occupied. With $5,021.00 in daily liquidated damages, this is a critical issue. Please advise.
A: Gaining the substantial completion on the building should not dictate the overall completeness of the project. Substantial completion will be gauged upon the entire scope of work of the project, not just the building.
Q (Resilient Athletic Surfacing): We would like to submit a substitution request for Taraflex Recreation 60 as an approved gym floor product equal to the Tarkett product specified.
A: Alternate manufacturers may be submitted in accordance with the substitution procedures.
Q (Gymnasium Equipment): We would like to submit a substitution request for Gared Performance Sports Systems (GPSS) for this section, as equal to the Porter products specified.
A: Alternate manufacturers may be submitted in accordance with the substitution procedures.
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.