city of st. petersburg · 2015-05-16 · plans, specifications and ... builder’s risk insurance....

34
.... Sit. petersburg lIvww.stpete.org CITY OF ST. PETERSBURG ENGINEERING & CAPITAL IMPROVEMENTS DEPARTMENT Woodlawn P.A.L. Facility Interior Egress Improvements ST. PETERSBURG, FLORIDA PROJECT NO. 11227-017 Plans, specifications and details governing the Work to be accomplished under Project No. 11227-017 have been prepared for the City of St. Petersburg by Engineering & Capital Improvements Department, One Fourth Street North, St. Petersburg, Florida, 33701, by Aude Smith Architecture, AlA, 748 Broadway, Dunedin, Florida, 33764 and consist of Drawing Nos. 10941-1 through 10941-16 dated March 24,2014. All communication pertaining to this project shall carry the reference, "CITY PROJECT NO. 11227-017" Thomas B. Gibson, P.E. Engineering & Capital Improvements Director

Upload: lequynh

Post on 18-Jun-2018

216 views

Category:

Documents


0 download

TRANSCRIPT

  • ~.

    ~ ~....

    Sit.petersburglIvww.stpete.org

    CITY OF ST. PETERSBURG

    ENGINEERING & CAPITAL IMPROVEMENTS DEPARTMENT

    Woodlawn P.A.L. Facility

    Interior Egress Improvements

    ST. PETERSBURG, FLORIDA

    PROJECT NO. 11227-017

    Plans, specifications and details governing the Work to be accomplished under Project No. 11227 -017 have been prepared for the City of St. Petersburg by Engineering & Capital Improvements Department, One Fourth Street North, St. Petersburg, Florida, 33701, by Aude Smith Architecture, AlA, 748 Broadway, Dunedin, Florida, 33764 and consist of Drawing Nos. 10941-1 through 10941-16 dated March 24,2014.

    All communication pertaining to this project shall carry the reference, "CITY PROJECT NO. 11227-017"

    Thomas B. Gibson, P.E.

    Engineering & Capital Improvements Director

    http:lIvww.stpete.org

  • APPROVED AS TO CONTENT

  • Woodlawn P.A.L. Facility Interior Egress Improvements Project No. 11227-017

    CITY OF ST. PETERSBURG, FLORIDA

    Approved on the assumption that the INSTRUCTIONS TO BIDDERS, EXECUTION OF THE CONTRACT, GENERAL CONDITIONS, PROPOSAL, AGREEMENT, SMALL BUSINESS ENTERPRISE, BID BOND, and PUBLIC CONSTRUCTION BOND FORMS are the latest approved versions with the only variation being in the SUPPLEMENTAL INSTRUCTIONS TO BIDDERS and SUPPLEMENTAL EXECUTION OF THE CONTRACT, which I have read and approved. These were the only CONTRACT STANDARDS SUPPLEMENTAL that were included. I assume a CERTIFICATE OF INSURANCE form will be included. No opinion is offered on the TECHNICAL SPECIFICATIONS.

    By: __~~~______~__~____~__________

  • TABLE OF CONTENTS

    SUPPLEMENTAL CONTRACT STANDARDS 1

    Woodlawn P.A.L. Facility Interior Egress Improvements Project No. 11227-017

    SUPPLEMENTAL INSTRUCTIONS TO BIDDERS

    SIB-1 Contract Completion Time SIB-2 Subletting of Contract SIB-3 Applicable SBE Percentage

    SUPPLEMENTAL EXECUTION OF CONTRACT

    SEC-1 Builders Risk Insurance

  • TABLE OF CONTENTS TS-1

    Woodlawn P.A.L. Facility

    Interior Egress Improvements Project No. 11227-017

    Technical Specifications

    SECTION 1 GENERAL

    1.01 LOCATION OF THE WORK SITE AND ACCESS 1.02 SCOPE OF WORK 1.03 ESTIMATED QUANTITIES 1.04 FIELD ENGINEERING 1.05 SAFEGUARDING SURVEY MARKS 1.06 PROJECT START TIME 1.07 MATERIALS AND EQUIPMENT 1.08 MANUFACTURER 1.09 EQUIVALENT QUALITY 1.10 MAINTENANCE OF STORM DRAINAGE SYSTEM 1.11 SPILL OR DISCHARGE OF WASTEWATER OR RECLAIMED WATER 1.12 SEQUENCE OF OPERATION 1.13 PERMITS 1.14 PROJECT SIGN 1.15 MOBILIZATION 1.16 SOIL BORING DATA 1.17 SALVAGED MATERIALS 1.18 FACILITY SECURITY

    SECTIONS 2 THROUGH 19 NOT USED

    SECTION 20 PAY ITEM DESCRIPTIONS

    20.01 EXPLANATION AND DEFINITIONS 20.02 PAY ITEM DESCRIPTIONS

  • TABLE OF CONTENTS 1

    Woodlawn P.A.L. Facility

    Interior Egress Improvements

    Project No. 11227-017

    Proposal, Agreement, Bid Bond, Public Construction Bond

    and Small Business Enterprise (SBE) Forms

    PAGE

    Proposal 1

    Pay Items 2

    Bid Security and Bidder Information 3

    Questionnaire 4 - 8

    Public Entity Crimes 9 - 10

    Agreement 1 - 2

    Bid Bond 1 - 2

    Public Construction Bond 1 - 5

    Small Business Enterprise (SBE) Forms

    Letter of Intent to Perform as a Certified SBE Subcontractor

    Summary Listing of Reasons for Non-Use

    Certification City of St. Petersburg Business Assistance Center SBE Solicitation

    SBE Good Faith Efforts Questionnaire Evaluation Criteria

  • CONTRACT STANDARDS: SUPPLEMENTAL

  • SUPPLEMENTAL INSTRUCTIONS

    TO BIDDER

  • Contract Standards Supplemental Instructions to Bidders

    Woodlawn P.A.L. Facility Interior Egress Improvements

    Project No. 11227-017

    SUPPLEMENTAL INSTRUCTIONS TO BIDDERS In cases where this section and the standard Contract Standards Instruction to Bidders do not agree, this section, the Supplemental Instructions to Bidders will govern. SIB-1 Article I-2.4 - Contract Completion Time Add the following text to this Article: The project site will be available to the contractor for a period of time not-to-exceed one hundred and twenty (120) calendar days to perform the work included in this contract. The contractor will perform and complete all the work, including final inspection, during his period of time. SIB-2 Article I-13, 13.2 - Subletting of Contract Delete the text contained in this article and include the following text:

    It is a requirement of this Contract that the Contractor must perform at least 25% of the Work called for under this contract with the Contractors own forces. It is also required that subcontractors utilized under this Contract must perform at least 25% of the Work subcontracted to them with their own forces. Prior to final payment for the Work, the Contractor will be required to furnish an affidavit substantiating the above.

    SIB-3 Article I-14, 14.4 - Applicable SBE Percentage Article I-14 Small Business Enterprise Program; Sub Article 14.4 Participation by SBE Contractors and Subcontractors; fourth line Delete SBE: ______% and Replace with SBE: 20%.

  • SUPPLEMENTAL EXECUTION

    OF CONTRACT

  • Contract Standards Supplemental Execution of Contract

    Woodlawn P.A.L. Facility Interior Egress Improvements

    Project No. 11227-017

    SUPPLEMENTAL EXECUTION OF CONTRACT n cases where this section and the standard Contract Standards Instruction to Bidders do not agree, this section, the Supplemental Instructions to Bidders will govern. SEC-1 Article E-2, 2.6 - Builders Risk Insurance Article E-2- Insurance and Indemnification, Sub Article 2.6 Builders Risk Insurance; Builders Risk Insurance __IS___ applicable for this project.

  • TECHNICAL SPECIFICATIONS

  • Technical Specifications

    Section 1 General

    Woodlawn P.A.L. Facility

    Interior Egress Improvements

    Project No. 11227-017

    SECTION 1 GENERAL

    1.01 LOCATION OF THE WORK SITE AND ACCESS

    The Project is for the Woodlawn P.A.L. Facility located at 1450 16th Avenue North, St. Petersburg, Florida, 33704. Access to the Work site shall be over public streets and rights-of-way. Any damage to existing pavement or other surface improvements, attributable to the Contractor's activities, shall be restored to like-new condition by the Contractor at the Contractor's expense.

    1.02 SCOPE OF WORK The essential portions of the proposed Work for the Project are summarized as follows: Single award contract for the complete construction work; including civil, architectural, structural, plumbing, mechanical, electrical and all other work shown in the Contract Documents. Estimated quantities and Contract Pay Items are listed in the Proposal.

    1.03 ESTIMATED QUANTITIES The estimated quantities listed in the Proposal for the various Contract Pay Items shall be used for the purposes of comparing bids and determining amounts for which the bid and performance bonds shall be furnished. Certain estimated quantities listed are greater than the quantities required to complete the Work as shown on the Plans. The greater quantities and quantities of work items not shown may be for contingent work; compensation for contingent work will be made if required and approved by the Engineer. The City reserves the right to vary the estimated quantities or to delete the Work and the corresponding Contract Pay Items from the Contract. The Contractor will be compensated for Work actually performed as indicated on the Plans, in the Specifications, or authorized by the Engineer, all in accordance with the unit prices and lump sum prices contained in the Proposal. The bidder shall quote in the Proposal a unit or lump sum price for which he will perform the Work for each of the Contract Pay Items.

    1.04 FIELD ENGINEERING The Contractor shall establish and provide all vertical and horizontal control points for this Project including benchmarks. The Contractor shall provide the field layout surveying necessary to properly construct the Work from City-furnished control points or reference points indicated on the Plans. All field layout surveying shall be performed under the supervision of a Professional Land Surveyor (Chapter 472, Florida Statutes). The Contractor shall submit the name and registration number of said Surveyor as directed by the Engineer. The Engineer reserves the right to check all survey staking and to require adjustments or re-staking by the Contractor in the event that conflicts or errors are detected. Water pressure pipelines that are 8-inch or less diameter shall be installed with the required cover using horizontal control stakes provided by the Contractor. Storm drains, sanitary sewers, sanitary pressure pipelines, and water pressure pipelines greater than 8-inch diameter shall be installed using an approved method for line and grade control.

    1-1

  • Technical Specifications

    Section 1 General

    Woodlawn P.A.L. Facility

    Interior Egress Improvements

    Project No. 11227-017

    Methods for line and grade control shall be submitted to the Engineer for approval, as specified for shop drawings. Sketches shall be provided by the Contractor showing vertical adjustment necessary for pressure pipelines to adequately clear storm drains and other utilities, unless otherwise shown on the Plans.

    1.05 SAFEGUARDING SURVEY MARKS The Contractor shall safeguard all existing property monuments, benchmarks, and other survey marks adjacent to and within the Project limits, and shall bear the cost of re-establishing them if disturbed or destroyed.

    1.06 PROJECT START TIME A. Charging of Contract Time will begin on the first (1st) calendar day after issuance of the

    Notice to Proceed or on the actual day that the Contractor commences Work at the site, whichever is the earlier. Suspension of Contract Time shall be requested in the manner set forth in the General Conditions article headed "Changes in the Work," subsection headed "Changes in Contract Time," and shall include:

    1. Manufacturer's signed affidavit. 2. Number of calendar days requested (not to exceed above maximum). 3. Reasons Contract Time must be extended. 4. Stipulation of all Work, including Schedule, which is to be performed during the grace

    period. 5. Indication of what insurance and bonds will be active.

    B. Documentation shall be presented to the City prior to, or during, the Preconstruction

    Conference. C. It may be possible that certain Work items can be accomplished by the Contractor prior to

    receipt of the custom equipment or materials if, in the opinion of the Engineer, City use of the facility is not impacted.

    D. Failure of the Contractor to substantively obtain the custom equipment or materials, if

    through no fault of the City, will not be justification for extending the Contract Time extension beyond the above maximum duration.

    1.07 MATERIALS AND EQUIPMENT Only "Asbestos-Free" materials shall be incorporated into the Work, unless the Technical Specifications specifically call for otherwise. Material suspected of being Regulated Asbestos Containing Material (RACM), includes but is not limited to: thermal and acoustic insulation, joint compound, mastic, adhesive, vinyl floor tile and sheeting, ceiling tile, plaster, wall board, roofing felt, and shingle. Shop drawings for material or equipment suspected of being RACM shall list all contents, shall be noted "Asbestos-Free," and shall be screened by the Contractor prior to submittal to confirm that it is "Asbestos-Free." All materials delivered to the Project site shall have been approved through the shop drawing procedure and shall be in their original labeled and unopened containers.

    1-2

  • Technical Specifications

    Section 1 General

    Woodlawn P.A.L. Facility

    Interior Egress Improvements

    Project No. 11227-017

    In the event that asbestos-containing material installed by the Contractor is discovered either during construction, following completion of construction, or following acceptance of the Contract Work by the City and closeout of the Contract, it will be the responsibility of the Contractor to pay all costs incurred to remove and replace those materials, including repair or replacement of all adjacent materials which are affected by the abatement process.

    1.08 MANUFACTURER The names of proposed manufacturers, manufacturers' representatives, suppliers, and dealers who are to furnish materials, fixtures, equipment, appliances, or other fittings, shall be submitted by the Contractor to the Engineer for approval in accordance with the General Conditions article headed "Shop Drawings and Submittals" to afford proper investigation and checking. Such approval must be obtained before Shop Drawings will be accepted for review. No manufacturer will be approved for any materials to be furnished under this Contract unless the manufacturer is of good reputation and has a plant of ample capacity. The Contractor shall, upon the request of the Engineer, be required to submit evidence that the manufacturer has manufactured a product similar to the one specified and that the product has been used for a like purpose for a sufficient length of time to demonstrate its satisfactory performance. All transactions with the manufacturer and subcontractors shall be through the Contractor. Any two or more pieces of material or equipment of the same kind, type, or classification and being used for identical types of service, shall be made by the same manufacturer.

    1.09 EQUIVALENT QUALITY In the Contract Documents, whenever an article, material, apparatus, equipment, or process is called for by trade name or by name of a patentee, manufacturer, or dealer, or by reference to catalog of a manufacturer or dealer, it shall be understood as intending to mean and specify the article, material, apparatus, equipment, or process designated, or any equal thereto in quality, finish, design, efficiency, and durability, and equally serviceable for the purposes for which it is intended. Whenever material or equipment is submitted for approval as being equal to that specified, the submittal shall include sufficient information and data to demonstrate that the material or equipment conforms to the Contract requirements. The decision as to whether or not such material or equipment is equal to that specified shall be made by the Engineer. Upon rejection of any material or equipment submitted as the equivalent of that specifically named in the Contract, the Contractor shall immediately proceed to furnish the designated material or equipment. Neither the approval by the Engineer of alternate material or equipment as being equivalent to that specified, nor the furnishing of the material or equipment specified, shall in any way relieve the Contractor of responsibility for failure of the material or equipment, due to faulty design, material, or workmanship, to perform the functions required of them by the Contract Documents.

    1.10 MAINTENANCE OF STORM DRAINAGE SYSTEM The Contractor shall be responsible at all times to maintain the operation of existing stormwater facilities, or, when existing stormwater facilities are removed, to provide equivalent capacity alternate forms of stormwater removal adequate to prevent upstream flooding in excess of existing conditions.

    1-3

  • Technical Specifications

    Section 1 General

    Woodlawn P.A.L. Facility

    Interior Egress Improvements

    Project No. 11227-017

    This responsibility shall include the installation of temporary connections, bypass pumping, or other temporary means necessary until the new drainage system is fully operational.

    1.11 SPILL OR DISCHARGE OF WASTEWATER OR RECLAIMED WATER The discharge of wastewater or effluent (reclaimed water) into waters of the State and/or into canals, ditches, and ponds that are connected to waters of the State is prohibited. Any spill or discharge of wastewater or reclaimed water shall be immediately reported to the Engineer, the Citys Wastewater Collection System Manager (892-5612), and the Citys Emergency Dispatch Center (893-7261). In the event of a spill or discharge, the Contractor shall immediately control, contain, and stop the spill or discharge and shall repair any damage to the Citys facilities. The Contractor shall be responsible for any penalties and costs charged to the City by the FDEP and for all costs incurred by the City as a result of the Contractors actions or as a result of the Contractors negligence.

    1.12 SEQUENCE OF OPERATION

    A. General It is essential that any Project Work be sequenced to minimize obstruction of normal daily activities.

    The Contractor shall include in the Project Schedule a Sequence of Operations conforming to the following order:

    1. Store equipment and materials at locations and in a manner approved by the Engineer. 2. Confine work and personnel to designated areas in accordance with the Specifications. 3. Clean up work areas daily so as to present a safe and neat appearing work site.

    B. Utility Companies may be present on the Work site adjusting their facilities and installing new

    facilities. The Contractor's work shall be scheduled in such a manner as to minimize conflicts with various utility companies.

    C. The Contractor shall clean up the site for each phase of Work in accordance with the Contract

    Documents before proceeding to a subsequent phase of Work, unless otherwise approved by the Engineer.

    D. No Time Extension

    If the Engineer orders the construction, or a phase of construction, to be stopped due to the Contractor's neglect to adhere to the Sequence of Operations as outlined herein, the Stop Work Order shall not constitute a basis for extension of time.

    D. Sequence of Construction- To be determined by Contractor for the approval of the City Engineer.

    1.13 PERMITS Construction projects performed for the City will require licenses and permits in the same manner as private construction projects within the City.

    1-4

  • Technical Specifications

    Section 1 General

    Woodlawn P.A.L. Facility

    Interior Egress Improvements

    Project No. 11227-017

    City permit will be required for tree removal. The Contractor shall secure such permit(s) at his own expense (the City's Urban Forester can be contacted at 727/893-7472). The Contractor shall secure, at his expense, all licenses and permits, and shall comply with all applicable laws, regulations, and codes as required by the State of Florida and/or the City of St. Petersburg. The permit fee schedule for the general construction, grounds improvement, electrical, plumbing, mechanical, and other Work is on file at the City Construction Services and Permitting Division, Municipal Services Center, One Fourth Street North, St. Petersburg, Florida, (727/893-7231). City permits for this Project will include: Building Fire Electrical Mechanical

    1.14 PROJECT SIGN

    The City shall furnish the Project sign. The Contractor shall erect the sign and maintain it for the duration of the Project. The Contractor shall mount the sign using 4-inch pressure treated lumber or as approved by the Engineer, and other supports as required, at a location mutually agreed by the Engineer and the Contractor. If the sign becomes unusable due to damage, vandalism, or any means other than Contractor activity, the City will furnish a replacement sign at no cost to the Contractor. If the sign is damaged by Contractor activity, the Contractor shall replace the sign in-kind at no additional cost to the City.

    Payment for installing and maintaining the Project sign shall be incidental to construction costs of the Project for the duration of the Contract. The sign will remain the property of the City upon completion of the Project. No sign other than as shown on the Plans and/or as specified, either by the Contractor, any subcontractor, or any material supplier, will be allowed on the Project site.

    1.15 MOBILIZATION Mobilization shall include all preparatory work and operations necessary to begin the Project, including moving of personnel, equipment, plant, and all else necessary to commence work. The cost of bonds, insurance, shop drawings, and preconstruction expenses shall also be included. If a separate Pay Item is included for mobilization, payment will be as specified for that Pay Item. If no Pay Item is included, costs for mobilization shall be included with the costs for the major Work items included in the Proposal.

    1.16 SOIL BORING DATA Soil boring data, including groundwater elevations or conditions, are available for bidder's inspection at the offices of the City Engineering Department. These data are presented only as information that is available which indicates certain conditions found and is limited to the exact locations on the dates indicated.

    1-5

  • Technical Specifications

    Section 1 General

    Woodlawn P.A.L. Facility

    Interior Egress Improvements

    Project No. 11227-017

    1.17 SALVAGED MATERIALS The Contractor shall not proceed with demolition of existing materials or equipment without approval from the Engineer for the method of disposal. All materials which are not returned to the City yard shall be disposed in an approved disposal site. The Engineer may request confirmation of the site's approval for disposal of the specific materials. Salvaged materials shall be loaded on Contractor trucks and returned to the City Utilities Complex Yard, 1635 Third Avenue North. The City will designate the specific location at the yard for placement of salvaged materials by the Contractor. The following materials shall be removed and returned by the Contractor: A. Fire hydrants, manhole frames and covers, inlet grates, and concrete catch basin covers shall

    be salvaged and each placed in a designated location at the City yard. B. Granite curb shall be salvaged, individually unloaded, and neatly placed at a designated

    location in the City yard. C. Red paving brick (free of asphalt) and sidewalk hexblock shall be palletized on City-furnished

    pallets and delivered to the City yard. D. Asphalt millings shall be transported to the City yard and dumped in a pile at a designated

    location in the City yard.

    1.18 FACILITY SECURITY Prior to allowing an employee to perform work at a Work site on City property, the Contractor shall conduct a thorough background check for and submit to the Engineer an affidavit certifying that each employee working for the Contractor and each of the Contractors sub-contractors at the Work site: 1. Is not on the FBIs list of suspended terrorists, 2. Does not have any outstanding arrest warrants, 3. Has never been convicted of a First (1st) or Second (2nd) Degree felony, and 4. Is not considered a habitual offender, i.e. has not been convicted of two or more felony or first (1st) degree misdemeanor offenses within any five (5) year period after the employees eighteenth (18th) birthday. A list of the certified workers shall be provided to the Engineering Inspector along with the cell phone number of the Contractors representative responsible for those employees. At any time the City may request to view the background checks of individuals working at the site. The requested information shall be made available for viewing as soon as possible, but no later than twenty four (24) hours after the request. If the Contractor fails to provide the requested documentation, the individual(s) in question will not be allowed to continue work until the appropriate documentation has been received. The Contractor shall not be allowed an extension of the Contract Time due to any delay in the performance of the Work attributable to a workers inability to perform Work due to a background check being unavailable for inspection. The failure of the Contractor to submit an appropriate affidavit or the submission of an affidavit containing false information shall be considered a substantial violation of the terms of the provisions of the Contract Documents and shall provide a basis for termination of the Contract.

    1-6

  • Technical Specifications Sections 2 through 19

    Woodlawn P.A.L. Facility Interior Egress Improvements

    Project No. 11227-017

    SECTIONS 2 THROUGH 19 -- NOT USED

  • Technical Specifications

    Section 20 - Pay Item Descriptions

    Woodlawn P.A.L. Facility

    Interior Egress Improvements

    Project No. 11227-017

    20-1

    SECTION 20 - PAY ITEM DESCRIPTIONS

    20.01 EXPLANATION AND DEFINITIONS

    The following explanation of the measurement and payment for the Bid form items is made for information and guidance. The omission of reference to any item in this description shall not, however, alter the intent of the Bid form or relieve the Contractor of the necessity of furnishing such as part of the Contract. The City will not allow for additional compensation beyond those Pay Items included in the Proposal. It is important therefore that all Bidders fully acquaint themselves with all Plans, Specifications, City Standard Details, and other details pertaining to the Work. Work not shown or called out in either the Plans or the Specifications, but necessary in carrying out the intent of the Project or in the complete and proper execution of the Work, is required and shall be performed by the Contractor as though it were specifically delineated or described. No additional compensation will be considered for this associated and necessary Work.

    20.02 PAY ITEM DESCRIPTIONS

    Pay Item No. 1 Woodlawn P.A.L. Facility Interior Egress Improvements No measurement shall be made for this Pay Item. Payment will be made at the lump-sum price indicated in the Proposal to provide a complete task that includes all required mobilization/demobilization, labor, material, equipment, rentals, services, bonds, insurances, staging, on-site and off-site cleaning/sweeping, preparations, and incidentals, complete as shown on the Plans, as specified and as directed by the Engineer to complete the required portions of the proposed Work for the Project as summarized in SECTION1 GENERAL of the Technical Specifications.

    Pay Item No. 2 Allowance for Permit Costs The Proposal includes an allowance for reimbursement of permit costs to the General Contractor. Any amount of extra work and/or alterations to the proposed Work charged to the allowance shall be fully documented and authorized by the Engineer.

    Pay Item No. 3 Allowance for Unforeseen Conditions

    The proposal includes an allowance for unforeseen or unanticipated conditions that were not specifically identified in the Contract Documents. Any amount of extra Work and/or alteration the proposed Work charged to the allowance shall be fully documented and authorized by the Engineer as follows. A. The Contractor shall include in the Contact Total Price the allowance so named in the

    Proposal form.

    B. The Contractor shall not proceed on any additional Work to be covered by the allowance until authorized in writing by the Engineer.

    C. The Contractor shall cause the Work so covered to be done by such subcontractors or

    suppliers, and for such sum within the limit of the allowance as authorized by the Engineer.

  • Technical Specifications

    Section 20 - Pay Item Descriptions

    Woodlawn P.A.L. Facility

    Interior Egress Improvements

    Project No. 11227-017

    20-2

    D. The allowance shall not be used for incidental Work shown on the Plans or specified in the

    Contract Documents, or for other work required to render the Project complete.

  • PROPOSAL, BID BOND, AGREEMENT &

    PUBLIC CONSTRUCTION BOND

  • P R O P O S A L

    To The Mayor City of St. Petersburg, Florida

    The undersigned, as Bidder, hereby declares that the only person or persons interested in the Proposal as principal or principals is or are named herein, and that no other person than herein mentioned has any interest in this Proposal or in the Contract to be entered into; that this Proposal is made without connection with any other person, company, or parties making a Bid or Proposal; that it is in all respects fair and in good faith without collusion or fraud. The Bidder further declares that he has examined the site of the Work and informed himself fully in regard to all conditions pertaining to the place where the Work is to be done; that he has examined the Plans and Specifications for the Work and Contract Documents relative thereto, and has read all special provisions furnished prior to the opening of Bids; that he has satisfied himself relative to the Work to be performed. The Bidder further declares that he has accurately responded to all questions on the Questionnaire section of this Proposal and has the specified pre-qualifications. The Bidder proposes and agrees, if this Proposal is accepted, to Contract with the City of St. Petersburg, Florida, in the form of Contract specified for

    Woodlawn P.A.L. Facility Interior Egress Improvements

    St. Petersburg, Florida, Project No. 11227-017, in full and complete accordance with the shown, noted, described, and reasonably intended requirements of the plans, specifications, and contract documents to the full and entire satisfaction of the City of St. Petersburg, Florida.

    (1)

  • Project No. 11227-017

    Proposal

    Item Estimated ($) ($)

    No. Description Quantity Unit Unit Price Total Price

    1

    Woodlawn P.A.L. Facility Interior

    Egress Improvements 1 LS -$ -$

    2 Allowance for Permit Costs 1 LS 2,000.00$ 2,000.00$

    3

    Allowance for Unforeseen

    Conditions 1 LS 10,000.00$ 10,000.00$

    Contract Base Bid: 12,000.00$

    Woodlawn P.A.L. Facility

    Interior Egress Improvements

    The Bidder proposes to furnish all material and equipment and perform all Work for the following prices:

    The Bidder shall provide unit prices in the yellow spaces provided:

    Bidder's/Company Name

    2

  • Project No. 11227-017

    PROPOSAL

    The Bidder further proposes and agrees to commence Work under this Contract within ten (10) consecutive calendar days after the date contained in the written Notice to Proceed and to fully complete all Work under this Contract within the time specified in the Agreement from (and including) the date contained in the written Notice to Proceed. The undersigned further agrees that, in case of failure on his part to execute the said Contract and the bond within ten (10) consecutive calendar days after written Notice of Award of the Contract, the check or Bid Bond accompanying this Bid, and the monies payable thereon, shall be paid into the funds of the City of St. Petersburg, Florida, as liquidated damages for such failure; otherwise, the check or Bid Bond accompanying this Proposal shall be returned to the undersigned. Attached hereto is a certified check, cashiers check or Bid Bond in the amount of: _________________________________Dollars ($__________) or _______Percent (_____%) made payable to the City of St. Petersburg, Florida

    (Seal) Address: __________________________________ Company __________________________________ __________________________________ By ________________________________________ (Name and Title) FAX #: (_____)____________________________ Corporation No.:_____________________________ Phone: (_____)____________________________ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _

    (Signature) The full names, titles and residences of persons and firms interested in the foregoing Bid, as principals, are as follows: __________________________________________________________________________________

    Name Title Residence Address __________________________________________________________________________________

    Name Title Residence Address __________________________________________________________________________________

    Name Title Residence Address Date: _______________________

    (3)

  • A G R E E M E N T

    THIS AGREEMENT, made and entered into on the ______ day of _______________, 20____, by and between ___________________________________________, party of the first part and the City of St. Petersburg, Florida, party of the second part. WITNESSETH: That the first party, for the consideration hereinafter fully set out hereby agrees with the second party as follows:

    a) That the first party shall furnish all material and perform all of the work for:

    Woodlawn P.A.L. Facility Interior Egress Improvements

    St. Petersburg, Florida, Project No. 11227-017, and in full and complete accordance as provided by the following enumerated Plans, Specifications, and Documents which are made a part hereof as if fully contained herein:

    Proposal Agreement Instructions to Bidders Public Construction Bond Execution of the Contract Certificates of Insurance General Conditions Addenda Technical Specifications Appendix Bid Bond Advertisement for Bids Plans

    b) That the Bidder proposes and agrees to commence Work under this Contract within ten

    (10) consecutive calendar days after the date contained in the written Notice to Proceed, and to fully complete all Work under this Contract within one hundred and twenty (120) consecutive calendar days from (and including) the date contained in the Written Notice to Proceed.

    c) The second party hereby agrees to pay at the time and in the manner set forth in the

    Specifications to the first party for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Proposal, in lawful money of the United States, the price set forth in the Proposal ($______________) heretofore submitted to the City by the Contractor, a copy of said Proposal being a part of these Contract Documents.

    d) It is mutually agreed between the parties hereto that time is of the essence in this

    Contract, and in the event that the Work is not completed within the time stipulated, it is further agreed that from the compensation otherwise to be paid to the Contractor, the second party may retain the amount specified in Article G-3, LIQUIDATED DAMAGES, of the General Conditions, for each calendar day that the Work remains incomplete beyond the time limit, which sum shall represent the actual damages which the Owner will have sustained per day by failure of the Contractor to complete the Work within the time stipulated, and this sum is not a penalty, being the stipulated damages the second party will have sustained in event of such default by first party.

    (1)

  • Project No. 11227-017

    e) It is further mutually agreed between the parties hereto that, if at any time after the execution of said Agreement and the Public Construction Bond hereto attached for its faithful performance, the second party shall deem the Surety or sureties upon such Public Construction Bond to be unsatisfactory or, if for any reason such bond ceases to be adequate to cover the performance of the Work, the first party shall, at its expense within ten (10) days after the receipt of notice from the second party so to do, furnish an additional bond or bonds in such form and amount, and with such Surety or sureties as shall be satisfactory to the second party. In such event, no further payment to the first party shall be deemed to be due under the Agreement until such new or additional security for the faithful performance of the Work shall be furnished in a manner and form satisfactory to the second party.

    f) When the Work to be accomplished under this Contract has been completed in

    accordance with the Plans and Specifications and accepted by the City of St. Petersburg, it is mutually agreed and understood that the Contractor, together with his Surety, shall fully and unconditionally guarantee for a period of not less than one (1) year from date of final acceptance of Work by the City, all materials and labor (workmanship) incorporated in this project. (This guarantee shall be exclusive of any manufacturers guarantees or warranties exceeding this period).

    IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and date first above written in two (2) counterparts, each of which shall, without proof or accounting for the other counterpart, to be deemed an original contract. ______________________________________________ (Company Name) By: ___________________________________ (Signature of Corporate Officer) (Seal) ______________________________________ (Print or Type Name & Title)

    ATTEST:

    _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ (Corporate Secretary) CITY OF ST. PETERSBURG, FLORIDA APPROVED AS TO FORM:

    By: _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ City Clerk (Designee)

    _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ By: _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ Procurement and Supply Management Director City Attorney (Designee) ____________________________ Date

    (2)

  • PUBLIC CONSTRUCTION BOND

    Bond #________________ (STATE OF FLORIDA) (COUNTY OF ___________) (CITY OF_______________) KNOW ALL MEN BY THESE PRESENTS: That we,__________________________________________(hereinafter called the "Principal"), (Name of Corporation, Partnership, or LLC) located at ________________________________________, (____)_____________________, (Principal Business Address) (Phone Number) and ______________________________________________ (hereinafter called the Surety), (Surety Name) located at ________________________________________________, (___) ______________, (Surety Business Address) (Phone Number) are held and firmly bound unto the City of St. Petersburg, Florida (hereinafter called the "City") located at One 4th Street North, St. Petersburg, FL 33701, phone: (727) 893-7220, in the penal sum of: $______________ for the payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally, for the faithful performance of a certain written construction agreement, dated the _____ day of _____________, 20___, entered into between the Principal and the City (Contract) for:

    Project No. 11227-017 Woodlawn P.A.L. Facility Interior Egress Improvements

    The Project is for the Woodlawn P.A.L. Facility located at 1450 16th Avenue North, St. Petersburg, Florida, 33704. NOW, THEREFORE, THE CONDITIONS of this bond are such that, if the Principal shall (i) in all respects comply with the terms and conditions of the Contract (the Contract being made a part of this bond by reference), including but not limited to the guarantee and warranty requirements, all obligations contained in the Contract Documents (as defined in the Contract) and all modifications made to the Contract as therein provided, for the original term of the Contract and any extensions which may be granted by the City, with or without notice to the Surety; and (ii) promptly make payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying labor, materials, or supplies used directly or indirectly in the prosecution of the work provided for in the Contract; and (iii) pay the City all losses, damages, liquidated damages, expenses, costs, and attorneys fees at trial and on appeal sustained by the City due to a default by Principal under the Contract; and (iv) fulfill its obligations related to the guarantee and warranty of all work and materials furnished under the Contract pursuant to the terms and conditions specified in the Contract, then this bond shall be void; otherwise, it shall remain in full force. This bond is meant to comply with all the requirements of Section 255.05, Florida Statutes, and herewith incorporates all duties of a surety required by Section 255.05, Florida Statutes, and all notice and time limitation provisions set forth in Sections 255.05(2) and 255.05 (10), Florida Statutes. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions set forth in Sections 255.05(2) and 255.05(10), Florida Statutes.

    1

  • The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the specifications. IN TESTIMONY WHEREOF, the hands and seals of the parties hereto this ____ day of ______________, 20____.

    (Principal Name)

    BY: (Signature)

    (Print or Type Name and Title)

    SURETY NAME

    BY: Attorney-in-Fact

    (Print or Type Name)

    (Florida license # of Attorney-in-Fact)

    Attest and Impress Principals seal or check the checkbox below. ATTEST: BY: (Signature)

    (Print or Type Name)

    Principal has no seal. (If checked, signature of Witness 1 and Witness 2 needed)

    WITNESS 1: BY: (Signature)

    (Print or Type Name)

    WITNESS 2: BY: (Signature)

    (Print or Type Name)

    Countersignature of Florida Licensed Agent (Only Required if Attorney-in-Fact is not a Florida Licensed Agent.)

    APPROVED AS TO FORM:

    By: __________________________________ City Attorney (Designee)

    Note: A copy of a power of attorney attested by the corporate secretary of the Surety evidencing the Attorney-in-Fact named above is currently authorized to execute this bond on behalf of the Surety must be attached to this bond. 2014 Final - 00198356.doc 2

    Principal

    Seal

    Seal

  • Acknowledgment of Principal

    (STATE OF FLORIDA) (COUNTY OF______________ ) (CITY OF________________ ) The foregoing instrument was acknowledged before me this _____ day of ___________, 20___, by __________________________________ of _______________________________, a (Name and Title of Officer) (Name of Principal) ________________________________________ (Entity), on behalf of said Entity. He/She is (Identify type of Entity and State where Registered) (Select) personally known to me or has produced ____________________________as identification. (Type of Identification)

    He/She warrants that he/she is duly authorized by all necessary actions of the Entity in (Select) (Select) accordance with the governing documents of the Entity to execute the foregoing instrument.

    NOTARY PUBLIC: Sign: ______________________________ Print/Type: ______________________________ SEAL

    3

  • Acknowledgment of Surety, (Where Executed by Attorney-in-Fact, as Agent)

    (STATE OF FLORIDA) (COUNTY OF______________ ) (CITY OF________________ ) The foregoing instrument was acknowledged before me this _____ day of _________, 20___, by _________________________________________________________________________ (Name of Attorney-in-Fact) as Attorney-in-Fact for _______________________________________________________, (Name of Surety) who is personally known to me or has produced _____________________________________ (Type of Identification) as identification. By virtue of a power of attorney from said corporation, a copy of which is attached hereto, he/she is duly authorized to execute the foregoing instrument. (Select) NOTARY PUBLIC:

    Sign:______________________________

    Print/Type: _________________________ SEAL

    4

  • Acknowledgment of Countersigner, (Only Required if Attorney-in-Fact is not a Florida Licensed Agent)

    (STATE OF FLORIDA) (COUNTY OF______________ ) (CITY OF________________ ) The foregoing instrument was acknowledged before me this _____ day of _________, 20___, by _________________________________________________________________________ (Name of Countersigner) as Countersignator for _______________________________________________________, (Name of Surety) who is personally known to me or has produced _____________________________________ (Type of Identification) as identification. By virtue of a power of attorney from said corporation, a copy of which is attached hereto, he/she is duly authorized to execute the foregoing instrument. (Select)

    NOTARY PUBLIC:

    Sign:______________________________

    Print/Type: _________________________ SEAL

    5

  • CERTIFICATE OF INSURANCE

    Cover Sheet SignedAPPROVED TO CONTENT - LEGALLegal Sheet SignedTOC SUPPLEMENTAL-CONTRACT STANDARDSTOC TECH SPECSTOC PROPOSAL-AGREEMENTCONTRACT STANDARDS-SUPPLEMENTALSUPPLEMENTAL INSTRUCTIONS TO BIDDERSSupplemental Instructions to BiddersSUPPLEMENTAL EXECUTION OF CONTRACT CONDITIONSSupplemental Execution of ContractTECHNICAL SPECIFICATIONSSection 1Pages Not Used 2 - 19Section 20PROPOSAL, BID BOND, AGREEMENT & PUBLIC CONSTRUCTION BONDPROPOSAL-AGREEMENT - Rev 05-30-14 - MASTERBID BOND REV 07-01-14PUBLIC CONSTRUCTION BOND REV 07-01-14CERTIFICATE OF INSURANCE