Loading...
HomeMy WebLinkAbout1997 07 28 Consent Item B COMMISSION AGENDA ITEM B REGULAR CONSENT X INFORMATIONAL 7-28-97 Meeting REQUEST: The Parks and Recreation Department requests the City Commission accept the low bid of $50,000.00 from Citrus General Contractors, Inc. for construction of new restroom facilities at Trotwood Park and authorize the City Manager to enter into a contract for said services. PURPOSE: The purpose of this item is to request that the City Commission accept the low bid and authorize contract for the work to proceed for restroom facilities at Trotwood Park. CONSIDERA nONS: . The advertisement and bid procedures were properly followed. ( See attachment- Bid Summary 97-021) . Five (5) bids were received. . Citrus General Contractors, Inc. were the low bidders and references were positive, . Citrus has experience building identical building package units. FUNDING: $50,000.00 was appropriated in the revised 1996-1997 Budget Line Code 7200- 56310 for these restroom facilities, Page 2 Agenda Item- Trotwood Restrooms July 28, 1997 RECOMMENDATION: It is recommended that the City Commission accept the low bid of $50,000.00 from Citrus General Contractors, Inc. of Orlando, Florida for construction of restroom facilities at Trotwood Park and authorize the City Manager to enter into contract with Citrus General Contractors, Inc. for such services. IMPLEMENTATION SCHEDULE: Contract by August 10, 1997 Begin Construction by August 15, 1997 Completion by October 15, 1997 ATTACHMENTS: Bid 97-021 Summary and Bid Package fully executed. COMMISSION ACTION: AGENDA46 @ 4. s. ~ , CITY OF WINTER SPRINGS, FLORIDA 1126 EAST STATE ROAD 434 WINTER SPRINGS, FLORIDA 32708-2799 Telephone (407) 327-1800 Project Title: TROTWOOD PARK RESTROOMS Bid Number: 97-021 Bid Opening Date: JULY 9, 1997 The bid opening was called by: J.P. PETRENCSIK Bid Opened: Bid Closed: 2:05 P.M. 2:10 P.M. Present as witness: HARRY MARTIN; FINANCE DIRECTOR JAMES HERRING, CREW CHIEF Bid Bond Required: NO Performance Bond Required: NO five Bids Received: I. THE WATAUGA COMPANY, 2471 CHENEY HWY, TITUSVILLE, FL 32780 IN THE AMOUNT OF $58,500.00. CITRUS GENERAL CONTRACTORS, INC., 1025 N. PINE HILLS ROAD, ORLANDO, FL 32808 IN THE AMOUNT OF $50,000.00. 3. PRICE CONSTRUCTION, INC., P.O. BOX 590062, ORLANDO, FL 32859 IN THE AMOUNT OF $63,000.00. AL BOSGRAAF & SONS, INC., 441 SURREY RUN, CASSELBERRY, FL 32707 IN THE AMOUNT OF $55,000.00. J.M. CONSTRUCTION & ASSOCIATES, INC., 811 MONTANA STREET, ORLANDO, FL 32803 IN THE AMOUNT OF $62,700.00. cc: Purchasing Department City Manager Parks and Recreation Department '. . .:::. 1;~i.~~~11i~IL~~illil~~1'~!~;I:;'~'L.:;!11;~f~~'i!i~i~i~~~~lliA~l~j~il~flifiii} PROJECT NAME: TROTWOOD PARK REST ROOM -.- BID NUMBER: 97-021 BID BOND REQUJRED: NO PERFORMANCE BOND REQUIRED: NO REFER ALL TECHNICAL QUESTIONS REGARDING THIS RFP TO: RON ESTEP, PARKS SUPERVISOR 407-327-7110 BID CLOSING DATE: JULY 9 ,1997 BID CLOSING TIME: 2:00 P.M. ALL BID PROPOSALS MUST BE RECEIVED PRIOR TO THE DATE AND TIME SHOWN ABOVE, BID'S WllLBE OPENED AS RECEIVED, NO PUBLIC' OPENING. .. ~.. . .' " , " LEGAL ADVERTISEMENT BID NO. 97-021 NOTICE IS HEREBY GIVEN, that the City of Winter Springs, Florida will receive sealed bids up to 2:00 p.m. on July 9, 1997 in the City Clerk's OffiC-e, for the following item: TROTWOOD PARK REST ROOMS CONSTRUCTION All bids shall be addressed as follows: A. For Mail Delivery: SEALED BID NO. 97-021 City Clerk 1126 East State Road 434 Winter Springs, Fl. 32708 B. For Hand Delivery SEALED BID NO. 97-021 City Clerk 1126 East State Road 434 Winter Springs, Fl. 32708 The sealed bids will be publicly opened later that same day at 2:00 P.M. in the City Commission Chambers, Winter Springs City Hall. Late offers will be returned to sender unopened. Specifications and the proper bid forms are available, at no cost, in the Purchasing Office. Facsimile or telegraphic bids will not be accepted. The City of Winter Springs reserves the right to accept or reject any or all bids, with or without cause, to waive technicalities or to accept the bid which in its judgement best serves the interest of the City. CITY OF WINTER SPRINGS Ron~. McLemore . /f~~ City Manager- Publication Date June 22. 1997 ~ BID NO. 97-021 Page ...L of-1L 1 ea Tech Sheet _ 2 ea Location Maps 1 ea layout page CITY OF WINTER SPRINGS FLORIDA INVITATION TO BID NOTICE TO BIDDERS: SEALED BIDS WILL BE RECEIVED UNTIL THE TIME, AND AT THE PLACE, AND FOR THE ITEMS LISTED ON THE ATIACHED CITY BID FORMS. THE BIDS WILL BE RECEIVED IN THE OFFICE OF THE CITY CLERK, CITY HALL, 1126 EAST S.R. 434, CONTAINING QUOTATIONS FOR StJPPL YING THE CITY WITH ITEM(S) OR SERVICES HEREIN LISTED AND AS FURTHER SPECIFIED. THESE BIDS WILL BE PUBLICLY OPENED IN THE PRESENCE OF BIDDERS AND CITY OFFICIALS. ALL BIDDERS AND THE PUBLIC ARE INVITED AND ENCOURAGED TO ATIEND BID OPENING. AFTER TABULATION AND REVIEW, AND WHEN REQUIRED, BIDS WILL BE PRESENTED TO THE CITY COMMISSION FOR AWARD OF BID; SUCH AWARD TO BE MADE AT A SUBSEQUENT COMMISSION MEETING. HOW TO SUBMIT PROPOSAL: ALL BIDS SHALL BE SUBMITTED IN SEALED ENVELOPES AND MAILED OR HAND DELIVERED TO THE CITY CLERK, CITY HALL, 1126 EAST S.R. 434, WINTER SPRINGS, FLORIDA 32708, AND PLAINLY MARKED ON THE OUTSIDE OF THE ENVELOPE, THE BID NUMBER, ITEM IDENTIFICATION AND TIME AND DATE OF BID OPENING. IT WILL BE THE SOLE RESPONSIBILITY OF THE BIDDER TO ENSURE THAT THE PROPOSAL REACHES THE OFFICE OF THE CITY CLERK, CITY OF WINTER SPRINGS ON OR BEFORE CLOSING HOUR AND DATE SHOWN ON THE PROPOSAL FORM, ATIACHED. PURPOSE OF BID: THE CITY OF WINTER SPRINGS INTENDS TO SECURE A SOURCE OF SUPPLY FOR ITEM(S) OR SERVICE(S) AT THE LOWEST PRICE; EARLY AND SATISFACTORY MANUFACTURE AND PROMPT AND CONVENIENT SERVICE AND SHIPMENT BY THE SUPPLIER TO THE CITY. ANY FAILURE ON THE PART OF THE SUPPLIER TO COMPLY WITH THE ENSUING CONDITIONS AND SPECIFICATIONS, SHALL BE REASON FOR TERMINATION OF CONTRACT. THE CITY RESERVES THE RIGHT TO MAKE AN AWARD TO THE SUPPLIER WHERE THE PRODUCT MEETS THE. SPECIFICATIONS, TERMS AND CONDITIONS, AND WHERE THE BID IS CONSIDERED TO BEST SERVE THE CITY'S INTER. ," E~STS: , . BIDDERS SIGNATURE t?P<. ~ /~ ~ I" /' .7 , . . I COMPANY NAME CitnlS ('-.p-~p-rrll ('nntrrll"'tnr!'::, Tf1~C'. .. 1. SUBMISSION AND RECEIPT'OF BIDS: A. Proposal to receive consideration, must be received on or prior to the specified time and date on openning, as designated in the proposal Adopted 6/29/93 . BID NO. 97-021 Page L of~ 1 ea Tech Sheet 2 ea Location Maps 1 ea layout page 1. SUBMISSION AND RECEIPT OF BIDS (CONTINUED) B. Unless otherwise specified, bidders MUST use the proposal form(s) furnished by the City, failure to do so may be cause for rejection of bid. Removal of any part of the bid forms may invalidate the bid. C. Proposal having any erasure or corrections MUST be initialed by the bidder in INK. Bids shall be signed in INK; all forms-'shall be typewritten or printed with pen and ink. D. Separate proposals MUST be submitted on each bid reference number. 2. WARRANTIES FOR USAGE: A. Whenever a bid is sought, seeking a source of supply for a specified period oftime for materials or seNices, the quantities or usage shown are estimated ONLY. No guarantee or warranty is given or implied by the City as to the total amount that MAY or MAY NOT be purchased from any resulting contract(s). These quantities are for bidders information ONLY and will be used for tabulation and presentation of bid and the City reseNes the right to increase or decrease quantities as required. 3. PRICES TO BE FIRM: A. Bidder warrants by virtue of bidding that prices, terms and conditions quoted in the bid will remain firm for acceptance by the City for a period of sixty (60) days from the date of bid opening, unless otherwise stated by the City. 4. DELIVERY POINT: A. All items shall be delivered F.O.B. destination (Le., at a specific City of Winter Springs address). and delivery costs (if any) will be included in the bid price. Failure to do so may be cause for rejection of bid. 5. PAYMENT (TERMS): A. Payment will. be made ONLY after receipt and. acceptance- of materials/services. 6. BRAND NAMES: A. If and whenever in the specifications a brand name, make, name of any manufacturer. trade name, or vendor catalog number is mentioned, it is for the purpose of establishing a grade or quality of materials ONLY. Since the BID NO. 97-021 - . Page L of~ 1 ea Tech Sheet 2 ea Location Maps 1 ea layout page City does not wish to exclude other competition and equal brands or makes, the phrases "OR APPROVED EQUAL" is added. However, if a product other than that specified is bid, it is the vendor's responsibility to name such a product within the bid and to prove to the City that said product is equal to that specified and to submit brochures, samples, and/or specifications in detail on item(s) bid. The City shall be the sole judge concerning the merits of bids submitted. 7. SAMPLES AND DEMONSTRATION: A. Evidence in the form of samples may be requested (when required) if brand is other than specified. Such samples are to be furnished after the date of bid opening only, upon request by the City, unless otherwise stated in bid forms. If samples should be requested, such samples must be received by the City no later than seven (7) days after formal request is made.. When required, the City may request full demonstrations of any unit(s) bid prior to the award of any contract. Samples, when requested, must be furnished free of expense to the City and if not used in testing or destroyed, upon written request will within thirty (30) days of bid. award be returned at the bidders expense. 8. QUALITY: A. All materials used for the manufacture or construction of any supplies, materials, or equipment covered by this bid shall be NEW. The items bid must be new, the latest model, of the best quality and highest grade workmanship. 9. SIGNATURE REQUIRED: A. All numbered City bid pages MUST be signed with the company name by an officer or employee having authority to bind the company or firm by signature. 10. ACCEPTANCE OF MATERIAL: A. The items(s) delivered under this proposal shall remain the property of the seller until physical inspection and actual usage of the item(s) and/or service are made and .thereafter accepted to the satisfaction" of the City and must comply with the terms herein, and be fully in accord with the specifIcations and of the highest quality. In the event the material. and/or services supplied to the City is found to be defective or does not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller and return the product(s) to the seller at the seller's expenses. 11. VARIATIONS TO THE SPECIFICATIONS: BID NO. 97-021 Page ~ of..1L 1 ea Tech Sheet 2 ea Location Maps 1 ea layout page A. For purposes of evaluation, bidder MUST indicate any variances from the City specifications, no matter how slight. If variations are not stated in proposal, it will be assumed that the product or service fully complies with City specifications, terms and conditions. 12. DELIVERY: A. Time will be of essence for any orders placed as a result of this bid. Purchaser reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made at" the time specified on the bid proposal form. 13. DEFAULT PROVISION: A. In case of default by the successful bidder or contractor, the City of Winter Springs may procure the items or services from other sources and hold the bidder or contractor responsible for any excess cost occasioned or incurred thereby. 14. PRICING: A. Prices shall be stated in units of quantity specified in the bid specification. In case of a discrepancy in computing the total amount of bid, UNIT PRICE quoted will govern. 15. . PRICECHANGES/RE: CONTRACTS: A. If at any time during the period of a contract, the City of Winter Springs is able to purchase the items and/or services for less than the contract price, the successful bidder shall meet these prices and in the event of failure to do so, the City may seek a new contract on the open market. 16. COPYRIGHTS AND/OR PATENT RIGHTS: A. Bidder Warrants that there has been no violation of copyrights and/or patent rights in the manufacturing, producing or selling the goods, shipped or ordered, as a result of this bid and the seller agrees to hold the purchaser harmless from any and all liability, loss, or expense occasioned by any such violation. 17. SAFETY STANDARDS: A. The bidder warrants that the product supplied to the City confo~s in all respects to the standards set forth in the Occupational Safety & Health Act (O.S.H.A.) and its amendments; failure to comply with.this condition will be considered a breach of contract. BID NO. 97-021- Page L of-1L 1 ea Tech Sheet 2 ea Location Maps 1 ea layout page 18. TAXES: A. The City of Winter Springs, Florida is exempt from any taxes imposed by the State of Florida and/or Federal Government. State Sales Tax Exemption Certification No. 69-13-035082-54C applies and appears on each City of Winter Springs Purchase Order. Exemption certificates certified on request. 19. FAILURE TO QUOTE: A. If you do not quote, please return the form, -"UNABLE TO SUBMITA BID", stating reason thereon and request that your name be retainecLon the City mailing list, otherwise, your name may be removed from the City bid mailing list. 20. MANUFACTURER'S CERTIFICATION: A. The City of Winter Springs reserves the right to request from bidder, separate manufacturer certification of all statements made in the proposal. 21. SIGNED BID CONSIDERED AN OFFER: A. The signed bid shall be considered an offer on the part of the bidder or contractor, which offer shall be deemed accepted upon approval by the City Commission of the City of Winter Springs, Florida and in case of defaulton the part of the successful bidder or contractor, after such acceptance, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. 22. LIABILITY, INSURANCE, LICENSES AND PERMITS: A. Where bidders are required to enter onto City of Winter Springs property to deliver materials or perform work or services, as a result of bid award, the _ bidder will assume full duty, obligation and expense of obtaining all necessary licenses, permits, inspections and insurance, as required. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder (or agent) or any person the bidder has designated in the completion of a contract as a result of the bid. 23. RESERVATIONS FO~ REJECTION AND AWARD: - .' t, ..,:~. A. The City of Winter Springs, reserves the right to accept or reject any or all bids or parts of bids, to waive irregularities and technicalities', and to request re-bids on the required materials. The City also the right to award the contract on such material the City deems will best serve it interests. The City further reserves the right to award the contract on a split order basis, lump sum, or individual item basis, or such combination as shall best serve the BID NO. 97-021 . - Page ~ of..1L 1 ea Tech Sheet 2 ea Location Maps 1 ea layout page interest of the City, unless otherwise stated. The City also reserves the right to waive minor variations to specifications (interpretation of minor variations will be made by applicable City Department personnel). In addition, the City reserves the right to cancel any contract by giving thirty (30) days written notice. 24. AWARD: A. After the award, the selected vendor will commence work no later than ~ working days from date of the Notice-to Proceed.. 25. SPECIFICATION'S: A. Any omissions of the detailed specifications stated herein, that would render the materials/services from use, as specified, will not relieve the bidder from responsibility. 26. BID ATTACHMENTS: A. A bid response to an Invitation-To-Bid, which has attached a condition of sale or any other attachments, which alters the specifications, conditions, terms or makes it subordinated, may be cause for rejection. 27~ ENCLOSURES: . A. One (1) complete sets of General Instruction, Specifications and Proposal Forms. B. Two (2) complete sets to be returned to the City Clerk, City of Winter Springs. PAYMENT: AFTER BID AWARD AND RECEIPT OF ITEM(S) AND/OR SERVICES, INVOICES TO THE CITY OF WINTER ~R~ WILL BE PAID WITHIN THIRTY (30) DAYS. ~ . BIDDERS SIGNATURE t!J<fi?~~ COMPANY NAME Citrus General Contfactors,-mc. NOTE: SIGNATURE AND COMPANY NAME MUSTBE~THESAMEAS.ON PAGE: 1 OF THIS PROPOSAL. . . ~.'.....', .. BID NO. 97-021 Page L of-.& 1 'ea. Tech Sheet 2 ea Location Maps 1 ea layout page STATEMENT FOUND IN FLORIDA STATUTES 287.133 A person or affiliate who has been placed on the convicted vendor list following a conviction for a 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 or real property to a 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 Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. CITY OF WINTER SPRINGS FLORIDA BID NO. 97-021 . -Page JL of~ 1 ea Tech Sheet 2 ea Location Maps 1 ea layout page INVITATION TO BID ITEM(S) REQUIRED RCP SHELTERS. REST ROOMS. TROTWOOD PARK USING CI1Y DEPARTMENT(S) PARKS & RECREATION BE SUBMITTED BY OR BEFORE: JULY 9. 1997. 2:00 P.M. . BIDS MUST The Invitation-To-Bid, General Conditions, Instructions to Bidders, Special Conditions, Specifications, Addendums, and/or any other pertinent document, from a part of this proposal and by reference are made a part hereof. ANTI-COLLUSION STATEMENT: The undersigned bidder had not divulged to, discussed, or compared his bid with other bidders and has not colluded with any other bidder or parties to this bid whatever. THIS PROPOSAL SUBMITTED BY: COMPANY NAME Citrus General Contractors, Inc. TELEPHONE NO. 291-8008 ADDRESS 1025 N. Pine Hills Rd. CI1Y Orlando AREA CODE 407 STATE Florida ZIP CODE 32808 BY: (TO BE SIGNED IN INK) NAME & TITLE OF SIGNER O'neil Francis/President (PRINTED) BASE BID PI (11 1?15V~/?Jv./J Ool(1JItd ryJRIITEN) BIDDER'S TERMS ~~#1etVros ('Sc.-kI.4e) . BIDDER'S NOTE: Bidde to state his terms as will apply in evaluation, recommendatIon and award of this proposal. (If requested, Item by Item on the following sheets, please state beside each Item bid.. If not stated, terms will be considered NET). 115DOOO te ) BID NO. 97-021 - Page JL of~ 1 ea Tech Sheet 2 ea Location Maps 1 ea layout page NOTE: SIGNATURE AND COMPANY NAME MUST BE THE SAME ON EACH OF THE FOLLOWING SHEETS OF THIS PROPOSAL AS THEY APPEAR ABOVE. Indicate Which: Individual: () Partnership: ( ) corporatio~ Other: ( ) .' ..-. TO THE CITY COMMISSION OF THE CITY OF WINTER SPRINGS, FLORIDA: WE (I) THE ABOVE SIGNED HEREBY AGREE TO FURNISH THE FOLLOWING ITEM(S) CONDITIONS, SPECIFICATIONS, AND ALL ATTACHMENTS HERETO. WE (I) HAVE READ ALL ATTACHME~ITS INCLUDING THE SPECIFICATIONS AND FULLY UNDERSTAND WHAT IS REQUIRED. BIDDERS NOTE: FULL DESCRIPTIVE LITERATURE MUST ACCOMPANY YOUR BID, IF BIDDING ON OTHER THAN BRAND(S) AND/OR MODEL(S) SPECIFIED, TO DETERMINE APPROVED EQUAL AS CALLED FOR UNDER GENERAL CONDITIONS TO BIDDER, ITEM NUMBER SIX (6). . . CITY OF WINTER SPRINGS STATEMENT OF NO BID BID NO. 97-021 - -Page -1L of..1L- 1 ea Tech Sheet 2 ea Location Maps 1 ea layout page OPTION OF VENDOR "State if you will extend the same prices, terms, and conditions to other State of Florida governmental agencies." -:;. WILL EXTEND SAME PRICING, TERMS, AND CONDITIONS TO OTHER.STATE OF FLORIDA GOVERNMENTAL ENTITIES: ,/ / YES NO COMPANY NAME: Citrqs General Contractors, Inc. ADDRESS: 1025 N. Pine Hills Rd. Orlando, FL 32808 PHONE NUMBER: (407) 291-8008 SIGNATURE OF BIDDER: _ ~ CITY OF WINTER SPRINGS DISCRIPTION OF WORK -- BID NO. 97.,021 Page J.L of..1L 1 ea Tech Sheet 2 ea Location Maps 1 ea layout page The General Contractor for the RCP Shelter's, Inc. R-2820-3F restroom building shall include the furnishing of all labor, materials, equipment and transportation necessary for the installation of a complete restroom building, as shown on the plans and outlined in the specifications. RCP SHELTER'S RESPONSIBILITIES RCP Shelters will be responsible for supplying a "knocked down" building package, specifically: CCA treated solid wood columns, Pitched & Tapered laminated wood beams, 16 knocked down louvers, 2 knocked down privacy screens, all required connective hardware, #1 grade SYP T&G roof deck, #1 grade treated SYP fascia, factory pre-fInishing (stain) for beams, deck & fascia, 2 x 6 treated bottom plates, top plates, blocking, 2 x 6 studs, hold downs (if required), exterior cedar lap siding, exterior OSB sheathing, interior Restroom M.R. drywall (plumbing chase is stud wall only), FRP adhesive, FRP panels and trim (inside comers, caps, and connections), stainless steel plumbing fixtures (4 water closets with seats, 2 urinal and 4 lavatories), 6 flush valves, 4 faucets, 4 grab bars, 1 lot of solid plastic toilet partitions, 4 stainless steel mirrors, 4 locking toilet paper holders, and 2 locking hose bibbs), 3 steel doors (field painted by GC) wi door closures, levered handled locks & commercial hinges, electrical package (loaded service panel, 1 exterior 1 OOW HPS light, 5 interior fluorescent light fixtures with tubes, 2 electrical exhaust fans, and all switches & receptacles), all material identified by RCP PIN's and complete Florida certified shop drawings detailing: floor plan, elevations, handicap accessibility details, sectional views, electrical plan, plumbing plan, water supply isometric, waste isometric, complete foundation plan with sectional views, roof framing plan, and part details. BUILDING MATERIALS ARE SHIPPED KNOCKED DOWN IN INDUSTRY STANDARD LENGTHS & SIZES. , " GENERAL CONTRACTORS RESPONSmILITIES General. Contractor (GC) shall be responsible for specifically, but not exclusively: . installation and construction ofR-2820-3F restroom building as detailed on RCP drawings. GC must include sit preparation, any and all permit fees (if applicable) , taxes (if applicable), soil tests, an~hor bolts and all items embedded into concrete, concrete slab . and reinforcement, foundations (extended below frost line where required by building code), unloading and storage of materials, electrical wire, meter base, conduit,.wiremold, caulking, anchor bolts, 15# felt paper, 30 year shingles, continuous drip edge, galvanized roofmg nails, field painting of steel doors, field staining of exterior walls, installation of all trim, all plumbing hardware (rough in - piping above and below slab, stops on all fixtures, supply tubes from fixtures to rough in bolts, wax rings, and any other BID NO. 97-021 Page ~ of-1L 1 ea Tech Sheet. 2 ea Location Maps 1 ea layout page miscellaneous hardware required to install), tees, reducers, elbows, splices, PVC, traps, laterals, clean outs, floor drains, stainless steel cover plates, caps, and site clean up. NOTE: Shop drawing is availabe at the Purchasing Department, for review only or you may contact R.C.P. Shelters, 937 S. E. Central Parkway, p, O. Box 45, Stuart, Florida 34995-0045, 561- 288-3600 Mr. Bob Ritter. -", r- -1 // I ( ) l- - .,-1 ~ .-/ r/ \ - / ."\, (/ '..... -_../ --.",~ ~' .. ...:..~.=:.~~ "':'~. ~ "'V'lIHH SPPbNC~ <~f# - ==:J ~ " ". f-'b " on ~ ?" o )/I':lHf>>dS o o v . ~ :c '" /------ / ';;;;;8- :--...... rr - ./ /....,;", '- D !F <> i o ~[ / C- '. ~ \2) . ~ ~ . '1 - a( . - . r~c"'O"'" . . ~ ~ "'D 1'6:~(.1~ : I. J .. '-. . ;,j" t;:)~ v;- ~{ ~ . '. .. ~~ . .. :f . ;,?,.. ,- ~- ~ '.- - ~ ''"-::::::',...:. . -. . . . .. . '. , . , If' IJ- \ . ~oIv.J~OD RRK. '~==r- ----""". .?r/yov"<<fa-vr ~ , ,2-1<7'77 ~JS( I' , . 3~A-LGl I::. So l? ocac:o...... .........."-- ~...............---. ,.., _...........,....... .....c:. "'" onr-_,-... ......,1o.oA.J.. ~~ -... OC~ _ _". ~"''''''''..r.UJ ~"G)_..'....,.,... .......".I.~ tlIOoIW"'1C. 'IrO>n_....cP'. ......,..,....c_...._ .,I'Oc.c....-.. ........... .I.."-"'~......G:. , J- . I .......-.....~_.- :-- I . . 1D6.._.""-O. _f"_Olot'''''' ~"'_I'O"""'" :::. r .. 16O..c ..., __.... .........oc._.__ ...- ,..... ...""""'.11)...... _~..Iu,,,,,, --..".-.--' -. --""'--..... ,-.. "'0.. ...~:. __ a. ....__a, lO_. ~-- """I' DOOII_..- 1IO-.u_ .43Jl,~~.......... :S-~.. ~l""'~~-,,- """C4oGII. .~~...~ ..'401O..__n .r:.-. _.... "'.rOlf .OOA ,........ 'O'OoQIa~....... FLOOR PLAN =~f .,j......l~ ""-- ooc.. Rt:AR ELEYATlOf'{ n.... i=~ , ="Ds..:c'{, o.IQIIo,O>oII......~p Q101>l'o~~CJ\oC"IiI Cl'..~ar.,..,. .'.... ........ o.A. ". IA. It lJIO "_IJCM QOOlIl. .. OA. """'. F~ONT ELEVATI~ ........ lo.cl, """'DI. ,."..1tUC..I ;.0... ~G ....ca~ ,",,"""'0_ ,61........"'...... -.-O.,.......'..fol,1O "''''''"'' U>IIU~",,,___ A""o"I:'~""",,,,, ~~I"'''''a>'IrIC'.'IT "NC)...., N.In -... I 'O....-c...LPq:J co....,.... I~.IG) ...,....~. 1Iq"."lr .-..-..P4,""", ~ t. .....,....-llQ C)A~.-ClC... W.............. __CoAl, ~..~.I!t===;:.c.~: -..........~ '..010...... ....J .,....--~_....".~G ......'.._._M . 7 ~'.'....lloD._ . f~"'.U.'''IC04'J -.. ....- ;1-- II(I:.~ ;p CONN 5-2 .4.r.q'd I. r~ OQ-.A...~ __r.~.,. I'M".I'A'IIoo:\.' 1 ~ ................... '~M.....I"_""-"""""..c.o It ~A Cl,..o~ '",' n.u.a....u ~l;~..;la:..~. ':,,. _~'~f .......'loCrollll(\Jl...Ui. 61DE ELEVATIO/-l 'It'. I.... ca....~t-=......u ""'-"'M_~"'-' WlQU'\ ..Jo.c).ll. 4' HM\, '......._loD..IDo ,.......4.UO'... ...,1Ot cr'D'-^Ck_'l'''_ f/f7~'4;1'flQl11 'VI""'I"lJf"IlOCoJo_ ......'CI.'C._..,_I~.w::a ..............'0""'_11<.... ,.~_..,--...,~ .......~Uf. :':::~:.= ~ - ~ ~~:: llt,ooOl....IO'~' ......~GoI,......__ ,J.' _ ~..-..~ ~....l;'IO'I"~ ....:l~~I..... ~-- .....tr".I__.._... _Jo....,....I"'V\..l.'--' -.....o4........._1lII1'11S> ..ou. ~7oCOI' "Mo.l __.. ,o.' ..........c..~ I 'LU:'.~ ___ , --.-......c..cr.",. _._""'.......~........ FII'r:TRICAl-EI..m li -., .~_. >C "3 II _na'~_DOlf ....ac.,..........I..O_~... ~~.,~:..:......~.. . "'.'C. _.....~...""".. ':.::r.::' ~:"~~ ~~---.g ......c.. o.. GA.. ,........,."~ ~a.IIOC\........ .,.., . -15~-..-f+J~ ,'~'. '. .~IO ,..- .. ""--(..IQ4............ , . .. ,," (I",~ ;,.. (VTYP FOJNDArJo-. ~CD:<tl I.. _...r .........F"D..........IlIcs.n.J \~ ~ . , _.- --' "f., .. . ' .,,~ L..- .. ___CD-tI......,.., . CCN'{ 5.) 6 -'<K.{'O I ~ ,.~ ..:...."..,.,.....c'o """'~... ......., I-"'.',.""a(ll,. ,........-- I. ...... U' Aa ooI~. ''''.2.1 CD TYP =a..koD.!ill~~.~<a1<;.tl ....... I.. ""... l'O.l-lC)Al'\Oo4 ...,C;.1Il0,. 'NOU-I ~ ...... 'U'>':;A.l..1'100.unP ~",J."\.u.<.\.',~'''''''L ~.......... __ IU.OJIIIQ) O' <<or. LiOOJ ReI". "ELTEJ015 _'...c........~,.A....... .........,--~....... ""-- , -'" J.. ...... ,..... ,''''',,_..., "".. '.-l,""'.-cY a<:-an-4 II PO_OOIO\..OOO~UI' 100 04 .""" .0''''11<11I ..w:... ..... 000.. "Q1 'o.OorI h)ot ca.,.,:". -- ---" ':. EB.e:LNNARY EL<'ili~ . NOr FOR C~~ &' X U)' 1Qe~TROOM !:l'JILDIN(! l'- I~ I~ ..; I en rl I )- a E - - M '.:sJ 0.. ~ '" l'- l'- ('j;) f\I ('j;) co CD f\I ..-i U) lJ) rl . I Ul '" '" rl . I '" . ' TECHNICAL SrECIFICA TIONS R-2820-2F RESTROOM nUILDING TROUTWOOD pARK - wINtER SPRINGS, FL DESIGN CRiTERiA: Structlll'c(s) designed as a free standing, open air pavilion and will mect any and all applicable building & accessibility codes (ADA &. rL), as mnnu[aclured by RCP Shellers, Inc" P,O. Dox 25, Stuart, FL 34995- 0025, PH (561) 288~3600 or FAX (561) 288-0207. .. EQUALS & AL TERNA TES: A II request for equal and alternates must be submilled seven days prior to bid opening. All request must be complete with Florida stamped &. certified shop drawings and complete technical specifications. Bidders to be notified of approved equals via addendum to bid. SCOPE: (I) 28' x 20' Men's &. Women's restroqm facility with plumbing I storage chase, All required fascia, decking, beams, connection hardware, doors, wall system, plumbing pnckage, electrical package, and columns delivered FOB truck accessible job site, unloading by others. FOUNDATION (Dcsigncd by Rep, fnrnishcd by GC: The foundation and concrete slab is to be designed by Rcr to stabilize the groundline column reactions, as supplied by RCP Shelters, Inc.. Slab is to be minimum 3,000 PSI concrete, a minimum of 4" thick throughout and reinforced with wire woven mesh. Slab shall be lightly broomed or wood trawled finished and sloped from center of building to slab edge. Slab shall be to roof line nnd have a thickened perimeter. Column caissons (when required) shall be a min. 24" in diameter by 4'-6" deep, Caisson shall be "caged" with #4 rebar for added reinforcement. Foundation under all walls to be thickened or extend beyond frost line requirements, whichever is greater. WATERPROOFING (To bc furnishcd by GC): Will consist of30 year warranty, fiberglnss, UL class "A" fire rated. dimensional shingles, over 1511 asphalt felt underlayment. Hip and ridge shingles to be used. Color Brown or as selected by owner prior to award, Roofing nails to be I 1/4" galvnnized, Drip edge applied continuously along perimeter. FASCIA: Fascia shall be 2" x 6", HI grade, Souihern Yellow Pine, CCA 0.4 pcftreatcd, kiln dried, and surfaced on four sides. Fascia 10 be free of any grooves or incisions. ROOF DECKiNG: Roofdeck shall be nominal 2" x 8", ill grade, Southern Yellow Pine, single tongue and groove, edge veed one side, kiln dried and furnished in specified lengths so all joints occur over beams. #2 grade or random length deck is unacceptnble and will be rejected, nEAMS: Beams will be glued laminated Pitched and Tapered southern pine, minimum 5" widths, APAlEWS certified members in accordance with ANSI A-\90,\ standard, Beams to be factory sealed and individually wrapped for protection in transit. Roof pilch 10 be 3: 12 COLUMNS: Will be #1 grade, minimum 6" x 6" solid wood, southern pine, factory pre-drilled, sealed, S4S, presslire treated for in ground use CCA 0,6 pcf. with a 40 year warrmity against rot, decay, or insect infestation. Column height above ground to be 8'-0". HARDWARE: All connections 10 be ASTM A-36 steel, factory prime painted al1er fabrication. All required nails and fasteners to be included. Dolts to be ASTM A-307. DOORS: All doors shall be 3'0" x 6'-8", 18 ga, Metal clad, flush doors wi 16 ga. Metid frame. Doors to be prepared to receive hardware &. prime painled, Doors to include commercial.hinges, levered handled locks and commercial closures. Finish painting of doors in rield by GC. W ALL SYSTEM: Extcrior walis to be horizontal, beveled cedar lap siding over OSS sheathing, Minimum 2" x 6" studs to be a maximum of24" on center, BoHom plate to be 2" x 6" CCA pressure Ireated SYP wi 12" anchor bolts 48" olc, Top plates &. blocking to be included, Interior walls shall be RCP Santi-Drute, vandal &. graffiti resistant FRP panels field laminaled toW' MR gypsum board wi RCP supplied adhesive. Shear walls, with 5/8" plywood to be included on nIl walls where required. ' PLUMI3ING PACKAGE: Each side to receive one handicap water closet and two lavatories, Men's lei have two urinals nnd women's two additional standllrd closet. All fixtures 10 be stainless steel. Flush valves to be included. Rough-in and miscellaneous conncction hardware by others. Lavatories shall have single temp &. self closIng faucets. All stainless steel toilet paper holders, stainless steel mirrors &. stainless steel grab bars to be included. Each restroom to have I" thick, floor mounted, solid plastic toilet partitions, by Santana or equal. Each restroom to have (i) one iocking wnter hydrant (hose bibb), .ELECTRICALj>ACKACE: Shall includeJOO amp service panel, 20 amp electric,al breakers, vandal resistant - wet location fluorescent light fixtures, Grl outlets, switches and (I) one lOOW, I-IPS exterior light on a photo-cell. Each restroom to be vented with a minimum 100 CFM exhaust fans. Exterior protective cap by GC. LOUVERS: Each restroom to have a minimum of(8) eight, (2' x 2') two foot by two foot, CCA treated, SYP louvers. Members to be factory pre-cllt and field assembled. Screen for both sides of louvers to be included. Cedar trim to be included, FACTORY STAIN: Scnms, deck llnd fascia shall be faclory slllined with one coal of an "Olympic", semi-transparent slnin, Deal11s to be sealed aller finishing, PRIV ACY SCREENS: Each restroom entrance to have I11ntching ADA accessible privacy screens. SHOP DnA WINGS: Manufacturer to furnish complete shop drawings, stamped and certified by a Florida registered, professional engineer, showing details and design criteria, . ".' -:.~----"--"-'~~~"7-;-----~. :'. . r:,'!~. "'go!ijJ".~;;;r.':;_---;; ...,,;," J-~~~:' -;