Loading...
HomeMy WebLinkAboutItem #03 Approval to Reject All Bids for Interior Renovation of New Police Headquarters AGENDA ITEM COVER SHEET Contact Name: Contact Number: Joyce Tolbert 1516 Meeting Date: 10/07/08 Item # ..3 Reviewed By: ~~ Department Director: _ .. ~ City Manager: _ __. Subject: Rejection of Bid #B08-08,..Interior Renovation of New Police He'adct"uarters" x :-11'" . . . - .", ,! ~; f.f~-_)!;;:., ~~ It .hl ,"-. ,It' i. )~-f.,!,"[ Background Summary: The City intended to award a contract for the Interior Renovation of the New Police Headquarters located at 646 Ocoee Commerce Parkway. The budgeted amount for construction is approximately $250,000-$275,000. Issue: Reject all bids for the Interior Renovation of New Police Headquarters. Recommendations The bids were reviewed by the Public Works and Finance Departments and staff recommends rejecting all bids as they are approximately 95% over the budgeted amount. Staff is currently in the process of revising the plans and will re-bid this project on October 12, 2008. The bids will be due on November 5, 2008 and should go before the City Commission for approval on November 18, 2008. Attachments: 1. Jacaranda Bid 2. CEM Bid 3. Southern Bid 4. Breen Bid 5. Apple Air Bid 6. J-leinkel Griffin Bid 7. FIlS Bid 8. E.L. Bailey Bid 9. Bid Tabulation 10. ITB Financial Impact: N/A Type of Item: (please mark with an "x'J Public Hearing Ordinance First Reading Ordinance Second Reading Resolution X Commission Approval Discussion & Direction For Clerk's Dep( Use: Consent Agenda - Public Hearing == Regulart\genda ,~~t~:f.' :;~ :i ~,,'.I1 ''';) ,J '~t;~ -.;- ,~: 'r~:~:;f _;I!'~J' ~i-.; _ Original Document/Contract Attached for Execution by City Clerk Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) ~~tJ N/A N/A N/A 2 Mavor S. Scott Vandergrift City Manager Robert Frank TO: FROM: DATE: RE: Commissioners Garv Hood. District 1 Scott Anderson. District 2 Rustv Johnson. District 3 Joel Keller. District 4 STAFF REPORT Rejection of Bid #B08-08 Interior Renovation of New Police Headquarters The Honorable Mayor and City Commissioners Joyce Tolbert, Purchasing Agent 0/ October I, 2008 ISSUE Reject all bids for the Interior Renovation of New Police Headquarters. BACKGROUNDfDISCUSSION The City intended to award a contract for the Interior Renovation of the New Police Headquarters located at 646 Ocoee Commerce Parkway. The budgeted amount for construction is approximately $250,000-$275,000. The bid was advertised on June 29, 2008 and opened on July 30,2008. There were eight responses to this bid: 1. 2. 3. 4. 5. 6. 7. 8. Jacaranda Air Construction CEM Enterprises Southern Building Services Breen Construction Services Apple Air Conditioning Heinkel Griffin & Rufrano FHS Industrial Constructors E.L. Bailey & Company $531,500.00 $537,500.00 $559,400.00 $614,400.00 $626,815.00 $638,229.00 $682,700.00 $890,793.00 Attached are copies of the bids along with the bid tabulation. The original bid and project specifications are available in the Finance Department for your review. The bids were reviewed by the Public Works and Finance Departments and staff recommends rejecting all bids as they are approximately 95% over the budgeted amount. Staff is currently in the process of revising the plans and will re-bid this project on October 12,2008. The bids will be due on November 5, 2008 and should go before the City Commission for approval on November 18, 2008. 0 0 0 0 0 0 0 0 ei ei ei ei 0 0 0 0 OJ 0 0 -q-. -q- I/) I/) > I/) I/) I/) N to cri OJ OJ n OJ OJ OJ >. >. >. >. >. OJ (0 LO '" -q- LO II) II) II) II) I/) 0 0 0 0 .0 :J 0 0 0 0 I/) ei ei ei ei <l: 0 0 0 0 I/) I/) OJ C; 0 0 LO LO. > I/) I/) 0 ..0 to OJ OJ U OJ C') OJ ..- >. >. >. >. LO r- M '" E M ..- LO .E 0 z II) II) II) II) 0 0 0 0 0 0 0 0 to M ei oj ..- (0 LO N I/) OJ LO CO CO N I/) .:?: I/) I/) I/) ai ai ai OJ OJ ti OJ OJ OJ >. >. >. >. >. OJ M M '" LO (0 (f) II) II) II) II) 0:: W 0 0 0 0 l- I/) .0 0 0 0 0 0:: :J ei ei ei ei c:( I/) 0 0 0 0 <l: r- 0 O. r- :J I/) I/) OJ ..- to ..0 N 0 > I/) 0 I/) OJ OJ t5 OJ C') OJ 0 r- CO 0 >. >. >. >. (0 (0 '" E c:( W .E :c 0 <ri z ii w II) II) II) II) u () u 0 0 0 0 0 :.0 LL ::::; 0 0 0 0 Ql 0 ~ ei ei M M :0 Z 01) a: 0 0 OJ m '00 0 Q. OJ O. -q- M. r- 0 , I/) I/) > I/) I/) I/) ai 0 c: ~ 01) 3: 0 OJ OJ n OJ OJ OJ ..- 0 0 >. >. >. >. >. N (0 m c. 0 W '" CO CO (/) c:( 1Il Z N ~ ...J 'It 01) u :J 0 LL 0 c: 1Il 0 - II) II) II) II) ro c:( 1Il 0 Ql I- Z M 0 0 0 0 > 0 - 0 0 0 0 '00 0 l"- ei ei ei ei c: ~ 0 OJ 0 0 0 0 c. 1Il c:( I/) I/) .:?: I/) I/) I/) 0 0 LO LO (/) OJ OJ ti OJ OJ OJ ..0 0 N r-: ~ > >. >. >. >. >. '" CO LO M 0 -q- LO en Z Ql W II) II) II) II) :!: 0:: .Q 0 0 0 0 Ql 0:: 0 0 0 0 -S 0 ei ei ei ei B 0 0 0 0 ii: 0 o. -q- -q-. Ql W I/) OJ I/) C"i ..- -q- .0 I/) .:?: I/) I/) U; 0 ..- I- OJ OJ OJ OJ OJ >. >. ti >. >. >. ..- (0 .~ Z '" <Ii u ro II) II) E II) II) ~ 0 0 0 0 "E 0 0 0 0 III ei ui ei ui :!: 0 ,.... 0 ..- <( OJ 0 M LO. CO I/) I/) > I/) I/) I/) C"i N to :>. OJ OJ U OJ OJ OJ C >. >. >. >. >. LO r- N '" LO (0 0 C 0 II) II) U} II) .~ "5 E c .0 ,.... .. iii ~ 'II: 0 E Ul ll.. W U :l E l!! II) c :.0 'tl .. < C Ql c: 0 :l III ... N c: < .c. Gl ll.. en 'II: 'II: . .... 0 ::!: 0 C) ~I/) 'tl 'tl U W W ~ z "B:!!i 'tl iii :J l- I- Gl ~ iij < en II) i5 . ...: i5 <-<... :;:::O.J:: It) c: U Gl C:( l1. Z ~ z 5 :JII) OJ.... ~ '01 Gl Cl ] ::!: ...JW .0 .s::: 'tl 'tl 0::... 0:: 0 ul- '" OJ .;: .;: :J W en W u -ao :l 0 U Gl ell C ...J I- >- I- z< 'i ... ...JII)...J c: -z _ c U Gl ell ell < Gl 'tl I/) 0 C. 'tl ...J <~<~ ...JO:: OJ lJ) Gl c: c: lo: < <w -0 I/) c: Gl ...: E c: I- 15u15,g 1-1- OJ III 'tl Cl U U 0 0 0 O...J u;~ iii Cii ::i < u U I- <~<~ 1-< :::ic... SECTION 00020 INVITATION TO BID #B08-08 INTERIOR RENOVATION OF NEW POLICE HEADQUARTERS OCOEE, FLORIDA Sealed bids, in duplicate, will be received at the office of the Purchasing Agent in the City ofOcoee, until 2:00 pm, local time, on July 30, 2008. Sealed bids must be date and time stamped at the office of the Purchasing Agent before that time. Any bids received after that time will not be accepted under any circumstances. Any uncertainty regarding the time a bid is received will be resolved against the bidder. Bids submitted after the designated time will be returned unopened. All bids received before the due date and time will be publicly opened and read aloud by the Purchasing Agent or her designee in the City ofOcoee City Hall Conference Room at approximately 2:01 pm. Description of Work: All work for the project shall be designed and constructed in accordance with the drawings and specifications prepared by HKS Architects, Inc., as subsequently modified by the City of Ocoee. The proposed project will be awarded and constructed, if award is made, in conformance with the plans and specifications. Bids shall be submitted for furnishing, delivering, and installing all materials, equipment, incidentals, and services, including labor, for the work, which generally includes, but is not necessarily limited to, the following: · The Base Bid plus Alternates to be submitted by a proposed contractor will provide the interior renovation of an existing 16,000 square foot single story building to accommodate the new Ocoee Police Headquarters as contained in the bidding documents. All work is to be conducted in accordance with the Bidding Documents. · Substantial completion for this project is forty-five (45) days and final completion is sixty (60) days from the Notice to Proceed. ***The information contained in this bid package, including the bid documents, and any addenda, contract documents, plans, and specifications does not constitute public record and is exempt from the public records requirements of Florida Statutes Section 119.07(1) and s. 24(a), Art. I of the Florida State Constitution., and the firm receiving this information shall maintain the exempt status of this information. *** Prospective bidders may secure a copy of the complete bid package (drawings and specifications) from Joyce Tolbert, Purchasing Agent, at Ocoee City Hall Finance Department, 150 N. Lakeshore Drive, Ocoee, FL 3476 I -2258, (407) 905-3100 ext. 15 I 6 for a fee of $500.00 per set, of which $300.00 will be refunded to each bidder upon return of all plans, specifications, and addenda. Checks should be made payable to the City of Ocoee. Partial sets of bid documents will not be issued. Information, including any addenda and notifications, concerning this Invitation to Bid is also available from OnvialDemandStar by accessing the City's Web site at http://www.ci.ocoee.fl.us/Finance/Purchasing/Purchasing.asp# Bids. . 00020-1 Due to the Federal Homeland Security Act, all complete bid documents will need to be picked up in person by a representative of the prospective bidder who will also be required to execute a Confidential Disclosure Agreement form. No bid packages will be mailed, faxed, or e-mailed to any prospective bidders. Bids shall be prepared from complete, full-size contract documents. Addenda will be posted on DemandStar and transmitted to all holders of complete contract documents not later than twenty-four (24) hours before bid time via Demandstar by email, facsimile or U.S. mail, as determined by the City ofOcoee. It shall be the bidder's responsibility to verify addenda and acknowledge all addenda in the bid submittal. Pre-bid Conference: A non-mandatory pre-bid conference will be held on July 16,2008, at 10:00 a.m. (local time) on site at 646 Ocoee Commerce Parkway, Ocoee, Florida 34761. The site will be available for a walk-through immediately following the conference. All bidders will be held liable for contents as presented at the pre-bid conference. Questions shall be submitted in accordance with the instructions contained in the Bidding Documents. Bid Bond: A certified check or bid bond shall accompany each bid. The certified check or bid bond shall be for an amount not less than five percent (5%) of the bid price, and shall be made payable to the City of Ocoee as a guarantee that the Bidder will not withdraw for a period of ninety (90) days after bid closing time. Bid Submittal: A single bid package containing the Base Bid and Bid Alternate prices shall be submitted for the work by each proposing contractor. The contract will be awarded pursuant to the requirements of applicable state and federal laws and regulations, and pursuant to the City ofOcoee Purchasing Code Chapter 21 and applicable procedures. Bids shall be on the bid form provided in the bidding documents and enclosed within a sealed envelope, with the words "Bid No. B08-08 for Interior Renovation of New Police Headquarters" and the bidder's name, address, and State of Florida contractor's license number clearly shown on the outside thereof. Bidders must acknowledge receipt of all addenda in the prescribed bid form. Bids must be signed by an authorized representative of the bidder. Failure to comply with either condition shall be cause for bid disqualification. Bids shall be delivered, mailed, or shipped to the attention of the Purchasing Agent, City of Ocoee, 150 North Lakeshore Drive, Ocoee, FL 34761. Award ofContract(s): The City ofOcoee reserves the right to waive technicalities or irregularities, to reject any or all bids, and/or to accept that bid which is in the best interest of the City, price, qualifications and other factors taken into consideration. The City reserves the right to award the contract to the bidder which, in the sole discretion of the City, is the most responsive and responsible considering price, qualifications, and other factors. City Clerk OCOEE, FLORIDA June 29, 2008 END OF SECTION 00020-2 SECTION 00300 BID FORM SUBMITIED: 7/30/2008 (Date) PROJI;:CT IDENTIFICATION: CITY OF OCOEE INTERIOR RENOVATION OF NEW POLICE HEADQUARTERS NAME OF BIDDER: Jacaranda Air Const Inc. 13114 Hello Darlin Dr BUSINESS ADDRESS: Glen St Mary. Fl. 32040 PHONE NO.:904-27 5-5233 CONTRACTOR'S FLORIDA LICENSE NO.: CGC1514032 (Contractor must hold an active Certified or Registered General or Building Contractor's License) THIS BID IS SUBMITTED TO City of Ocoee, Florida (hereinafter called Owner) I. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Amendment to the Agreement with Owner in the form included in the Contract Documents, to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and the Amendment to the Agreement, and in accordance with the other terms and conditions of the Contract Documents. . 2. Bidder accepts all of the terms and conditions of the Bidding Documents including without limitation those dealing with the disposition of Bid Bond. This Bid will remain open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice of Intent to Award. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. No. No. No. 1 Dated July 24.2008 No. Dated No. Dated No. Dated No. Dated: Dated: Dated: Dated: Receipt of all is hereby acknowledged along with copies of the Invitation to Bid and the Instructions to Bidders. Project B08-08 00300-1 b. Project B08-08 Bidder has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance, or furnishing the Work. c. Bidder has carefully stuaied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC-4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e. Bidder is aware of the general nature of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. f. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents. g. Bidder has given Purchasing Agent written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Purchasing Agent is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and 00300-2 ~ ~ ~ I I . t t t . . . t t ~ ~ ~ I I I I convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. i. Bidder hereby agrees to commence work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar day completion of the work is delayed. Completion Schedule: 1) The work shall be substantially complete within the Contract Time specified in Article 3.1 of the Scope of Work Agreement (Section 00500). 2) The Work shall be finally Complete within the contract Time specified in Article 3.2 of the Scope of Work Agreement (Section 00500). 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the following BASE BID and AL TERNA TE BASE BID to perform all the Work as required by the Drawings and Specifications. ITEM 1: BASE BID Contractor performing all work shown on Architectural, Mechanical, Electrical, Plumbing, fire, and Technology plan sheets, plus any inter-related cross-discipline support work shown on other project drawings and as required in Bidding Documents, Conditions of Contract, Specifications, and Addenda issued. Contractor shall coordinate all phases of the Work as shown on the Drawings in assisting the City's contractor, OEL Business Interiors to perform the workstation modifications. Lump Sum Base Bid: Three Hundred & Fifty Thousand Dollars ( words); $ 350.000.00 (numbers) ; l Project B08-08 00300-3 . '~---_."--'''''~'''''.''''''---'~~...'&,---" ITEM 2: ADD ALTERNATES: 1. The complete CCTV system,. This includes all numbered cameras shown on security drawing T-:2 and cross referenced on ma~ shech T -60, On the security riser diagram on sheet T -61, this will include the digitai rndeo: recorder referen'ce by plan note #2 and (1) pendant mounted LCD monito~ referen~ by [plan notes #8 & # 14,' . j' Add Alternate #1: One Hundred & Seventy Five Thousand Dollars I I.. ( ~ords); $ 175.000.00' (nwnbers) 2. In Kitcnc:n #127. Replace existing countertop and backsplash with new plastic laminate countertop and backsplash. Add Alternate #2.: XlazS:lx Thousand Pive Hundred Dol1ar8~ ( words); s. $ 6.500.00 (numbers) The Bidder agrees to commence work on the date ~~the Jotice to Proceed whic~":..i expected to be ~ssued mid-August 2008, and shall ~*rhplete the work within S$ (60) DAYS thereafter, The Bidder further agrees to pay:'as 1iqui~ted damages, the sum of TWO HUNDRED FIFTY (52.50.00) J)OLLARS for each consecutive calendar day thereafter, until the work is completed, in accordance to Section 500. 6. In accordance with Article 17 of the Instructions to Bidders, the City will consider the lowest "Base Bid" or "Alternate Base Bid" after adjustments for additive or deductive alternates. Additive or deductivt" ~!t'ml8tes (if any) will be considered in determining the lowest responsive, responsible Bidder. The Owner reserves the right to accept any or all additive or dedl1~tive alternates, in his sole discretion, prior to the award of the Contract. The Owner also reserves the right to delete any portion of the Work as shown in the bid schedule prior to award and adjust each Bidder's "Base Bid" and/or "Alternate Base Bid" accordingly. 7. The following documents are included and made a condition of this Bid: a. Bid Forms (S~ctions 00300, 00301, 00301A, 00302, and 00303) b. Bid Bond (Surety Bond or Cashier's Check). ,(Section 00410) c. Corporate ~uthorityto. Execu!e Bid (Sectio~ 01 OSOp d. Non-colluslon AffidaVIt (Section 00480)' : e. Certification of Non-segregated Faciliti,' es (S.~tion ;00481) f. Sworn Statement on Public Entity Crimes (S~tion;00482) g. Certification of Nondiscriminatory Labor Practices' (Section 00483) Project B08-08 00300-4 , 't i ;~1 l~ 'f ; ~J I ;~\ ll~,' I I III ' \.'1 i j~: 'l , ,I ij~ , ';~I : i,; 8. The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a bidder that has not submitted the lowest bid when in the City's sole and absolute discretion the City determines that to be in its best interests. The terms used in this Bid, which are defined in the General Conditions or Instructions of the Construction Contract, included as part of the Contract Documents have the meanings assigned to them in the General Conditions or Instructions. 9. The work shall be performed under a Florida Contractor's License. Contract shall not be awarded unless proof of valid license(s) is provided. 10. It is understood that where quantities for unit price work have been presented in the foregoing Schedule of Bid Items, they are approximate only and are solely for purpose of facilitating the comparison of bids, and that the Contractor's compensation will be computed upon the basis as described in the measurement and payment clauses in the specifications contained herein. 11. BASE BID - SCHEDULE OF MANUFACTURERS/SUPPLIERS If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned as Bidder agrees that the Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents in accordance with Article 9 of the Instructions to Bidders. If the Bidder desires to propose an alternate manufacturer or supplier, he may write in the name of such alternate in the substitution list included within this Bid Form. If the proposed alternate manufacturer/supplier is determined "not equivalent" by the Architect or Engineer, the Bidder must furnish equipment and/or material items ~y the originally specified manufacturer/supplier. 12. SUBSTITUTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions or "or-equal" items will not be considered until after the "Effective Date of the Agreement" and will be evaluated in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any design costs directly attributable to the change in manufacturers/suppliers, caused by the acceptance of proposed alternates, such as; additional field trips for the Architect and/or Engineer, additional redesign costs, and additional review costs, etc. Other costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as; increased electrical requirements, larger building, additional pumps or tankage, etc., shall be borne by others and not the Owner. If Bidder intends to propose substitutions or "or- equal" items after the "Effective Date of the Agreement," it is agreed that these items will be listed on the Substitution List included within this Bid Form, with a deductive amount representing 50 percent of the total savings between the named Base Bid item and the proposed item. "Base Bid" item substitutions providing an equipment or material cost savings to the Owner of less than $1,000 will not be considered. The undersigned, as Project B08-08 00300-5 ~ Bidder, also agrees that if a substitution or "or-equal" item is not listed on the Substitution List included with the Bid, all of the savings between the named item and the proposed item will go to the Owner if the Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. The Owner may request, and the undersigned Bidder shall supply, complete infonnation on proposed substitutions. Such infonnation shall be the manufacturer's current published or preprinted infonnation for the specific substitution. 13. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all Bids, and/or to accept that Bid which is in the best interest of the City. The Award of this Bid, if made, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Base Bid and Base Alternate Bid, in the judgment of the Owner, is the most responsive to Owner's needs. Owner encourages the use of minorities and women- owned businesses as subcontractors. SUBSTITUTION LIST Bidder offers the following substitutions and "or equal" items. Deductible Amount'" Equipment Alternative (Indicate Whether Item or Spec Manufacturer/Supplier Lump Sum or Material Section (List One Only) Unit Price) No Substitution Project B08-08 00300-6 I f t t ~ . '. ~ (j I. \t (t ~ Represents 50 percent of the difference in cost in accordance with the General Conditions (Minimum Deductible Amount per Substitution Item shall be $1,000) (Bidder may supplement this page, as required.) Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: SOLE PROPRIETORSHIP N/A (SEAL) (~~s~~,.) (Individual's Name) doing business as Business Address: Phone No.: Florida License No.: A PARTNERSHIP (SEAL) (~~.) (~~~) (~,Jne) Business address: Project B08-08 00300-7 Attest .Il1lJUlAC Co..1J...biJ 1 Lurrtne~~bel{~~'- (Secretary) I t t t t t t t t t t t t t t t t t t t ~ t ~ ~ 4 ~ 4 4 4 < 4 4 4 4 t 4 ~ . . . . . . . . Phone No.: 904-275-5233 Florida License No.: CGC1514032 Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A CORPORATION Jacaranda Air Const. Inc. (Corporation Name) Florida (State of Incorporation) Aston Campbell . B ASTON CAMPBELL (Name of person authorized to sign) President ~ (Authorized Signature) (Corporate Seal) ~a~~. Lurline Campbell Business address: 13114 Hello Darlin Dr. Glen St. Mary. Fl. 32040 Phone No.: 904-275-5233 Corporation President: Aston Campbell Floridu License No.: CGC1514032 Project B08-08 00300-8 Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNA TORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A JOINT VENTURE RIA By ..,.... '/ Z',( y.. (C (Name) (Address) By 'I-- '/.. '-I- '{.. '-l. (Name) (Address) Business Address: Phone No.: Florida License No.: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Florida License No.: Project B08-08 00300-9 r-~ 13. List the following in connection with the Surety, which is providing the Bid Bond: Surety's Name: First Sealord Surety. Inc. Surety's Address: 4901 17th Way '304 Ft. Lauderdale. Fl 33309 Name and address of Surety's resident agent for service of process in Florida: Shawn Burton eIe Brown & Brown Bonds 5900 N Andrews Ave Suite , 300 FOTto T .smileTdale. F1. 33309 END OF SECTION ; i 1 l I; I r Project B08-08 00300-10 I. , 6 SECTION 00300 BID FORM SUBMITTED: JULY 30, 2008 (Date) PROJECT IDENTIFICATION: CITY OF OCOEE INTERIOR RENOVATION OF NEW POLICE HEADQUARTERS NAME OF BIDDER: CEM ENTERPRISES INC BUSINESS ADDRESS: 1757 BENBOW COURT APOPKA, FL 32703 CONTRACTOR'S FLORIDA LICENSE NO.: (Contractor must hold an active Certified or License) PHONE NO.: 407';'884-9148 CGC057992 Registered General or Building Contractor's THIS BID IS SUBMITTED TO City of Ocoee, Florida (hereinafter called Owner) I. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Amendment to the Agreement with Owner in the form included in the Contract Documents, to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and the Amendment to the Agreement, and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Bidding Documents including without limitation those dealing with the disposition of Bid Bond. This Bid will remain open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice ofIntent to Award. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. 1 No. No. No. 7/24 No. No. No. No. Dated: Dated: Dated: Dated: Dated Dated Dated Dated Receipt of all is hereby acknowledged along with copies of the Invitation to Bid and the Instructions to Bidders. Project B08-08 00300-1 b. Bidder has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance, or furnishing the Work. c. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC-4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e. Bidder is aware of the general nature of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. f. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents. g. Bidder has given Purchasing Agent written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Purchasing Agent is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and Project B08-08 00300-2 convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. 1. Bidder hereby agrees to commence work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar day completion of the work is delayed. Completion Schedule: 1) The work shall be substantially complete within the Contract Time specified in Article 3.1 of the Scope of Work Agreement (Section 00500). 2) The Work shall be finally Complete within the contract Time specified in Article 3.2 of the Scope of Work Agreement (Section 00500). 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the following BASE BID and ALTERNATE BASE BID to perform all the Work as required by the Drawings and Specifications. ITEM 1: BASE BID Contractor performing all work shown on Architectural, Mechanical, Electrical, Plumbing, fire, and Technology plan sheets, plus any inter-related cross-discipline support work shown on other project drawings and as required in Bidding Documents, Conditions of Contract, Specifications, and Addenda issued. Contractor shall coordinate all phases of the Work as shown on the Drawings in assisting the City's contractor, OEL Business Interiors to perform the workstation modifications. Lump Sum B~se Bid: I) ~O\M' .bL.~lj 'd~hi't ~'v-r I'hov. tCAYlJ ( words); $ 4- e 5"; lYOd (numbers) Project B08-08 00300-3 ITEM 2: ADD ALTERNATES: 1. The complete CCTV system. This includes all numbered cameras shown on security drawing T-2 and cross referenced on matrix sheet T-60. On the security riser diagram on sheet T -61, this will include the digital video recorder reference by plan note #2 and (1) pendant mounted LCD monitor referenced by plan notes #8 & #14. Add Alternate #1: Pi {J.'1 +ho"'~III'Y1J ( words); $ 5 0) () rJ 0 (numbers) 2. In Kitchen # 127 - Replace existing countertop and backsplash with new plastic laminate countertop and backsplash. Add Alternate #2: ~OI1Se;.......J fvr hVt'r'IJvLJ. ( words); $ 'L Sdc J (numbers) 5. The Bidder agrees to commence work on the date of the Notice to Proceed which is expected to be issued mid-August 2008, and shall complete the work within SIXTY (60) DA YS thereafter, The Bidder further agrees to pay, as liquidated damages, the sum of TWO HUNDRED FIFTY ($250.00) DOLLARS for each consecutive calendar day thereafter, until the work is completed, in accordance to Section 500. 6. In accordance with Article 17 of the Instructions to Bidders, the City will consider the lowest "Base Bid" or "Alternate Base Bid" after adjustments for additive or deductive alternates. Additive or deductive alternates (if any) will be considered in determining the lowest responsive, responsible Bidder. The Owner reserves the right to accept any or all additive or deductive alternates, in his sole discretion, prior to the award of the Contract. The Owner also reserves the right to delete any portion of the Work as shown in the bid schedule prior to award and adjust each Bidder's "Base Bid" and/or "Alternate Base Bid" accordingly. 7. The following documents are included and made a condition of this Bid: a. Bid Forms (Sections 00300, 00301, 00301A, 00302, and 00303) b. Bid Bond (Surety Bond or Cashier's Check). (Section 00410) c. Corporate Authority to Execute Bid (Section 00501) d. Non-collusion Affidavit (Section 00480) e. Certification of Non-segregated Facilities (Section 00481) f. Sworn Statement on Public Entity Crimes (Section 00482) g. Certification of Nondiscriminatory Labor Practices (Section 00483) Project B08-08 00300-4 8. The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a bidder that has not submitted the lowest bid when in the City's sole and absolute discretion the City determines that to be in its best interests. The terms used in this Bid, which are defined in the General Conditions or Instructions of the Construction Contract, included as part of the Contract Documents have the meanings assigned to them in the General Conditions or Instructions. 9. The work shall be performed under a Florida Contractor's License. Contract shall not be awarded unless proof of valid Iicense(s) is provided. 10. It is understood that where quantities for unit price work have been presented in the foregoing Schedule of Bid Items, they are approximate only and are solely for purpose of facilitating the comparison of bids, and that the Contractor's compensation will be computed upon the basis as described in the measurement and payment clauses in the specifications contained herein. 11. BASE BID - SCHEDULE OF MANUFACTURERS/SUPPLIERS If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned as Bidder agrees that the Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents in accordance with Article 9 of the Instructions to Bidders. If the Bidder desires to propose an alternate manufacturer or supplier, he may write in the name of such alternate in the substitution list included within this Bid Form. If the proposed alternate manufacturer/supplier is determined "not equivalent" by the Architect or Engineer, the Bidder must furnish equipment and/or material items by the originally specified manufacturer/supplier. 12. SUBSTITUTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions or "or-equal" items will not be considered until after the "Effective Date of the Agreement" and will be evaluated in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any design costs directly attributable to the change in manufacturers/suppliers, caused by the acceptance of proposed alternates, such as; additional field trips for the Architect and/or Engineer, additional redesign costs, and additional review costs, etc. Other costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as; increased electrical requirements, larger building, additional pumps or tankage, etc., shall be borne by others and not the Owner. If Bidder intends to propose substitutions or "or- equal" items after the "Effective Date of the Agreement," it is agreed that these items will be listed on the Substitution List included within this Bid Form, with a deductive amount representing 50 percent of the total savings between the named Base Bid item and the proposed item. "Base Bid" item substitutions providing an equipment or material cost savings to the Owner of less than $1,000 will not be considered. The undersigned, as Project B08-08 00300-5 Bidder, also agrees that if a substitution or "or-equal" item is not listed on the Substitution List included with the Bid, all of the savings between the named item and the proposed item will go to the Owner if the Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. The Owner may request, and the undersigned Bidder shall supply, complete information on proposed substitutions. Such information shall be the manufacturer's current published or preprinted infonnation for the specific substitution. 13. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all Bids, and/or to accept that Bid which is in the best interest of the City. The Award of this Bid, if made, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Base Bid and Base Alternate Bid, in the judgment of the Owner, is the most responsive to Owner's needs. Owner encourages the use of minorities and women- owned businesses as subcontractors. SUBSTITUTION LIST Bidder offers tbe following substitutions and "or equal" items. Deductible Amount* Equipment Alternative (Indicate Wbether Item or Spec Manufacturer/Supplier Lump Sum or Material Section (List One Only) Unit Price) I . -~ k Project B08-08 00300-6 Represents 50 percent of the difference in cost in accordance with the General Conditions (Minimum Deductible Amount per Substitution Item shall be $1,000) (Bidder may supplement this page, as required.) Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: SOLE PROPRIETORSHIP 0/~ (S (Individual's Signature) Phone No.: Florida License No.: (S (Partnership Name) A PARTNERSHIP (General Partner's Signature) (General Partner's Name) Business address: Project BOS-OS 00300-7 -- Phone No.: Florida License No.: Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A CORPORATION By CEM ENTERPRISES INC (Corporation Name) A FLORIDA CORPORATION (State of Incorporation) CHARLES MEEKS (Name of person authorized to sign) PRESIDENT (Corporate Seal) ~~25-~~ Attest Business address: 1757 BENBOW COURT, APOPKA, FL 32703 Phone No.: 407-884-9148 Corporation President: CHARLES MEEKS Florida License No.: CGC057992, QB0008020 Project B08-08 00300-8 Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A JOINT VENTURE ~(.k- By (Name) (Address) By (Name) (Address) Business Address: Phone No.: Florida License No.: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Florida License No.: Project B08-08 00300-9 13. List the following in connection with the Surety, which is providing the Bid Bond: Surety's Name: HARTFORD CASUALTYINSURANCE COMPANY Surety's Address: HARTFORD J CT Name and address of Surety's resident agent for service of process in Florida: NEWMAN CRANE & ASSOC. POBOX 568946 ORLANDO, FL 32856 END OF SECTION Project B08-08 00300-10 i. , SECTION 00300 BID FORM SUBMIITED: July 30, 2008 (Date) PROmCT IDENTIFICATION: CITY OF OCOEE INTERIOR RENOVATION OF NEW POLICE HEADQUARTERS NAME OF BIDDER: Southern Building Services, Inc. .. . 1165 E Plant Street, Suite 9, BUSINESS ADDRESS: Winter Garden. i=L 34787 PHONE NO.: 407-877-1108 CONTRACTOR'S FLORIDA LICENSE NO.: CGC060685 (Contractor must hold an active Certified or Registered General or Building Contractor's License) . THIS BID IS SUBMITTED TO City of Ocoee, Florida (hereinafter called Owner) 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Amendment to the Agreement with Owner in the form included jn. the Contract Documents, to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and. within the Contract Time indicated in this Bid Form and the Amendment to the Agreement. and in accordance with the other terms .and conditionS of the Con~t Documents. . 2. Bidder accepts all of the terms and conditions of the Bidding Documents including without limitation those dealing with the disposition of Bid Bond. This Bid will remain open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice ofIntent to Award. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Docwnents and of the foilowing Addenda: No.1.. No. No. No. Dated .JuIV24.2()()B'."::'No. Dated No. Dated No. Dated No. Dated: Dated: Dated: Dated: Receipt of all is hereby acknowledged along with copies: of the Invitation to Bid and the Instructions to Bidder9. .Project BOB-08. 00300'-1 ... , ' ,'roje~ B08-0S , Bidder has famiJiarjzed' itself with the nature' and extent of the Contract' Oocuments, Work, site, locality, and aU local conditions and Laws and Regulations that in any manner may affect cost, progr~ss, perfonnance, or furnishing the Work. b. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all dmwings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC-4.02 of the Supplementary Conditions of the ,extent of the If technical data" contained in such reportBand dmwings upon which Bidder is entitled to rely as provided in paragraph 4.01 of the General Conditions. Bidder acknowledges that sucb reports and drawings are not Contract Documents and may not be complete for Bidder's purposes; Bidder acknowledges tha~ Owner and Engineer do not assume responsibility for tho accuracy or completeness of inforination and data shown or indicated in the Bidding Documents With respect to Underground Facilities at or contiguous to the si t.,. c. Bidder bas obtained and carefulJystudied (or as~es responsibility for having done so) all sucb additional or supplementary examinations, investigations, explomtions, tests, studies and datil concerning conditions (swface. subsurface and Underground Facilities) at or conti~t>us to the site or otherwise which may affect cost progress, performance or furnishing of the Work or which relate to any aspect of the meaDs, method!, techniques; sequences and procedures of construction to be employed by Bidder and safety precautiollS' and' programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations. tests, studies or data are' necessary' for the determination of this bid, for performance and furnishing of the Work in accordance with the times, price and other tenns and conditions of the Contract Documents. d. Bidder is aware of the genemi nature of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted as indicated ill the Contract Documents. e. ' Bidder has correlated the information known. to Bidder, jnfonnation and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations. investigations, explorations, ' tests, studies and date with the Contract Documents. f. Bidder has given Purchasing Agent written notice of all conflicts, errors, ambiguities' or discrepancies that Bidder has discovered in the Contract 'DocUments and the written resolution thereof by PurchasinSo Agent is acceptable to Bidder, and the Con~act Documents are generally sufficient to indicate and g, 00300-2 .. convey unde~standin'g oral I terms and conditions for p~rforming and furnishing the Work for which this Bid is submitted; . . . h. This Bid is genuine and not made in the interest of or' on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, org~zation or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, finn or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itselfany advantage over any other Bidder or over Owner. i. Bidder hereby agrees to commence work unde.. this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar day completion ofthc work is delayed. . Completion Schedule: 1) The work shall be substantially complete within the Contract Time specified in Article 3.1 of the Scope of Work Agreement (Section 00500). The Work shall be finally Complete within the contract Time specified in Articl6-3.2 of the Scope of Work Agreement (Section 00500). . 2) 4. All bid items shall include all materials, equipment, labor, pennit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the following BASE BID and AL TERNA TE BASE BID to perfonn all the Work as required by the Drawings and Specifications. ITEM 1: BASE BID Contractor l>Crforming all work shown on Architectur~, Mechanical, Electrical, Plumbing, fire, and Technolo'gy plan sheetS, plus any inter-related cross-discipline support work shown on other project drawings and as required in Bidding Documents, Conditions of Contract, SpecifiCations, and Addenda issued. Contractor shall" coordinate all phases of the Work as shown on the Drawings in assisting the City's contractor, DEL Business Interiors to perform the workstation modifications.. . L]lIDp SUIp. Base Bid: _ . tr;ufi. t:tu~~~~o .t.:>!N(tN rlUQ]i..OJS~~ ~ . . s l1 clz OO~. 00 (nwnbers) I tJd Ca~(words); . Project ~O~O8. 00300-3 ~ ITEM 2: ADD ALl'ERNATES~ ' 1. The complete CCTV system. This includes ali nwnber~d' cmn~ras shown on security drawing T-2 and cross referenced on matrix sheet T-60. On the security riser diagram on sheet T -6 I, this will include the digital video recorder reference by plan note #2 and (1) pendant ,mounted LCD monitor referenced by plan notes #8 & # 14. Add Alternate ##Ia words); $ cO (nwnbers) 2. In Kitchen #127 - Replace existing cO,untcrtop and backsplash with new plastic laminate countertop and backsplash., Add Alfernate #2~, fDU gj-t en h unci tz.ea ctQlJ aj2..~ ana tttlUffiiXwords);' s J Lfo6.aO I , (nwnbers) 5. The Bidder agrees to commence work on the date of the Notice to Proceed which is, expected to be issued mid-August 2008, and shall compiete,the wQrkwitl1in SIXTY (60) , DAYS thereafter, The Bidder further agrees io pay. as liquidated damages, the swn of TWO HUNDRED FIFrY (S250.00)DOLLARS for each consecutive calendar day thereafter, until th~ work is, completed, in accordance to Section SOO". 6. In accordance with Article 17 of the Instructions to Bidders. the City will consider the , lowest "Base Bid" or "Alternate B~e Bid" after adjustments for additive or deductive nlternates. Additive or deductive alternates (if any) will be considered in detennining the lowest responsive, responsible Bidder. The owner reserves the right to accept any or all additive or deductive alternates, in his sote discretion, prior to the award of the Contract. the Owner als'Q reserves the right to delete any portion of the Work asshown in the bid scheouIe prior to award and adjust each Bidder's "Base Bid" and/or "A1~rnate Base Bid" ateordingJy, 7., The following docwnent~ are included and mllde a condition of this Bid: a;' Bid F()nn~ (Sections 00300, 00301. 00301A~ 00302, and 00303) b. Bid Bond (SUretY Bond 'or Cashier's Check). (Section 0(410) c. Corporate Authority to Execute Bid (Section 00501) . d. Non-collusion Affidavit (Section 00480) e. Certification of Non-segregated Facilities (Section 00481) f. Sworn Statement on Public Entity Crimes (Section 00482) g. ' Certification of Nondiscriminatory Labor Pra~tices (Section 00483) . 'P~~je~t,BP&-08 00300-4 11 8. The Bidder acknowl~dges that the City specifically reserves the .right to accept and make an award to a bidder that has not submitted the lowest bid when in the City's sole and absotute discretion the City detennines that to be in its best interests. The terms used in this Bid, which are defined in the General Conditions or Instructions of the Construction Gontract, included as part of the Contract Documents have the meanings assigned to them in the General Conditions or Instructions. 9. The work shall be performed under a Florida Contractor's License. Contract shall not be awarded unless proof of valid licensees) is provided. 10. It is understood that where quantities for unit price work have been presented in the foregoing Schedule of Bid Items, they are approxhnate only and are solely for purpose of facilitating the comparison of bids, and that the Contractor's compensation will be computed upon the basis as described in the measurement and payment clauses in the specifications contained h~~ein. 11. BASE BID - SCHEDULE OF MANUFACTURERS/SUPPLIERS If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned as Bidder agrees that the Contract, if awarded. will be on the basi~ of the materials and equipment named in the Contract Documents in accordance with Article 9 of the Instructions to Bidders. If the Bidder desires to propose an alternate manufacturer or supplier, he may write in the name of such alternate in the substitution list included within 'this Bid Form. If the proposed aIternate manufacturer/supplier is determined "not equivalent" by the Architect or Engineer, the Bidder must furnish equipment and/or material items ~y the originally specified manufacturer/supplier. 12. SUBSTITUTIONS AND "OR EQUAL II The undersigned as Bidder agrees that substitutions or "or-equal" items will not be considered until after the "Effective Date of the Agreement" and will be evaluated in !1Ccordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shaH also reimburse the Owner for any design costs directly attributable to the change in manufacturers/suppliers, caused by the acceptance of proposed alternates, such as; additional field trips for the Architect and/or Engineer, additional redesign costs, and additipnal review Cl;>sts, etc. Other costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as; increased, electrical requirements, larger building, additional pumps or tankage, etc., shall be borne by others and not the Owner. If Bidder intends to propose substitutions or "or- equalll items after the "Effective Date of the Agreement," it is agreed that these items will be listed on the Substitution List included, within this Bid Form, with a deductive amount representing SO percent of the total savings between the named B~e Bid item and the proposed item. "Base Bidll item substitutions providing an equipment or material cost savings to the Owner of less than $1,000 will 'not be considered. The undersigned, as , , , Proj~t.I~Olf~08 ' O(}300-5, ' !!, . ..*", .. . . Bidder, also agrees that. if a substitution or "or:-equal" item is not listed on the Substitution List includ~ with. the Bid, aU of the savings between th~ named item and the proposed item will go to the Owner if the Owner accep~ the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. The Owner may request. and the undersigned Bidder shall supply, complete information on proposed substitutions. . Such informl:'uon shall be ~e manufacturer's current published or preprlrited information . for the specific substitution. 13. As Bidd~r, I hereby certify that I am aware tmdunderstand t.hat the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or 4Ul Bids, andlor to acCept tJult Bid which is in the best interest of the City. The Award of this Bid, if made, maybe based on considerations other 1I1an. total CQst, and may be. awarded based on various considerations, including but not lill~ifed tOl Bidder experien~e: and whether the Base Bid and Base Alternate Bid, in the judgnient of the OWIier, is tho . most responsive to Owner's neCds. Owner encoura&es the use ofmiriorities and women- owned businesses as subContractors. .. SUBSTITUTION LIST .. . . Bidder oiters the folIowlng,substitl,dioDlJ and "or equal" items, .' . . Deductible Amount. Equlpmen' .. . Alternative (lridlcateW~etf1ir . Item or Spec Manufacturer/Supplier Lump Swn 0.. . Material Section . cList One Only) . Unit Price} .. .. .. ". .. .. .. .. : . . : .Project 1308-08 . . O~30Q~6 It .. I Represents SO percent of the difference in cost in accordance with the General Conditions (Minimum Deductible Amount per Substitution Item shall be $1,000) (Bidder may supplement this page. as required.) Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW TIlEIR SIGNATURES) If Bidder is: SOLE PROPRIETORSHIP (SEAL) (Individual's Signature) N/A (Individual's Name) doing business as Business Address: Phone No.: Florida License No.: A PARTNERSHIP (SEAL) (Partnership Name) (General Partner's Signature) (General Partner's Name) I nusines! addr~s9: .. PtojettB08-0& OO~OO.7 . , Phone No.'; · Florida License No.:'" Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HA VB THEIR NAMES PRINTEO OR TYPED BELOW THEIR SIONATIJRES) If Bidder i9: A CORPORATION Southern Building Services, Inc. (Corporation Name) Florida . (State of Incorporatio~) Jeffrey L. Sherron (Name of person auWorized to sign) President (Title) (Authorized Signature) (Corporate Seal) Attest . n AA D 1 , ~ J n JU /I II I A Ii'lA. . . 'Q"L.U/UJUl.{, V v WV VWectetary} Business address: 1165 E Plant Street, Suite 9 . Winter Garden, FL 34787. Phone No.: 407-877-1108 Corporation President: Jeffrey L. Sherron Florida License No.: CGC060685 Project BOg-OS 0630fr-& .. ., Strike out (Xl non"'llpplicable signature block and eomplete applicable block. (ALL SIGNA TORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATIJRBS) If Bidder is: . A JOINT VENTURE N/A By (Name) (Address) By (Name) (Address) Business Address: . Phone No..: Florida License No.: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Florida License No.: ... Project B08-0S 00300'.9' . , . . 13. List the following in connection with the Surety, whichis providing the Bid Bond; . Surety's Name: GulQnard Company Surety's Address: 1904 Boothe Circle, Longwood, FL 32750 Name and address of Surety's resident agent for s.ervice of process in Florida: Gulgnard Company Margie Morris 1904 Boothe Circle, Lonf:1wood, FL 32750 END OF SECTION Project aoa-o~ QOjOO'-10 SECTION 00300 BID FORM ,J1o/0B , (Date) PROmCTIDENTIFICATION: CITY OF OCOEE INTERIOR RENOVATION OF NEW POLICE HEADQUARTERS NAME OF BIDDER: SI(Ft:{ c:!ow'S"-~1f('1To{ ~&l/t:eSf TAJC.. I' /$"/~ :r4,e4~4f,. R<<~ BUSINESSAD~RESS: .tlfal1~i ~c. 3z/~' PHONENO.&o~)11Z-~790 I I CONTRACTORfS FLORIDA LICENSE NO.: C C;j (! 0 S- B"7 2- (Contractor m~ hold an active Certified or Registered General or Building Contractor's License) : , i TIllS BID IS SQBMITTED TO City of Ocoee, Florida (hereinafter called Owner) SUBMITTED: i ThCfqrsigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Arne dmbnt to the Agreement with Owner in the form included in the Contract Doc dts, to perform and furnish all Work as specified or indicated in the Contract Doc erits for the Contract Price and within the Contract Time indicated in this Bid Form , I~ the Amendment to the Agreement, and in accor~ce with the other ~rms and conditio~ of the Contract Documents. Bidde~ Jcepts all of the terms and conditions of the Bidding DOf?wnents including withOU.'. t~' 'tation those dealing with the disposition of Bid Bond, This Bid will remain open for . ety (90) calendar days after the. day of Bid opening. Bidder will sign and deliver required number of counterparts of the Amendment to the Agreement with the BondS an other documents required by the Bidding Requirements within ten (10) days after the ate of Owner's Notice of Intent to Award. . I . In su~mi~ng this Bid. Bidder makes all representations required by the Instructions to Bidders $d the Agreement and further warrants and represents that: , ' . : a. ; B~dder has examined copies of all the BIdding Documents and of the following A!denda: . N. / Dated Ih.~/ t:?; No. : Dated: N~. Dated No. Dated: . N~ Dated No. Dated: N . Dated No. Dated: R ipt of 011 is hereby acknowledged olong with copies of the Invitation to Bid an(J the Instructions to Bidders. j i Project B08-08 ! 1. 2, 3. 00300-1 b. Bidder has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, perfQrmance, or furnishing the Work. c. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary . Conditions as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the detennination set forth in paragraph SC-4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional. or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and proCedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e. Bidder is aware of the general nature of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. f. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents. g. Bidder has given Purchasing Agent written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Purchasing Agent "is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and Project B08.08 00300-2 convey Wlderstanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. '2) The Work shall be finally Complete within the contract Time specified in Article 3.2 of the Scope of Work Agreeme~t (Section 00500). 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the following BASE BID and ALTERNATE BASE BID to perform all the Work as required by the Drawings and Specifications. ITEM 1: BASE BID Contractor performing all work shown on Architectural, Mechanical, Electrical, Plumbing, tire, and Technology plan sheets, plus any inter-related cross-discipline support work shown on other project drawings and as required in Bidding Documents, Conditions of Contract, Specifications, and Addenda issued. Contractor shall coordinate all phases of the Work as shown on the Drawings in assisting the City's contractor, OEL Business Interiors to perform the workstation modifications. Lump Sum Base Bid: . fiflf, ;1/,u.rA~~ "..~ 7JIotcs,wLJ l:>rYJ~J .PP $ s /3 om /CD (numbers) I ( words); Project B08-08 00300-3 ITEM 2: ADD AL TERNA TES: 1. The complete CCTV system. This includes all numbered cameras shown on security drawing T-2 and cross referenced on matrix sheet T-60. On the security riser diagram on sheet T -61, this will include the digital video recorder reference by plan note #2 and (1) pendant mounted LCD monitor referenced by plan notes #8 & #14. Add Alternate #1: c; p~ #t,u/jtfOJ ",Ale: 7/-h1A f.J.vl1 ()~U#.f . cO $ I 0 ~J 000 '?O t'l (numbers) ( words): 2. In Kitchen # 127 - Replace existing countertop and backsplash with new plastic laminate countertop and backsplash. Add Alternate #2: 'h>u L. II /11..( M.6.6 va:.'- 4t. r .gR $ 'lev. /a::> ( words); (numbers) 5. The Bidder agrees to commence work on the date of the Notice to Proceed which is expected to be issued mid-August 2008, and shall complete the work.wJthintSRlfI'Y--:(60) DAi\'iS1!th~, The Bidder further agrees to pay, as liquidated damages, the.sumJ;>f TWO:HUNDRED,.~:,{l~5t)1jOO)"D0~'rsM{S for each consecutive calendar day . thereafter, until the work is completed, in accordance to Section 500. 6. In accordance with Article 17 of the Instructions to Bidders, the City will consider the lowest "Base Bid" or "Alternate Base Bid" after adjustments for additive or dedu9tive alternates. Additive or deductive alternates (if any) will be considered in determining the lowest responsive, responsible Bidder. The Owner reserves the right to accept any or all additive or deductive alternates, in his sole discretion, prior to the award of the Contract. The Owner also reserves the right to delete any portion of the Work as shown in the bid schedule prior to award and adjust each Bidder's "Base Bid" and/or "Alternate Base Bid" accordingly, 7. The following documents are included and made a condition of this Bid: a. Bid Fonns (Sections 00300, 00301, 00301A, 00302, and 00303) b. Bid Bond (Surety Bond or Cashier's Check). (Section 00410) c. Corporate Authority to Execute Bid (Section 00501) d. Non-collusion Affidavit (Section 00480) e. Certification of Non-segregated Facilities (Section 00481) f. Sworn Statement on Public Entity Crimes (Section 00482) g. Certification of Nondiscriminatory Labor Practices (Section 00483) Project B08-08 00300-4 ! 8. The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a bidder that has not submitted the lowest bid when in the City's sole and absolute discretion the City detenniries that to be in its best interests. The tenDs used in this Bid, which are defined in the General Conditions or Instructions of the Construction Contract, included as part of the Contract Documents have the -meanings assigned to them in the General Conditions or Instructions. 9. The work shall be performed under a Florida Contractor's License. Contract shall not be awarded unless proof of valid licensees) is provided. 10. It is understood that where quantities for unit price work have been presented in the foregoing Schedule of Bid Items, they are approximate only and are solely for purpose of facilitating the comparison of bids, and that the Contractor's compensation will be computed upon the basis as described in the measurement and payment clauses in the specifications contained herein; . 11. BASE BID - SCHEDULE OF MANUF ACTIJRERS/SUPPLIERS If the foregoing Schedule of Bid Items is presented in a Base Bid fonnat, the undersigned as Bidder agrees that the Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents in accordance with Article 9 of the Instructions to Bidders. If the Bidder desires to propose an alternate manufacturer or supplier, he may write in the name of such alternate in the substitution list included within this Bid Form. If the proposed alternate manufacturer/supplier is determined "not equivalent" by the Architect or Engineer, the Bidder must furnish equipment and/or material items ~y the originally specified manufacturer/supplier. 12. SUBSTI11JTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions or "or-equal" items will not be considered until after the "Effective Date of the Agreement" and will be evaluated in ~rdance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any design costs directly attributable to the change in manufacturers/suppliers, caused by the acceptance of proposed alternates, such as; additional field trips for the Architect and/or Engineer, additional redesign costs, and additional review costs, etc. Other costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as; increased electrical requirements, larger building, additional pumps or tankage, etc., shall be borne by others and not the Owner. If Bidder intends to propose substitutions or "or- equal" items after the "Effective Date of the Agreement," it is agreed that these items will be listed on the Substitution List included within this Bid Form, with a deductive amount representing SO percent of the total savings between the named Base Bid item and the proposed item. "Base Bid" item substitutions providing an equipment or material cost savings to the Owner of less than $1,000 will not be considered. The undersigned, as Project B08-08 00300-5 Bidder, also agrees that if a substitution or "or-equal" item is not listed on the Substitution List included with the aid, all of the savings between the named item and the proposed item will go to the Owner if the Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. The Owner may request, and the undersigned Bidder shall supply, complete information on proposed substitutions. Such information shall be the manufacturer's current published or preprinted information for the specific substitution. 13. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or ~l Bids, and/or to accept that Bid which is in the best interest of the City. The Award of this Bid, if made, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Base Bid and Base Alternate Bid, in the judgment of the Owner, is the most responsive to Owner's needs, Owner encourages the use of minorities and women- owned businesses as subcontractors. SUBSTITUTION LIST Bidder offen the following substitutions and "or equal" items. Deductible Amount. Equipment Alternative (Indicate Whether . Item or Spec Manufacturer/Supplier Lump Sum or Material Section (List One OnlY) Unit Price) Project B08-08 00300-6 Represents SO percent of the difference in cost in accordance with the General Conditions (Minimum Deductible Amount p~r Substitution Item shall be $1,000) (Bidder may supplement this page, as required.) Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HA VB THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNA TIJRES) If Bidder is: ~~HIP (SEAL) (Individual's Signature) (Individual's Name) doing business as Business Address: Phone No.: Florida License No.: A~ (SEAL) (partnership Name) (General Partner's Signature) (General Partner's Name) BusiI).ess address: Project BOS-OS 00300-7 Phone No.: Florida License No.: Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNA lURES) If Bidder is: A CORPORA nON By \SREP'..{ Co~ ~~ Su~j T:1oolC" (Corporation Name) \=' VO~U17ot (State of Incorporatio~) M 1\-11 H.f~( ~~e~ (Name of person authorized to sign) ~5 x~e,J"f (Title) (A~e- (Corporate Seal) Attest ~"~f- NOTARY PUBUC-STATE OF FLORIDA ~""'''''''''' Michelle Guirges ! _ i Commission IOD682829 .....,........~ Expires: JULY 05, 2011 ... I BONDED THRU ATLfoN11C BONDING CO.,INe. ,8C;G&~twn N (, nJIi'( Business address: 'S-\-S- "C...f~tl.^"A-T'CoNAL.. VI1<~..uAY I ")lA'C;c IO{q L A-\C.€. M ~V ( F~ 327 '( ~ Phone No.: Go,) 1/2- G" q 0 Corporation President: M A1f' H-G'w g~a;~ Florida License No.: C~ e O~B7 t Project B08-08 00300-8 Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HA VB THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A~ By (Name) (Address) By (Name) (Address) Business Address: Phone No.: Florida License No.: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Florida License No.: Project B08-08 00300-9 13. List the following in connection with the Surety, which is providing the Bid Bond: Surety's Name: ~Jt'~ .4MB,;ZX:4-I '2:Mt-IA.;If:..ANCI! ~N"l M.....Y' Surety's Address: S;~ ltMuJ&.1r ~~~ (J~c:J:;./M4rr, 0'11 ~ ~ Name and address of Surety's resident agent for service of process in Florida: L,4f~~~ ... W'A,a: r-NS",,<.4A/c-tt . ::r~'"""- (SRGG/ oJ .[701 MA~ eF...,r~ I~k:,~ I .tt. (~o M At)r.l..AJ!1 ~t '12"7 S-/ , END OF SECTION Project B08-08 00300-10 SECTION 00300 BID FORM SUBMITTED: JULY 30, 2008 (Date) PROJECT IDENTIFICATION: CITY OF OCOEE INTERIOR RENOVATION OF NEW POLICE HEADQUARTERS NAME OF BIDDER: APPLE AIR roIDITIOO'ING & HFATING, INC. BUSINESS ADDRESS: 149 S. WOODLAND S'I'REFI' PHONE NO.: 407-654-3777 WIN'1'~t{ GARDEN, FL. 34787 CONTRACTOR'S FLORIDA LICENSE NO.: CG-C1505069 (Contractor must hold an active Certified or Registered .General or Building Contractor's License) THIS BID IS SUBMITTED TO City of Ocoee, Florida (hereinafter called Owner) I . The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Amendment to the Agreement with Owner in the form included in the Contract Documents, to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and the Amendment to the Agreement, and in accordance with the other terms and conditions of the Contract Documents. . 2. Bidder accepts all of the terms and conditions of the Bidding Documents including without limitation those dealing with the disposition of Bid Bond. This Bid will remain open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice of Intent to Award. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. #1 Dated 7-24-08 No. Dated: No. Dated No. Dated: No. Dated No. Dated: No. Dated No. Dated: Receipt of all is hereby acknowledged along with copies of the Invitation to Bid and the Instructions to Bidders. Project B08-08 00300-1 f. g. Project B08-08 b. Bidder has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance, or furnishing the Work. c. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC-4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not. consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e. Bidder is aware of the general nature of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents. Bidder has given Purchasing Agent written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Purchasing Agent is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and 00300-2 convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. i. Bidder hereby agrees to commence work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work ofthe project within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar day completion of the work is delayed. Completion Schedule: 1) The work shall be substantially complete within the Contract Time specified in Article 3.1 of the Scope of Work Agreement (Section 00500). 2) The Work shall be finally Complete within the contract Time specified in Article 3.2 of the Scope of Work Agreement (Section 00500). 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the following BASE BID and AL TERNA TE BASE BID to perform all the Work as required by the Drawings and Specifications. ITEM 1: BASE BID Contractor performing all work shown on Architectural, Mechanical, Electrical, Plumbing, fire, and Technology plan sheets, plus any inter-related cross-discipline support work shown on other project drawings and as required in Bidding Documents, Conditions of Contract, Specifications, and Addenda issued. Contractor shall coordinate all phases of the Work as shown on the Drawings in assisting the City's contractor, OEL Business Interiors to perform the workstation modifications. L~ St\\'WYf/ea .f;n~_1h({.t 1hO\l.'-ilra o.O\\OJS (NollIJo-( words); $ S f:> (, \ aDO . 0 0 (numbers) Project B08-08 00300-3 ITEM 2: ADD AL TERNA TES: 1. The complete CCTV system. This includes all nwnbered cameras shown on security drawing T-2 and cross referenced on matrix sheet T-60. On the security riser diagram on sheet T -61, this will include the digital video recorder reference by plan note #2 and (I) pendant mounted LCD monitor referenced by plan notes #8 & #14. Add Alternate #1: Seventy Two Thousand Three Hundred Fifteen Dollars ar~0~~100IS $ 72,315.00 (numbers) 2. In Kitchen #127 - Replace existing countertop and backsplash with new plastic laminate countertop and backsplash. Add Alternate #2: One Thousand Five Hundred Dollars ( words); $ 1,500.00 (numbers) 5. The Bidder agrees to commence work on the date of the Notice to Proceed which is expected to be issued mid-August 2008, and shall complete the work within SIXTY (60) DAYS thereafter, The Bidder further agrees to pay, as liquidated damages, the sum of TWO HUNDRED FIFTY ($250.00) DOLLARS for each consecutive calendar day thereafter, until the work is completed, in accordance to Section 500. 6. In accordance with i\rticle 17 of the Instructions to Bidders, the City will consider the lowest "Base Bid" or "Alternate Base Bid" after adjustments for additive or deductive alternates. Additive or deductive alternates (if any) will be considered in determining the lowest responsive, responsible Bidder. The Owner reserves the right to accept any or all additive or deductive alternates, in his sole discretion, prior to the award of the Contract. The Owner also reserves the right to delete any portion of the Work as shown in the bid schedule prior to award and adjust each Bidder's "Base Bid" andlor "Alternate Base Bid" accordingly. 7. The following docwnents are included and made a condition of this Bid: a. Bid Forms (Sections 00300, 00301, 00301A, 00302, and 00303) b. Bid Bond (Surety Bond or Cashier's Check). (Section 00410) c. Corporate Authority to Execute Bid (Section 00501) d. Non-collusion Affidavit (Section 00480) e. Certification of Non-segregated Facilities (Section 00481) f. Sworn Statement on Public Entity Crimes (Section 00482) g. Certification of Nondiscriminatory Labor Practices (Section 00483) Project B08-08 00300-4 8. The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a bidder that has not submitted the lowest bid when in the City's sole and absolute discretion the City determines that to be in its best interests. The terms used in this Bid, which are defined in the General Conditions or Instructions of the Construction Contract, included as part of the Contract Documents have the meanings assigned to them in the General Conditions or Instructions. 9. The work shall be performed under a Florida Contractor's License. Contract shall not be awarded unless proof of valid licensees) is provided. 10. It is understood that where quantities for unit price work have been presented in the foregoing Schedule of Bid Items, they are approximate only and are solely for purpose of facilitating the comparison of bids, and that the Contractor's compensation will be computed upon the basis as described in the measurement and payment clauses in the specifications contained herein. I I. BASE BID - SCHEDULE OF MANUFACTURERS/SUPPLIERS If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned as Bidder agrees that the Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents in accordance with Article 9 of the Instructions to Bidders. If the Bidder desires to propose an alternate manufacturer or supplier, he may write in the name of such alternate in the substitution list included within this Bid Form. If the proposed alternate manufacturer/supplier is determined "not equivalent" by the Architect or Engineer, the Bidder must furnish equipment and/or material items by the originally specified manufacturer/supplier. 12. SUBSTITUTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions or "or-equal" items will not be considered until after the "Effective Date of the Agreement" and will be evaluated in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any design costs directly attributable to the change in manufacturers/suppliers, caused by the acceptance of proposed alternates, such as; additional field trips for the Architect and/or Engineer, additional redesign costs, and additional review costs, etc. Other costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as; increased electrical requirements, larger building, additional pumps or tankage, etc., shall be borne by others and not the Owner. If Bidder intends to propose substitutions or "or- equal" items after the "Effective Date of the Agreement," it is agreed that these items will be listed on the Substitution List included within this Bid Form, with a deductive amount representing 50 percent of the total savings between the named Base Bid item and the proposed item. "Base Bid" item substitutions providing an equipment or material cost savings to the Owner of less than $ I ,000 will not be considered. The undersigned, as Project B08-08 00300-5 Bidder, also agrees that if a substitution or "or-equal" item is not listed on the Substitution List included with the Bid, all of the savings between the named item and the proposed item will go to the Owner if the Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. The Owner may request, and the undersigned Bidder shall supply, complete infonnation on proposed substitutions. Such information shall be the manufacturer's current published or preprinted information for the specific substitution. 13. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all Bids, and/or to accept that Bid which is in the best interest of the City. The Award of this Bid, if made, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Base Bid and Base Alternate Bid, in the judgment of the Owner, is the most responsive to Owner's needs. Owner encourages the use of minorities and women- owned businesses as subcontractors. SUBSTITUTION LIST Bidder offers the following substitutions and "or equal" items. Deductible Amount* Equipment Alternative (Indicate Whether Item or Spec Manufacturer/Supplier Lump Sum or Material Section (List One Only) Unit Price) NOOE Project B08-08 00300-6 Represents 50 percent of the difference in cost in accordance with the General Conditions (Minimum Deductible Amount per Substitution Item shall be $1,000) (Bidder may supplement this page, as required.) Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNA TORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: SOLE PROPRIETORSHIP (SEAL) (Individual's Signature) (Individual's Name) doing business as I -, Business Address: - Phone No.: Florida License No.: A PARTNERSHIP (SEAL) (Partnership Name) (General Partner's Signature) (General Partner's Name) Busi1)ess address: Project B08-08 00300-7 Phone No.: Florida License No.: Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNA TORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNA TURES) If Bidder is: A CORPORA nON (Corporation Name) APPLE AIR OJNDITIONING & HEATING, INe. (State of Incorporation) FlORIDA By (Name of person authorized to sign) PEI'E LATlNER, JR. (Corporate Seal) (Secretary) 1 49 S. WOODLAND STREE:r WINTER GARDEN, FL. 34787 Phone No.: 407-654-3777 Corporation President: PEI'E LATlNER, JR Florida License No.: CG-C1S0S069 Project B08-08 00300-8 Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNA TORIES MUST HA VE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A JOINT VENTURE By (Name) (Address) By (Name) (Address) Business Address: Phone No.: Florida License No.: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Florida License No.: Project B08-08 00300-9 13. List the follo~ng in connection with the Surety, which is providing the Bid Bond: 5% CHECK IS ATl'ACHED FOR BID Surety's Name: Surety's Address: Name and address of Surety's resident agent for service of process in Florida: END OF SECTION Project B08-08 00300-10 SECTION 00300 BID FORM SUBMITTED: (L.lu 30) 'lOOK ,l.on RM. 41 (Date) PROJECT IDENTIFICATION: CITY OF OCOEE INTERIOR RENOVATION OF NEW POLICE HEADQUARTERS NAME OF BIDDER:_~~i" k, \, ~rl~hr\ 1 ~\lPrA.nO ~"s-'v\Ad;O\tll I~t... r\.. ~'l-':n'1 BUSINESS ADDRESS: 1M' Lu Rd )~, ~Ol, WIl1.hi ~L1rk,PHONE NO.: 1"b1- ~4,S -4441- CONTRACTOR'S FLORIDA LICENSE NO.: tC::tt\~D'lJ1-l (Contractor must hold an active Certified or Registered General or Building Contractor's License) THIS BID IS SUBMITTED TO City ofOcoee, Florida (hereinafter called Owner) 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Amendment to the Agreement with Owner in the form included in the Contract Documents, to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and the Amendment to the Agreement, and in accordance with the other terms and conditions of the Contract Documents. . 2. Bidder accepts all of the terms and conditions of the Bidding Documents including without limitation those dealing with the disposition of Bid Bond. This Bid will remain open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice ofIntent to Award. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to ~idders and the Agreement and further warrant~ and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. ~ Dated ~ No. Dated: No. Dated No. Dated: No. Dated No. Dated: No. Dated No. Dated: Receipt of all is hereby acknowledged along with copies of the Invitation to Bid and the Instructions to Bidders. Project B08-08 00300-1 b. Bidder has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance, or furnishing the Work. c. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC-4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e. Bidder is aware of the general nature of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. ' f. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents. g. Bidder has given Purchasing Agent written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Purchasing Agent is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and Project BOB-DB 00300-2 convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. i. Bidder hereby agrees to commence work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar day completion of the work is delayed. Completion Schedule: 1) The work shall be substantially complete within the Contract Time specified in Article 3.1 of the Scope of Work Agreement (Section ,00500). 2) The Work shall be finally Complete within the contract Time specified in Article 3.2 of the Scope of Work Agreement (Section 00500). 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the following BASE BID and AL TERNA TE BASE BID to perform all the Work as required by the Drawings and Specifications. ITEM 1: BASE BID Contractor performing all work sho~ on Architectural, Mechanical, Electrical, Plumbing, fire, and Technology plan sheets, plus any inter-related cross-discipline support work shown on other project drawings and as required in Bidding Documents, Conditions of Contract, Specifications, and Addenda issued. Contractor shall coordinate all phases of the Work as shown on the Drawings in assisting the City's contractor, OEL Business Interiors to perform the workstation modifications. .bump Sum Base }(lid: "l- , T\~<L~tWl.tJ,~~.~ \.~cu.& ~,'V<.. ~J.. A~ words); $ ~q ffJ 'S (6z (numbers) Project B08-08 00300-3 ITEM 2: ADD ALTERNATES: 1. The complete CCTV system. This includes all numbered cameras shown on security drawing T-2 and cross referenced on matrix sheet T-60. On the security riser diagram on sheet T -61, this will include the digital video recorder reference by plan note #2 and (1) pendant mounted LCD monitor referenced by plan notes #8 & #14. Add Alternate #1: (\.irct 'J ~;~ \t 'f\m>.so...~ ~;~ t..+ "'~ i ~ 'f'\.l"1<L- (words); $ S is'' I tt:?& ~ (numbers) 2. In Kitchen # 127 - Replace existing countertop and backsplash with new plastic laminate countertOP and backsplash. Add Alternate #2: tlJ~~ k,,~cl S~t\-.J $ ~6D. tJV "7 ( words); (numbers) 5. The Bidder agrees to commence work on the date of the Notice to Proceed which is expected to be issued mid-August 2008, and shall complete the work within SIXTY (60) DAYS thereafter, The Bidder further agrees to pay, as liquidated damages, the sum of TWO HUNDRED FIFTY ($250.00) DOLLARS for each consecutive' calendar day thereafter, until the work is completed, in accordance to Section 500. 6. In accordance with Article 17 of the Instructions to Bidders, the City will consider the lowest "Base Bid" or "Alternate Base Bid" after adjustments for additive or deductive alternates. Additive or deductive alternates (if any) will be considered in determining the lowest responsive, responsible Bidder. The Owner reserves the right to accept any or all additive or deductive alternates, in his sole discretion, prior to the award of the Contract. The Owner also reserves the right to delete any portion of the Work as shown in the bid schedule prior to award and adjust each Bidder's "Base Bid" and/or "Alternate Base Bid" accordingly. 7. The following documents are included and made a condition ofthis Bid: a. Bid Forms (Sections 00300, 00301, 00301A, 00302, and 00303) b. Bid Bond (Surety Bond or Cashier's Check). (Section 00410) c. Corporate Authority to Execute Bid (Section 00501) d. Non-collusion Affidavit (Section 00480) e. Certification of Non-segregated Facilities (Section 00481) f. Sworn Statement on Public Entity Crimes (Section 00482) g. Certification of Nondiscriminatory Labor Practices (Section 00483) Project B08-08 00300-4 8. The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a bidder that has not submitted the lowest bid when in the City's sole and absolute discretion the City determines that to be in its best interests. The terms used in this Bid, which are defined in the General Conditions or Instructions of the Construction ~ontract, included as part of the Contract Documents have the meanings assigned to them in the General Conditions or Instructions. 9. The work shall be performed under a Florida Contractor's License. Contract shall not be awarded unless proof of valid licensees) is provided. 10. It is understood that where quantities for unit price work have been presented in the foregoing Schedule of Bid Items, they are approximate only and are solely for purpose of facilitating the comparison of bids, and that the Contractor's compensation will be computed upon the basis as described in the measurement and payment clauses in the specifications contained herein. 11. BASE BID ~ SCHEDULE OF MANUFACTURERS/SUPPLIERS If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned as Bidder agrees that the Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents in accordance with. Article 9 of the Instructions to Bidders. If the Bidder desires to propose an alternate manufacturer or supplier, he may write in the name of such alternate in the substitution list included within this Bid Form. If the proposed alternate manufacturer/supplier is detennined "not equivalent" by the Architect or Engineer, the Bidder must furnish equipment and/or material items ~y the originally specified m8.!lufacturer/supplier. 12. SUBSTITUTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions or "or-equal" items will not be considered until after the "Effective Date of the Agreement" and will be evaluated in ~ccordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any design costs directly attributable to the change in manufacturers/suppliers, caused by the acceptance of proposed alternates, such as; additional field trips for the Architect and/or Engineer, additional redesi~ costs, and additional review costs, etc. Other costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as; increased electrical requirements, larger building, additional pumps or tankage, etc., shall be borne by others and not the Owner. If Bidder intends to propose substitutions or "or- equal" items after the "Effective Date of the Agreement," it is agreed that these items will be listed on the Substitution List included within this Bid Fonn, with a deductive amount representing 50 percent of the total savings between the named Base Bid item and the proposed item. "Base Bid" item substitutions providing an equipment or material cost . savings to the Owner of less than $1,000 will not be considered. The undersigned, as Project B08-08 00300-5 Bidder, also agrees that if a substitution or "or-equal" item is not listed on the Substitution List included with the Bid, all of the savings between the named item and the proposed item will go to the Owner if the Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. The Owner may request, and the undersigned Bidder shall supply, complete information on proposed substitutions. Such information shall be the manufacturer's current published or preprinted information for the specific substitution. 13. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or !ill Bids, and/or to accept that Bid which is in the best interest of the City. The Award of this Bid, if made, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Base Bid and Base Alternate Bid, in the judgment of the Owner, is the most responsive to Owner's needs. Owner encourages the use of minorities and women- owned businesses as subcontractors. SUBSTITUTION LIST Bidder offers the following substitutions and "or equal" items. Deductible Amount* Equipment Alternative (Indicate Whether . Item or Spec Manufacturer/Supplier Lump Sum or Material Section (List One Only) Unit Price) ./I! 'It ,.. Project B08.08 00300-6 Represents 50 percent of the difference in cost in accordance with the General Conditions (Minimum Deductible Amount per Substitution Item shall be $1,000) (Bidder may supplement this page, as required.) Stri out (X) non-applicable signature block and complete applicable block. (ALL SIGN TORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW TH SIGNA RES) If Bidder i (SEAL) (Individual's Signa (Individual's Name) doing business as Business Address: Phone No.: Florida License No.: A PARTNERSHIP (SEAL) (partnership Name) (General Partner's Signature) (General Partner's Name) Project B08-08 00300-7 Phone No.: Florida License No.: Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A CORPORA nON By (Corporate Seal) Attest Business address: Phone No.: Corporation President: Florida License No.: \h.i~lu\ ~rJ~ v\ ~. 'R__.\'vo.~€I LC\'1StvlLd, c.~ . \Vlt. J (Corporation Name) f\OY~dCL (State of Incorporatio~) R,t~~Vcl \-\ti"~~ \ (Name of person authorized to sign) tYlS;l\lV\~ (Title) (AuthorJ!lf/!J.) ) \1~wV\ ~V':c.~\ "- (Secretary) \~O\ LtL Ko~A ~h . 'bO \ WiY\ttV' PA.'\'~ I fl ~11%l\ 1~1-- ~4S -~i\1 ~'\t,~lLV~ \-It\v\V-U . C~tI60~d-1+ r" Project B08-08 00300-8 Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGN DRES) If Bidder' : By (Name) By Business Address: Phone No.: (Each jo' t venturer must sign. The manner of signing for each individual, nership, and corpo tion that is a party to the joint ventur~ should be in the manner indicate above.) Project B08-08 00300-9 13. List the following in connection with the Surety, which is providing the Bid Bond: Surety's Name: f\ovi tiA. ~u.n1 Ro~J~., \M . u~D N. 'W~~Oy~ ~~ ') Sh J.O~ 1 ~Lli.HIl.Vld I fL 3-:115\ Surety's Address: Name and address of Surety's resident agent for service of process in Florida: ~(~ Mll.t~~~~i L lidO N. vJ~mon f2ct\ Stf 'aoe> Mlli t\" v\CD fl ~'} 15 \ , END OF SECTION r- Project B08-08 00300-10 " SECTION 00300 BID FORM SUBMITTED: '7J30108 (Date) PROJECT IDENTIFICATION: CITY OF OCOEE INTERIOR RENOVATION OF NEW POLICE HEADQUARTERS NAME OF BIDDER: PM S It-J DU5TJZ.JAL c1~lJUJc(t)(l.5 LLc... BUSINESS ADDRESS: ':u'~1 5TAlE eO loO Wb5T PHONE NO.: 86,3- 53 '1-1212.. 814(l;Tt)W FL '33830 CONTRACTOR'S FLORIDA LICENSE NO.: c~ -CD 5'5<=14D (Contractor must hold an active Certified or Registered General or Building Contractor's License) THIS BID IS SUBMITTED TO City of Ocoee, Florida (hereinafter called Owner) 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Amendment to the Agreement with Owner in the form included in the Contract Documents, to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and the Amendment to the Agreement, and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Bidding Documents including without limitation those dealing with the disposition of Bid Bond. This Bid will remain open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice ofIntent to Award. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. I Dated '/ 1l.~/DB No. Dated: No. Dated No. Dated: No. Dated No. Dated: No. Dated No. Dated: Receipt of all is hereby acknowledged along with copies of the Invitation to Bid and the Instructions to Bidders. Project B08-08 00300-1 Project B08-08 00300-2 'i.' 'II ill .. ill .. .. fill .. .. ,. ,. ,. ,. ,. ,. .. .. ,.. fill ,. ,. ~ ... ,. ,. " ,. ~ ,. ~ ~ ~ tJ t[f fJ t' ~ ~ fA fj t!J ~ b. Bidder has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance, or furnishing the Work. c. Bidder has carefully studied all reports of explorations and tests of subsurface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contiguous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC-4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies and data concerning conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost progress, performance or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies or data are necessary for the determination of this bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e. Bidder is aware of the general nature of Work to be performed by Owner and others at the site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. f. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents. g. Bidder has given Purchasing Agent written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Purchasing Agent is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. I. Bidder hereby agrees to commence work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar day completion of the work is delayed. Completion Schedule: 1) The work shall be substantially complete within the Contract Time specified in Article 3.1 of the Scope of Work Agreement (Section 00500). 2) The Work shall be finally Complete within the contract Time specified in Article 3.2 of the Scope of Work Agreement (Section 00500). 4. All bid items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the following BASE BID and AL TERN A TE BASE BID to perform all the Work as required by the Drawings and Specifications. ITEM 1: BASE BID Contractor performing all work shown on Architectural, Mechanical, Electrical, Plumbing, fire, and Technology plan sheets, plus any inter-related cross-discipline support work shown on other project drawings and as required in Bidding Documents, Conditions of Contract, Specifications, and Addenda issued. Contractor shall coordinate all phases of the Work as shown on the Drawings in assisting the City's contractor, OEL Business Interiors to perform the workstation modifications. Lump Sum Base Bid: " /. ~)I. !.iV/Vf.lfLEIJ Sf 'f. 7)f{)LJS/~O Stl/bN /-rf);vOIUcO . $ 60h, 700. nO (numbers) I ( words); Project B08-08 00300-3 ,CJ; If bN 'rvJ - {.-/ (j 1--_ 7)../-0 u c, fnJ () 7-:; (.100 (numbers) , ( words); ITEM 2: ADD ALTERNATES: I. The complete CCTV system. This includes all numbered cameras shown on security drawing T-2 and cross referenced on matrix sheet T-60. On the security riser diagram on sheet T -61, this will include the digital video recorder reference by plan note #2 and (1) pendant mounted LCD monitor referenced by plan notes #8 & #14. Add Alternate #1: $ 2. In Kitchen #127 - Replace existing countertop and backsplash with new plastic laminate countertop and backsplash. Add Alternate #2: ()Nt /}-I () v'S vtJ 0 ') $ { Go 0 , (l ( ( words); (numbers) 5. The Bidder agrees to commence work on the date of the Notice to Proceed which is expected to be issued mid-August 2008, and shall complete the work within SIXTY (60) DAYS thereafter. The Bidder further agrees to pay, as liquidated damages, the sum of TWO HUNDRED FIFTY ($250.00) DOLLARS for each consecutive calendar day thereafter, until the work is completed, in accordance to Section 500. 6. In accordance with Article 17 of the Instructions to Bidders, the City will consider the lowest "Base Bid" or "Alternate Base Bid" after adjustments for additive or deductive alternates. Additive or deductive alternates (if any) will be considered in determining the lowest responsive, responsible Bidder. The Owner reserves the right to accept any or all additive or deductive alternates, in his sole discretion, prior to the award of the Contract. The Owner also reserves the right to delete any portion of the Work as shown in the bid schedule prior to award and adjust each Bidder's "Base Bid" and/or "Alternate Base Bid" accordingly. 7. The following documents are included and made a condition of this Bid: a. Bid Forms (Sections 00300, 00301, 00301A, 00302, and 00303) b. Bid Bond (Surety Bond or Cashier's Check). (Section 00410) c. Corporate Authority to Execute Bid (Section 00501) d. Non-collusion Affidavit (Section 00480) e. Certification of Non-segregated Facilities (Section 00481) f. Sworn Statement on Public Entity Crimes (Section 00482) g. Certification of Nondiscriminatory Labor Practices (Section 00483) Project B08-08 00300-4 0, 8. The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a bidder that has not submitted the lowest bid when in the City's sole and absolute discretion the City determines that to be in its best interests. The terms used in this Bid, which are defined in the General Conditions or Instructions of the Construction Contract, included as part of the Contract Documents have the meanings assigned to them in the General Conditions or Instructions. 9. The work shall be performed under a Florida Contractor's License. Contract shall not be awarded unless proof of valid licensees) is provided. 10. It is understood that where quantities for unit price work have been presented in the foregoing Schedule of Bid Items, they are approximate only and are solely for purpose of facilitating the comparison of bids, and that the Contractor's compensation will be computed upon the basis as described in the measurement and payment clauses in the specifications contained herein. 11. BASE BID - SCHEDULE OF MANUFACTURERS/SUPPLIERS If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned as Bidder agrees that the Contract, if awarded, will be on the basis of the materials and equipment named in the Contract Documents in accordance with Article 9 of the Instructions to Bidders. If the Bidder desires to propose an alternate manufacturer or supplier, he may write in the name of such alternate in the substitution list included within this Bid Form. If the proposed alternate manufacturer/supplier is determined "not equivalent" by the Architect or Engineer, the Bidder must furnish equipment and/or material items by the originally specified manufacturer/supplier. 12. SUBSTITUTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions or "or-equal" items will not be considered until after the "Effective Date of the Agreement" and will be evaluated in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any design costs directly attributable to the change in manufacturers/suppliers, caused by the acceptance of proposed alternates, such as; additional field trips for the Architect and/or Engineer, additional redesign costs, and additional review costs, etc. Other costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as; increased electrical requirements, larger building, additional pumps or tankage, etc., shall be borne by others and not the Owner. If Bidder intends to propose substitutions or "or- equal" items after the "Effective Date of the Agreement," it is agreed that these items will be listed on the Substitution List included within this Bid Form, with a deductive amount representing 50 percent of the total savings between the named Base Bid item and the proposed item. "Base Bid" item substitutions providing an equipment or material cost savings to the Owner of less than $1,000 will not be considered. The undersigned, as Project B08-08 00300-5 Bidder, also agrees that if a substitution or "or-equal" item is not listed on the Substitution List included with the Bid, all of the savings between the named item and the proposed item will go to the Owner if the Owner accepts the proposed item in accordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. The Owner may request, and the undersigned Bidder shall supply, complete information on proposed substitutions. Such information shall be the manufacturer's current published or preprinted information for the specific substitution. 13. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all Bids, and/or to accept that Bid which is in the best interest of the City. The Award of this Bid, if made, may be based on considerations other than total cost, and may be awarded based on various considerations, including but not limited to: Bidder experience and whether the Base Bid and Base Alternate Bid, in the judgment of the Owner, is the most responsive to Owner's needs. Owner encourages the use of minorities and women- owned businesses as subcontractors. SUBSTITUTION LIST Bidder offers the following substitutions and "or equal" items. Deductible Amount'" Equipment Alternative (Indicate Whether Item or Spec Man ufacturerlSu pplier Lump Sum or Material Section (List One Only) Unit Price) Project B08-08 00300-6 Represents 50 percent of the difference in cost in accordance with the General Conditions (Minimum Deductible Amount per Substitution Item shall be $1,000) (Bidder may supplement this page, as required.) Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNA TURES) If Bidder is: SOLE PROPRIETORSHIP (SEAL) (Individual's Signatnr?( (Individual's Name) doing business as Business Address: Phone No.: Florida License No.: A PARTNERSHIP (SEAL) (Partnership Name) (General Partner's Signature) (General Partner's Name) Business address: Project B08-08 00300-7 By ='l!o"Tr 5TAbJ.~~ (Name of person authorized to sign) Ru::.~t Y.) b)J\ itle) ~oriZ igoature) .. . . . . . . . . . . . . . . . . . . . . . . .. .. .. . . .. .. . . . . . . .. ., ... Phone No.: Florida License No.: Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNA TURES) If Bidder is: A CORPORATION AI- 5 IN Dl,) S m. H\ L Co t.JSm..uc..:rof2.. '5 l..LL (Corporation Name) rLoI2..{ D A (State of Incorporation) (Corporate Seal) Attest ~ ~<S: ~~../~ (Secretary) Business address: ' d..lo'51 S'rA TC R.tJ l.o WEST BA n..;rt) t.U M... 33 8 30 Phone No.: BCo ~ - 5'3~ -/"2..\ ~ Corporation President: :54>1r SrAq~ Florida License No.: C 6] -L, D 55'1 lfo Project B08-08 00300-8 Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNA TORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: A JOINT VENTURE By (Name) X (Address) By (Name) (Address) Business Address: Phone No.: Florida License No.: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Florida License No.: Project BOB-08 00300-9 13. List the following in connection with the Surety, which is providing the Bid Bond: Surety's Name: OLD 12€"PUf)LtL 5u~ Co W\f'~JJ~ W \.5(,()N5\ to.) Surety's Address: Name and address of Surety's resident agent for service of process in Florida: Lu~~"1t Bo'-lt)l~ 11~~~(b Iw... ~O Boi- C(1/l.f7 LA \l.t""L flJU) FL -33 BDtf END OF SECTION Project BOS-08 00300-10 .. .. .. .. .. .. . . .- fI' . .. ~., ...... ......" , , . " ", .,..1 .... . ,..) . ": '- , .-- " \.....1 ...... . , .......1 ~J 1'''\ :_-) ('1 ...._1 ::~ U \0 . ", :u <J i ') . <- : .. -, I ....._j ,', ~ \ : "-" I .' ....\ ~ ,-', 1.-......) '\ , .....,t SECTION 00300 BID FORM SUBMITIED: July 30, 2008 (Date) PROJJ;CT IDENTIFICATION: CITY OF OCOEE INTERIOR RENOVATION OF NEW POLICE HEADQUARTERS NAME OF BIDDER: E.L. Bailey & Company 7800 Southland Blvd BUSINESS ADDRESS: Or lando, FL 32809 PHONE NO.: 407.855.1880 CONTRACTOR'S FLORIDA LICENSE NO.: QB61 495 (Contractor must hold an active Certified or Registered General or Building Contractor's License) THIS BID IS SUBMITIED TO City of Ocoee, Florida (hereinafter called Owner) 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Amendment to the Agreement with Owner in the fonn included in the Contract Documents, to perfonn and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid Form and the Amendment to the Agreement, and in accordance with the other terms and conditions of the Contract Documents. . 2. Bidder accepts all of the terms and conditions of the Bidding Documents including without limitation those dealing with the disposition of Bid Bond. This Bid will remain . open for ninety (90) calendar days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Amendment to the Agreement with the Bonds and other documents required by the Bidding Requirements within ten (10) days after the date of Owner's Notice of Intent to Award. 3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and the Agreement and further warrants and represents that: a. Bidder has examined copies of all the Bidding Documents and of the following Addenda: No. 1 No. No. No. Dated 7/24/08 No. Dated No. Dated No. Dated No. Dated: Dated: Dated: Dated: Receipt of all is hereby acknowledged along with copies of the Invitation to Bid and the Instructions to Bidders. Project BOS-OS 00300-1 Project BOS-08 b. Bidder has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may' affect cost, progress, performance, or furnishing the Work. c. Bidder has carefully studied all reports of explorations and tests of subsmface conditions at or contiguous to the site and all drawings of physical conditions in or relating to existing surface of subsurface structures at or contigUous to the site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02.1 of the General Conditions. Bidder accepts the determination set forth in paragraph SC-4.02 of the Supplementary Conditions of the extent of the "technical data" contained in such reports and drawings upon which Bidder is entitled to rely as provided in paragraph 4.02 of the General Conditions. Bidder aclmowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and ~gineet, do not asswne respOnSibility for the accuracy or completeness of information and data shown or indicated in the Bidding Documents with respect to Underground Facilities at or contiguous to the site. d. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies .and data concerning conditions (surface, subsurface and Undergrowd Facilities) at or contiguous to the site or otherwise. which may . affect cost progress, performance or furnishing of the Work or which 're,late to any aspect of the means, methods, techniques, sequences and procedures', of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations; tests, studies or data are necessary for the determination of this bid for performance and furnishing of the Work in accordance with the times, price and other terms and conditions of the Contract Documents. e. Bidder is aware of the general nature of Work to be performed by Owner and others at the site that relates to Work fQr which this Bid is submitted as indicated in the Contract Documents. f. Bidder has correlat~ the information known to. Bidder, information and observations obtained frOm visits to the site, reports and drawings identified in the Contract Documents and all additional examinations, investigations, explorations, tests, studies and date with the Contract Documents. g. Bidder has given Purchasing Agent written notice of all conflicts, errors, ambiguities or discrepancies that Bidder has discovered in the Contract Documents and the written resolution thereof by Purchasing Agent is acceptable to Bidder, and the Contract Documents are generally sufficient to indicate and 00300-2 ",.~ J . , '\ . .j .J '\ ) --, .. .) "'. ..J .-, \.._,' -) C) " ., . I -' . " ,'\ \....1 .~ :....., '-...J ~) ~) ,---'\ ......... " -,~ I '- , .- : ,-,' It"', : ---1 : I --, , \..J , ....., ....,/ ...., convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. h. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity With any agreement or rules of any group. association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a farce or sham Bid; Bidder has not solicited or induced any person. firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. i. Bidder hereby agrees to commence work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of the project within the Contract Time specified in the Scope of Work Agreement (Section 00500). Bidder further accepts the provisions of the Scope of Work Agreement as to liquidated damages and agrees to pay as liquidated damages the amount stated in the Scope of Work Agreement (Section 00500), for each consecutive calendar day completion of the work is delayed. Completion Schedule: 1) The work shall be substantially complete within the Contract Time specified in Article 3.1 of the Scope of Work Agreement (Section 00500). 2) The Work shall be finally Complete within the contract Time specified in Article 3.2 of the Scope of Work Agreement (Section 00500). 4. All bid items shall include all materials, equipment. labor. permit fees. taxes, tests. miscellaneous costs of all types. overhead, and profit for the item to be complete. in place, and ready for operation in the manner contemplated by the Contract Documents. Bidder submits the following BASE BID and AL TERNA TE BASE BID to perform all the Work as required by the Drawings and Specifications. ITEM 1: BASE BID Contractor performing all work shown on Architectural. Mechanical. Electrical, plumbing. fire, and Technology plan sheets, plus any inter-related cross-discipline support work shown on other project drawings and as required in Bidding Documents, Conditions of Contract, Specifications, and Addenda issued. . Contractor shall coordinate all phases of the Work as shown on the Drawings in assisting the City's contractor, OEL Business Interiors to perform the workstation modifications. Lump Sum Base Bid: ( words); $ t6~I" (YYY (numbers) Project B08-08 00300-3 ITEM 2: ADD ALTERNATES: 1. The complete CCTV system. This includes all numbered cameras shown on security drawing T -2 and cross referenced on matrix sheet T -60. On the security riser diagram on sheet T -61, this will include;the digital video recorder reference by plan note #2 and (1) pendant mounted LCD monitor referenced by plan notes #8 & # 14. Add Alternate #1: ( words); $ '&8: n:O / (numbers) 2.ln Kitcben #127 - Replace existing countertop and backsplash With new plastic laminate countertop and backsplash. Add Alternate #2: ( words); $ ~~~?:~! 3PS ,GV , (numbers) , ' S. The Bidder agrees to commence work on the date of the Notice to Proceed which is expected to be issued mid-August 2008, and shall complete the work within SIXTY (60) DA VB th~after, The Bidder further agrees ,to pay, as liquidated damages. the sum of TWO HUNDRED FIFfY (5250.00) DOLLARS for each consecutive calendar day thereafter. until the work is completed. in accordance to Section 500. 6. In accordance with Article 17 of the .Instructions to Bidders, the City will, consider the lowest "B.ase Bid" or "Altetnate Base Bid" after adjustments for additive or deductive alternates. Additive or deductive alternates (if any) will be considered in determining the lowest responsive, responsible Bidder. The Owner reserves the right to accept any or all additive or deductive alternates, in his sole discretion, prior to the aWard of the Contract. The Owner also reserves the right to delete any portion of the Work as shown in: the bid schedule prior to ~~d and adjust each Bidder's "Base Bid" and/or "Alternate Base Bid" ~nnn~y. . 7. The following documents are included and made a condition 6fthis Bid: a. Bid Forms (Sections 00300,00301', 00301A, 00302, and 00303) b. Bid Bond (Surety Bond or C.ashier's Check).. (Section 0041 0) c. Corporate Authority to Execute Bid (Section 00501) d. Non-collusion Affidavit (Section 00480) e. Certification of Non-segregated Facilities (Section 00481) f. Sworn Statement on Public Entity Crimes (Section 00482) g. Certification of Nondiscriminatory Labor Practices (Section 00483) Project B08-08 00300-4 I- I ......'" " :" ) i '. ./ , ) . -\ '..j .' ", ,....i " ; '..J ' I I '. I,.) ,. '\ i~ '--'\ , \...J I ", \,-" . ,', I i--.; I ._, I~I I ~'-, ,-.J ,. .... I ,___, I r'" I ;,-, : .'-""\ 1'\ i 10- r-' U I .-\ ~ I ,. 8. 9. The Bidder acknowledges that the City specifically reserves the right to accept and make an award to a bidder that has not submitted the lowest bid when in the City's sole and absolute discretion the City detennines that to be in its best interests. The terms used in this Bid, which are defined in the General Conditions or Instructions of the Construction Gontract, included as part of the Contract Documents have the meanings assigned to them in the General Conditions or Instructions. The work shall be perfonned under a Florida Contractor's License. Contract shall not be awarded unless proof of valid licensees) is provided. 10. It is understood that where quantities for unit price work have been presented in the foregoing Schedule of Bid Items, they are approximate only and are solely for purpose of facilitating the comparison of bids, and that the Contractor's compensation will be computed upon the basis as described in the measurement and payment clauses in the specifications contained herein. . 11. BASE BID - SCHEDULE OF MANUFACTURERS/SUPPLIERS If the foregoing Schedule of Bid Items is presented in a Base Bid format, the undersigned as Bidder agrees that the Contract, if awarded, will be on the basis of the materials and 'equipment named in the Contract Documents in accordance with Article 9 of the Instructions to Bidders. If the Bidder desires to propose an alternate manufacturer or supplier, he may write in the name of such alternate in the substitution list included within this Bid Fonn. If the proposed alternate manufacturer/supplier is detennined "not equivalent" by the Architect or Engineer, the Bidder must furnish equipment and/or . material items ~y the originally specified manufacturer/supplier. 12. ~UBSTITUTIONS AND "OR EQUAL" The undersigned as Bidder agrees that substitutions or "or-equal" items will not be considered until after the "Effective Date of the Agreement" and will be evaluated in l1ccordance with paragraphs 6.05.1 and 6.05.2 of the General Conditions. In addition to the reimbursement required under the General Conditions, the Contractor shall also reimburse the Owner for any design costs directly attributable to the change in manufacturers/suppliers, caused by the acceptance of proposed alternates, such as; additional field trips for the Architect f:U1d/or Engineer, additional redesign costs, and additional review costs, etc. Other costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed alternates, such as; increased electrical requirements, larger building, additional pumps or tankage, etc., shall be borne by others and not the Ovmer. If Bidder intends to propose substitutions or "or- equal" items after the "Effective Date of the Agreement," it is agreed that these items will be listed on the Substitution List included \",ithin this Bid Form, with a deductive amount representing 50 percent of the total savings between the named Ba:;e Bid item and the proposed item. "Base Bid" item substitutions providing an equipment or material cost savings to the Owner of less than $1,000 will not be considered. The undersigned, as Project B08-08 00300-5 Bidder, also agrees that jf a substitution or "or-equal" item is not listed on the Substitution List included with the Bid, all of the savings.between the named item and the proposed item will go t~ the Owner if the Owner accepts.the propose.d item in accordance with paragraphs 6.05.1 and 6.0S~2 of the General Conditions. The Owner may request, and the undersigned aidder shall supply, complete iJUormation on propos~d substitutions. Such information s~ be the manufacturer's current published or preprinted information for the specific substitution. 13. As Bidder, I hereby certify that I am aware and understand that the City of Ocoee in its sole discretion reserves the right to waive technicalities or'irregularities"to reject any or Illl Bids, and/or to accept that Bid which is in the best interest of the City. The Award of this Bid, if made, may be based on considerations other than total' cost, and may be awarded based on vaPous considerations, including but not limited to: Bidder experience and whether the Base Bid and Base Alternate Bid, in the judgment of the Owner, is. the most r.esponsive.to Owner's n~. Owner encourages the use ofminoriti~s./:!l1d women- owned businesses as subcontractors. .S1JBSTITUTION LIST '. Bidder offen tbe following substitutions ud "or equal" items. '. '. . . '. Deductible Amount* Equipment Alternative (Indicate Whether . Item or Spec Manufacturer/Supplier Lump Sum or Material Section . (List One Only) Unft Price) . . , .' I. " .. . , . , I Project B08-0S 00300-6 Represents 50 percent of the difference in cost in accordance with the General Conditions (Minimum Deductible Amount per Substitution Item shall be $1,000) (Bidder may supplement this page, as required.) , . Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HA VB THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATURES) If Bidder is: SOLE PROPRIETORSHIP N/A \ (SEAL) XX~}\aX~~~~XXXX~ .I (IndlVl ua sIgnature " ...' (Individual's Name) 1 .. .;' doing business as .. " . . , .J Business Address: . \ '...1 .', Phone No.: i '..~ \ Florida License No.: \../ ~J '. () A PARTNERSHIP . . .: \ .-J l~ '........ (SEAL) w (partnership Name) .~ .'-, '0 XXXXXXXXXXXXXXXXXX :-."\ (General Partner's Signature) w () ,'- (General Partner's Name) \ '-..../ ( '., BusiIJ,ess address: "-J r) Project BOS-08 00300-7 '-.- r'-, '-.I ,-' . ....J . '\ I I I Phone No.; Florida License No.: Strike out (X) non-applicable signature block and complete applicable block. (ALL SIGNATORIES MUST HA vB THEIR NAMES pRINTED OR mED BELOW'THEIr{ SIGNATURES) , . !, . " "", . ' , If Bidder is: 'j.: .i A CORPORATION . : ,.1 ".' , I E.L. Bailey & Company (Corporation Name) Florida (State of Incorporation) By Edward L. Bailey (Name of pets on authorized to sign) preSident/C~~;/ ./Cf~. ,) /'. ",,;/~ /,' C//>. --;//, . Yt~' "ti[/ lJ(tJ------; (Authorized Signature) /' (Corporate Seal) Attest Reginald Bailey (Secretary) Business address: 7800 Southland Blvd., ste 109 Orlando, FL 32809 Phone No.: 407.855.1880 Corporation President: Edward L. Bailey Florida License No.: QB61 495 Project BOS-OS 00300.8 Strike out (X) non-applicable signature block and complete applicable block. (ALL ,_.. SIGNATORIES MUST HAVE THEIR NAMES PRINTED OR TYPED BELOW THEIR SIGNATIJRES) If Bidder is: ) ,,-') , ...,' , "\ ...~ -~ - , "..) "'\ .....J , ' ..-.J ,~ , ,'-'\ 1'-/ o I ,'" '" i '--.J I l, \.. --' i 10 i '''-j . \.,."/ ; ,. "\ '0 . (' .... '--' j "", I~ ,', 1'--1 (-', ,w A JOINT VENTURE By (Name) (Address) By (Name) (Address) Business Address: Phone No.: Florida License No.: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Florida License No.: Project B08-08 00300-9 13. List the following in connection with the Surety, which is providing the Bid Bond: Surety's Name: , bLDfr ~~~~~L~r~Y.. Surety's Address: 11'5 S:-s k /iAerptfA;J 4C~~y .t:AV" ~~?/ Name and address of Surety's resident agent for service of process in Florida: 6'uy /h~My' ~~ ;-/~~ ~ /~ 4.I!!:J~ ~U'2. ~n:~ , ~>f ~-fr r&l?&"y- END OF SECTION Project BOS-OS 00300-10