HomeMy WebLinkAboutItem 05 Award of Bid #B05-12 for Center Street Stormwater Pond
AGENDA ITEM COVER SHEET
Meeting Date: 11/01/05
Item # 5
Contact Name:
Contact Number:
Joyce Tolbert
1516
Reviewed By:
Department Director:
City Manager:
J#
qV
-------.
Subject: Award of Bid #B05-12 Center Street Stormwater Pond
Background Summary:
This fiscal year's budget contains $593,000 for the construction of the Center Street stormwater pond. The Public
Works Director is recommending increasing the budget to $726,300.00 to fund this project, by decreasing the
funding for the Center Street Phase II Collection System from $297,122.00 to $163,822.00.
Issue:
Award the bid for the construction of the Center Street Stormwater Pond to Gibbs & Register, Inc.
Recommendations
Staff recommends that the City Commission:
1) Award Bid #B05-12 to Gibbs & Register, Inc. in the amount of $726,300.00 and authorize the Mayor, City
Clerk, and Staff to execute all necessary contract documents between the City and Gibbs & Register, Inc.
provided the contractor has obtained the required bonds and insurance.
2) Approve increasing the budget from $593,000.00 to $726,300.00 to fund this project, by decreasing the
funding by $133,300.00 for the Center Street Phase II Collection System from $297,122.00 to $163,822.00.
Attachments:
1. Recommendation Memorandum
2. Bid Tabulation
3. Gibbs & ReQister Bid
4. Prime Construction Bid
Financial Impact:
$726,300.00
Type of Item: (please mark with an "x'J
_ Public Hearing
_ Ordinance First Reading
_ Ordinance Second Reading
Resolution
~ Commission Approval
Discussion & Direction
For Clerk's Deot Use:
_ Consent Agenda
_ Public Hearing
_ Regular Agenda
_ Original Document/Contract Attached for Execution by City Clerk
~ Original Document/Contract Held by Department for Execution
Reviewed by City Attorney
N/A
Reviewed by Finance Dept.
Reviewed by ( )
N/A
N/A
2
Citv Manager
Robert Frank
Commissioners
Garv Hood. District 1
Scott Anderson. District 2
Rustv Johnson. District 3
Nancv J. Parker. District 4
Mayor
S. Scott Vandergrift
STAFF REPORT
DATE:
The Honorable Mayor and City Commissioners
Joyce Tolbert, Purchasing Ageg-
October 24, 2005
TO:
FROM:
RE:
Award of Bid #B05-12 Center Street Storm water Pond
ISSUE
Award the bid for the construction of the Center Street Stormwater Pond to Gibbs & Register, Inc.
BACKGROUND/DISCUSSION
This fiscal year's budget contains $597,000 for the construction of the Center Street stormwater pond. The
Public Works Director is also recommending increasing the budget from $593,000.00 to $726,300.00 to fund
this project, by decreasing the funding by $133,300.00 for the Center Street Phase II Collection System from
$297,122.00 to $163,822.00.
The bid was publicly advertised on September 11,2005 and opened on October 13,2005. There were two (2)
responses to this bid:
1.
2.
Gibbs & Register
Prime Construction Group, Inc.
$726,300.00
$797,040.00
Attached is a copy of the bids from each bidder, along with the bid tabulation. All bids are available in the
Finance Department for review.
The Public Works Department and Finance Department have reviewed all bids. Staff recommends awarding the
bid to Gibbs & Register, Inc. as the most responsive and responsible bidder, per the attached memorandum from
Bob Zaitooni, Public Works Director.
I
Mayor
S. Scott Vandergrift
center of Good L .
<\.~e ll'i~
Commissioners
Gary Hood, District 1
Scott Anderson, District 2
Rusty Johnson, District 3
Nancy J. Parker, District 4
Citv Manager
Robert Frank
MEMORANDUM
TO:
Joyce Tolbert, Finance Department
FROM:
Bob Zaitooni, Public Works Department
DATE:
October 21, 2005
RE:
Recommendation for Award - Bid #B05-12, Center Street Pond
Public Works has reviewed bids from the following bidders:
Company
Gibbs & Register, Inc.
Prime Construction Group, Inc.
Bid Amount
$ 726,300.00
$ 797,040.00
We recommend award of the bid to Gibbs & Register, Inc. for $726,300.00.
In your staff report, please request City Commission to approve increasing the budget for the
Center Street Pond Project from current $593,000 to $726,300 and decrease the funds for Center
Street Phase II (collection system) from $297,122 to $163,822.
If you have any questions or require additional information, please contact me at extension 6002.
RZ
The City of Ocoee Public Works. 30 1 Maguire Road. Ocoee, Florida 34761
phone: (407) 905-3170. fax: (407) 905-3l76 . www.ci.ocoee.fi.us
GIBBS REGISTER, INC.
SCHEDULE OF BID ITEMS
B05-12 CENTER STREET STORMWATER POND
10/13/052:00 P.M.
tsA~t: tslU
ITEM NO. DESCRIPTION UNIT EST'D QTY. UNIT PRICE TOTAL PRICE
101-1 Mobilization/Demobilization ( Limit to 5% of Bid) LS 1 $70,000.00 $70,000.00
1 04-99 Erosion Control LS 1 $16,000.00 $16,000.00
110-1-1 Clearing and Grubbing LS 1 $90,000.00 $90,000.00
Excavation, Embankment and Grading
120-6a (Cut/Fill to Proposed Grade) CY 27,500 $9.00 $247,500.00
Excavation, Embankment and Grading
120-6b (Over-Excavation) CY 4,600 $10.00 $46,000.00
Excavatiion, Embankment and Grading
120-6c (Sand Backfill) CY 4,600 $5.00 $23,000.00
425-1-552 Ditch Bottom Intel EA 1 $8,000.00 $8,000.00
425-2-41 Manholes EA 3 $5,000.00 $15,000.00
425-3-61 Junction Box EA 1 $11,000.00 $11,000.00
430-11-225 Pipe Concrete Culvert (Class III) (18") LF 528 $55.00 $29,040.00
430-11-229 Pipe Concrete Culvert (Class III) (24") LF 133 $72.00 $9,576.00
Mitered End Section (Concrete Pipe Round)
430-985-229 (24" B.a.) EA 1 $1,500.00 $1,500.00
Underdrain (6")(lncludes all fittings, fliter fabric
440-1-10a and concrete encasements) LF 1,440 $16.00 $23,040.00
Underdrain (8")(lncludes all fittings, fliter fabric
440-1-10b and concrete encasements) LF 162 $30.00 $4,860.00
440-1-10c Underdrain Non-Perforated (8") LF 163 $25.00 $4,075.00
530-3-4 Concrete Flume CY 16 $750.00 $12,000.00
575-1 Sodding (Bahia) SY 24,500 $2.20 $53,900.00
M1 Impermeable Liner (40 Mil HDPE) SY 3,000 $20.00 $60,000.00
M2 Construction Permits Allowance ALL 1 $809.00 $809.00
M3 Indemnification ($1,000 minimum) LS 1 $1,000.00 $1,000.00
TOTAL BASE BID $726,300.00
Bid Security Yes
Signed Original Yes
Addendum 1
and
Addendum 2 Yes
License Check IYes
See Next Sheet Below for Prime Construction
Bid Tab
PRIME CONSTRUCTION GROUP, INC.
SCHEDULE OF BID ITEMS
CENTER STREET STORMWATER POND
BA5E BID
ITEM NO. DESCRIPTION UNIT EST'D QTY. UNIT PRICE TOTAL PRICE
101-1 Mobilization/Demobilization ( Limit to 5% of Bid) LS 1 $35,000.00 $35,000.00
1 04-99 Erosion Control LS 1 $5,000.00 $5,000.00
110-1-1 Clearing and Grubbing LS 1 $154,000.00 $154,000.00
Excavation, Embankment and Grading
120-6a (Cut/Fill to Proposed Grade) CY 27,500 $7.25 $199,375.00
Excavation, Embankment and Grading
120-6b (Over-Excavation) CY 4,600 $7.25 $33,350.00
Excavatiion, Embankment and Grading
120-6c (Sand Backfill) CY 4,600 $36.00 $165,600.00
425-1-552 Ditch Bottom Intel EA 1 $8,000.00 $8,000.00
425-2-41 Manholes EA 3 $3,500.00 $10,500.00
425-3-61 Junction Box EA 1 $7,000.00 $7,000.00
430-11-225 Pipe Concrete Culvert (Class III) (18") LF 528 $45.00 $23,760.00
430-11-229 Pipe Concrete Culvert (Class III) (24") LF 133 $80.00 $10,640.00
Mitered End Section (Concrete Pipe Round)
430-985-229 (24" B.O.) EA 1 $2,100.00 $2,100.00
Underdrain (6")(lncludes all fittings, f1iter fabric and
440-1-10a concrete encasements) LF 1 ,440 $22.00 $31,680.00
Underdrain (8")(lncludes all fittings, f1iter fabric and
440-1-10b concrete encasements) LF 162 $30.00 $4,860.00
440-1-10c Underdrain Non-Perforated (8") LF 163 $25.00 $4,075.00
530-3-4 Concrete Flume CY 16 $400.00 $6,400.00
575-1 Sodding (Bahia) SY 24,500 $1.60 $39,200.00
M1 Impermeable Liner (40 Mil HDPE) SY 3,000 $18.00 $54,000.00
M2 Construction Permits Allowance ALL 1 $1,500.00 $1,500.00
M3 Indemnification ($1,000 minimum) LS 1 $1,000.00 $1,000.00
TOTAL BASE BID $797,040.00
Bid Security Yes
Signed Original Yes
Aaaenaum ,
and
Addendum 2 Yes
License Check Yes
DATE SUBMITTED:
NAME OF BIDDER:
OCTOBER 13,2005
GIBBS & REGISTER,INC.
ORIGINAL .,
SECTION 00300
BID FORM
SUBMITTED:
OCTOBER 13,2005
(Date)
PROJECT IDENTIFICATION:
CITY OF OCOEE
CENTER STREET STORMW A TER POND
NAME OF BIDDER:
GIBBS & REGISTER, INC.
BUSINESS ADDRESS: 530 S. MAIN STREET
PHONE NO.: 407-654-6133
CONTRACTOR'S FLORIDA LICENSE NO.:
CGCA06294
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 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 10/7/05
No. 2
Dated: 10/10/2005
Dated
No.
Dated:
No.
No.
Dated
No.
Dated:
No.
Dated
No.
Dated:
(Receipt of all which is hereby acknowledged) and also copies of the Invitation for Bids and the
Instructions to Bidders.
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 4.2.1 of the General Conditions.
BIDDER accepts the determination set forth in paragraph SC-4.2 of the Supplementary Conditions of
00300.1
OE-388-1.0 (08/23/05)
DATE SUBMITTED:
NAME OF BIDDER:
OCTOBER 13, 2005
GIBBS & REGISTER, INC.
the extent of the "technical data" contained in such reports and drawings upon which BIDDER is
entitled to rely as provided in paragraph 4.2 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 ofthe 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.
~
~ f.
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.
g. BIDDER has given ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that
BIDDER has discovered in the Contract Documents and the written resolution thereof by ENGINEER
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, finn 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 conunence 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 Agreement (Section 00500). BIDDER further accepts the provisions of the Agreement
as to liquidated damages and agrees to pay as liquidated damages the amount stated in the 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 Agreement (Section 00500).
2) The Work shall be finally Complete within the contract Time specified in Article 3.2 of the
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 TOTAL BID OR TOTAL BASE BID
to perform all the Work as required by the Drawings and Specifications.
00300-2
OE-388-1.0 (08/23/05)
DATE SUBMITIED:
NAME OF BIDDER:
OCTOBER 13-, 2005
GIBBS & REGISTER, INC.
5. In accordance with Article 17 ofthe Instructions to Bidders, if the Contract is to be awarded, it will be awarded
on the basis of the lowest "Total 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 "Total Bid" accordingly.
6. The following documents are made a condition of this Bid:
a. Bidding Documents and shall include the following:
1.
2.
3.
4.
5.
6.
7.
Bid Forms (entire Section 00300,00301, 00301A and 003018)
Bid Bond (Surety Bond or Cashier's Clieck). (Section 00410)
Corporate Authority to execute Bid
Noncollusion Affidavit (Section 00480)
Certification of Non-segregated Facilities (Section 00481)
Sworn Statement on Public Entity Crimes (Section 00482)
Certification of Nondiscriminatory Labor Practices (Section 00483)
~
~
(Remainder of Page Left Blank Intentionally.)
"
00300-3
OE-388-1.0 (08/23/05)
~
ci
~~
....8
::E~
@3~
lZlO
~~
QZ
lZl
~
r.o:l
~
S
=:l
""
o
r.o:l
S
~
~
U
lZl
r.o:lv.i' 8 g.
~ ~ 8 ~
c..~ 0 0
~ z 0 ~
o~ \
~'-'
v.i' 8 ~
r.o:l ~ D.
u..... .
~~ ~ ~
~~ ~ ~
\ I
"( i
~
1.
~
o
c..
~
r.o:l
~
o
~
lZl
~
r.o:l
~
lZl
~
r.o:l
~
Z
r.o:l
U
~
r.o:l"-'
~ ~ i S
c.. 0 \l
~ ~ f) -l
~ ~ , ~
~ .
~~......
~O'
~ lZl lZl lZl
~....l....l....l
B
~
....
o
~
l()
.s
:~
8
I:l
o
'<=1
'"
;3
.D
Z ~
sa ~ 1
~ .9 0
~]~
~ :E .~
r.o:l 0 0
~::E~
~
r.o:l r.o:l .
~~o
P=lSz
=:l
...... ......
o
.~:
o
(f
B.
~
o
if
J
-6
J
~
"J
~
~
<;
.~
o
o
l()
r-^
("ol
><
u
8.
o
~
!!
l'\
%
()
S. g g 8.1.~8.
~ g ~~6~
j roC '!!~'l6(
-:r <l
g .
Q
S8~'8'3 8
~~ ~~rj
__ r
-
..... "t:l
~ ~m..-. B
'" Cd '" .l!l s:::
;> ",....... ~';:! ::l
0<1)"'''5 ~ ~ ~ ..-...-.~
~ B [g ~ ~ ,S ~.S 00 ~ <I)
~ g IE< r;:; <I) '"g <II ~ ~ ::, ~ .9-
~tlO"I:lCl Cl l-:. 3 aap-.
"t:llZl.....,~~ 0.6.- ~~~B
=<I)"~u"t:l "t:l ~ 0",,,,<1)
'0 ~~'5 ;: -0'" !a ~ a Cd $ ~"""v ~ ~ l3
I=l -I:l 'J 0 ............ s:::
c. ~ Os ~ 'i:i e 'i:i 'i:i g, """v :::::: U U 0
"'" <1)0 <I) <I) >- r-'-''-''U
.s Q ~ 8 -B i as i i c ~ .!, '5 '5 ~
.D llQ <I) OJ .s "'..-. _, <I) ;> ;> 0
..0 ~ 0 oS ;;:: Q) A-t ~ ~ ::; 'p
cS '", &j ~:~ 'S ~ 'S ,g 'S ..-.] g, (-< 8 U ~
"'] "''''::S r.Ll d:: r.Ll t<l r.Ll S El >- ';<' B B lZl
aJ]fJ~!f$!f5!f~ g~S b b]
S ~ lZl 1 rn .~ s .~ &1 .~ ~ S ~ g g 5 '"
'!<J u ~ 0 1) ~ ~ ~ ~ ;> "t:l ..Q -9 '<=I U U ~
<I);>cuEl~ (}::l ();> rl a () til 21 v cu B
O~~~ti &18&18&j ~i5::E ~ ~~~
.,...... 0\ '7
l~"'"
...... V I
303
...... ......
ol
\0
I
o
("ol
......
0(
~
-,
<
~
"\'
\ I I
~-d~ I
~j~l 1
1<J\P2V i.J
~~~:rJ-i
4" ~ ~ ~1 ~
/)??'1: '
'~6 ~l} Ii
o
o
\0
..f'
o
o
\0
v"
00 M
~ ("I") f""""t ~ M ......
on ......
()
><
U
i13 i13 i13 ~ ~ ;5
.D
\0
I
o
("ol
......
()
\0
,
o
("ol
......
("ol ..... .....
:gv\O
~ ~ 0
'l()l()
It") C"ol C"ol
~ V V
It") 0\ 0\
~ ("ol ~
I~J.,
::: ::: 00
o 0 ~
M M 0
vv::i
o
o.
o
~
""
o
o .
o
R
1
>-
~
*
1
1
..J
g
Q
0,
S]
o
!()
r1
....-
In
o
M
(:'1
DO
2,
~
g .
. 0
~tIl
g2~
~~
I
<Xl
<Xl
c'"'
Jl
o
o
o.
3
-
o 'J
~~
~
I \?
~ <4
{ t i
.~ '{ ~
o
v
v.
......
"1
o
o
("')
o
o
("ol
1.0
.-<
("')
\C
.-<
~
~
~
o .~
'c ~
;@ ;@
.... ....
B E
iE iE
"f
llQ
s:::
'il ~
tp 00
- ~ ""'-'
o:l..-. o:l..-. "2
U'l.l!l U'l.l!l rtl
~ a:s ~ a:s ....
..3 ~ ..3 8 <@
21 '" g ~ ~
~3 crs ~
0s::: 0s::: 0
i'oll)OoCUz
~B ~B
--=- .- ~ .- e .S
o o:l 0 o:l () t<l
cr:i-Eg-Eg1!
Q)(}CU(}Q)
~ "0 '" '" "t:l "t:l
~:5a:5~:3
'"
Oll
s:::
;g
o:l
o
.....
,
......
,
o
~
~
.....
I
.....
,
o
'<t
v
o
o
......
I
......
I
o
~
...----
t3~8.8 8 1
g 9 0 .n
~~ ~ 2 ~ .
~ 0
-..
> ~~~_(f ~~ M
C'I
-..
00
b~~V;S 2-
.j C!
Eo-___ ~ -
I
00
00
c')
""" I
U]
~~o 8 e. 0
~~O.~8.
',)' "8
~ o. 0 ~o
!::Z ~I'~ rl
~~ .-
'-
-l;
I~~ ~ \
'f' "
4 ,
i ) .~ I
CI r~ 1 ~
Z t I ~ .j
0
j:l., ~ """ d
~ U lZl J.... ~ ")
.~ lZl ~ J ~
~ ~ ~ ~ ,~
f;I;l ~ 1 1
l:: !::~~,,~
8 ~ ~~~1-~ :~ ~
~ L-
~
0 Eo- 8. g 0
~ lZl
Eo-"'). Eo-~\OVlO S
f;I;l lZl -'<t'oO.- -
CI ~ ~OI ~M lXl VI
I
~ ~ 0
- 0
U lZl ~t; 00 M
~,'" >< :>< .....l ~ 0
lZl 0
f;I;l lZl lZl ~ lZl
Eo- .....l
Z ~
f;I;l -
u
0
~
.>~
......
...... ~
I.tl o......~
&:l.. 10 -
@ u 0
~ ~ .g :1
::;E 0 g
O~lZlO
~!ldg
.... .~ .,8 ,-;
Z ",...... ~ ro ~
O ~ ro.;:l u---
..... a '':1 .....l 4) I.l:l d
'--' :3'" &:l...... 0
C""'....ro~d~..l:l
~ ~ I"ll ,.Q 0 '" ro
10 c ro '.0 ,':;' <.)
... bO 10 U "" I.l:l
U e .a ~ E B 'S
lZlg'"OIOrJ:l....S
~o"dp.I=lc.f:l4)
C1uJ5.E8~]
o ..
~~
::@S
g3~
lZlO
J,.l..lJ,.l..l
~~
-
f;I;l~
lZllO-l."i-
<lO-lo,,?.A-!::!
~8Zg{"-oo:::E~
VI VI
~
M
:::E
I I I I
I I
of21bcnQL-
-
DATE SUBMITTED:
NAME OF BIDDER:
October 13, 2005
Prime Constrqction Group, Inc.
SECTION 00300
BID FORM
SUBMITTED:
October 13, 2005
(Date)
PROJECT IDENTIFICATION:
CITY OF OCOEE
CENTER STREET STORMW A TER POND
NAME OF BIDDER: Prime Construction Group, Inc.
P.O. Box 590507
BUSINESS ADDRESS: Orlando, FL 328590507 PHONE NO.: (407) 856-8180
CONTRACTOR'S FLORIDA LICENSE NO,: CGC 037504
CUC 056650
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 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 10/07/05 No. 2 Dated: 10/10/05
No. Dated No. Dated:
No. Dated No. Dated:
No. Dated No. Dated:
(Receipt of all which is hereby acknowledged) and also copies of the Invitation for Bids and the
Instructions to Bidders.
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 4.2.1 ofthe General Conditions.
BIDDER accepts the determination set forth in paragraph SC-4.2 of the Supplementary Conditions of
00300-1
OE-388-1.0 (08/23/05)
DATE SUBMITTED:
NAME OF BIDDER:
October 13, 2005
Prime Construction Group, Inc.
r
~
the extent of the "technical data" contained in such reports and drawings upon which BIDDER is
entitled to rely as provided in paragraph 4.2 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 ofthis Bid for performance and furnishing ofthe 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 ENGINEER written notice of all conflicts, errors, ambiguities or discrepancies that
BIDDER has discovered in the Contract Documents and the written resolution thereofby ENGINEER
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 Agreement (Section 00500). BIDDER further accepts the provisions of the Agreement
as to liquidated damages and agrees to pay as liquidated damages the amount stated in the 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 Agreement (Section 00500).
2) The Work shall be finally Complete within the contract Time specified in Article 3.2 of the
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 TOTAL BID OR TOTAL BASE BID
to perform all the Work as required by the Drawings and Specifications.
00300-2
OE-388-1.0 (08/23/05)
DATE SUBMITTED: October 13, 2005
NAME OF BIDDER: PrimE' C'onst-':-llction-Group, Inc.
3
S. In accordance with Article 17 of the Instructions to Bidders, if the Contract is to be awarded, it will be awarded
on the basis of the lowest "Total 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 anyportionofthe Work as shown in the bid
schedule prior to award and adjust each bidder's "Total Bid" accordingly.
6. The following documents are made a condition of this Bid:
a. Bidding Documents and shall include the following:
1. Bid Forms (entire Section 00300,00301, 00301A and 00301B)
2. Bid Bond (Surety Bond or Cashier's Check). (Section 00410)
3. Corporate Authority to execute Bid
4. Noncollusion Affidavit (Section 00480)
5. Certification of Non-segregated Facilities (Section 00481)
6. Sworn Statement on Public Entity Crimes (Section 00482)
7. Certification of Nondiscriminatory Labor Practices (Section 00483)
'I
-,';
(Remainder of Page Left Blank Intentionally.)
""
00300-3
OE-388-1.0 (08/23/05)
Cl
Z
- 0
~
I:/) ~
.:'! ~ r='l
r='l E;;:
Eo-<
..... ~
S ~
~
~ 0
0 Eo-<
r='l I:/)
S Eo-<
r='l
Cl ~
u !;3
I:/)
~ U ~
H I:/) r='l
Eo-<
Z
r='l
U
~ ..
~~
!::Cl
5@8
~~
1:/)0
~~
ClZ
r='loo 8 g
u ~ d Q
~~ ~" (\
~ J"
...:l' 0
~ z ki~' LfI
~ ~ N1
C G
,-. ('\ r\
ga ,,) \J
e r='l 0 0
~ ~ 0 (j
~!3 0 C
Eo-< Z - -
~~ ~ ll)
\J
C -..:
\J ~
.,J L
';;'t l~
\_, \(
c' \;
\-
~\ r
r='l $ .}j /-
;~LL~
~ 0 -::;.["
Eo-< ~ -:: f\\
Z Z f ~
P t:::!- 1== L~
~ .
c:....;;..-......-
C""Eo-<
~QI
t:: I:/) I:/) I:/)
~ .....l .....l .....l
">-
~ -'n
u. (:>-
;~i vq
Ii) """\
.J ()
--':J.:
/" \-
""
j
:r~
~ ~
G ll-
J-(-
0 .C'. l\, ( n ('\ .... ./ 1"-'" ,-..
/' r
'" ~ v "- \.; (': , . In
\; , (. /" ~. \v ,.... S2
C \ ': C
(\ J G v '0..1 ~ '; /-, C (-, '"
Cl ...; \J/ ,../ ) ~
\) C f~ " i; I
8 ; d f' r ~ G {I , 00
\ ' 5~ b 'J '" ~ ~ ~., 2-
(
() ( 1 'v Q~
~ \- "" C 1:- ~
C ('(j ,.g (j \J:\ (J t- :J Q ......
N) C(,) ,
"'--, 00
-..t (j- [V'I' If\1 CQ elt' c\'\ 00
() (\{ " '''t~ \t '"
l(l <J ('{) --.Q - C'6 ~-, \'f\ W
- - 0
r !sI a ~ o r ( 0 (', ;, C C
''v lC\ O(j -J
(j '-i J " ( 'v
( V r f\
(\J (\1 l \j r. \,1
. () 0 ,.. ~O ,,., \.j
,
,," t-: t'- ~ \; r\ \ ,.
\j G Q \) CQ ',-, ~'l G Ln
r', (j
v (j I-\) (J Cl .....\ (\\
~ -, I
C GJ' --.
~ t~ t'- \\\
-
lJ f '" r-.
'-"1' \j\
\'- (: d It
!~~\Ttg
1._ r(\ (~" {\I
I~ \~ ~ \~ '-' O'
_I..l..,,~ .v. ~
II Cf: :..., r~ ~'('
(J " () 't'" ~
,,-,-' '&:") i f\
I +.,
" {~ .~ \l
~~j~ 9J-t
~-1~~~),f
t)
I IJ",~ ~ f
11 ,,- ~i _fJ ~,'
i~ (\. J1 \f (5 - \/'\ A;
~ ~ r r (' (j N:'
~,:.. C.." l\ 8 0 Pi 3 \Y ;'3
~~/) ~")C( _' '"" ~
Q ?\~ 0 'V ",,"J) (, j 0 >-
· fI F ~ ..JII C -\- Q J:
~ ~ c it f i -f ::Jlj?
:t: ~J ~) ~ \-qQ C\\ Q) L '"
[~~~\) ~c J .- ~
~\t\W)~~Jf(j~ ~ ~
o
o
"1-
{"-
N
o
o
\0
..,f
o
o
\0
..,f
00 '"
.......-l f"') ,......! N M -
V) -
><
U
><
U
>-
U
~ ~ ~ ~ ~ ~
~ ~ ~ ..... .....l ~
,-.
'0
ii5
4-0 4-0 '0
o 0 'V~ 'Cj
~ ~ ~"''El ~
V) ~ .,.. -a ~ ';:1 0
.8 S ~ <Il O.!:j OIl OIl OIl .-. C' ~
... 0 .d 0 P=l.....l.s .S.S 00 '<I" 0
'.a ~ g 5i'r:::l 0 '0 '0 '0.-. 0 ~ .8-
~ "';:1iSO:lI:1~ ~ ~ ~ ccp..
'-' .gl:/).-j~~ c:J c:J ^ ~ Cl ~ E
1:1 .E1 o.~ 0';':] '0 -g '-' 0 '" <Il 0
.g U t)l) 0 ... l-i ,~ ~ ~ ro (:ll b V ] ] tJ
'" eS~~~i:l~"'ol:1 i:l o-'-'UU8
~ t)l) .~ ~ S 0 0 c:J 0 ~ v r::- '-' '--' U
ii !3Cl<ll8.;3~'Of;i ~ r-<::::'!''5'5~
o ~t)l)~~", ~8,-. ':;'1';'0>>0
S "5 1:1 ::-:; o..;::l 0 w ~ 0 p.. ~...... ...... 'p
Z 0 I'< 'p /~ 4.l.;3 ..g o...g o..g -a 0 '-' U 8 I.)
o 0 0 c:J.;!l "'" ~.~ .. 8 ...p .. Q..... ~ c: ~
..... "i:l ~ '0 /~ .,.. '0 ~ A< ~ ~ ~ id S f-< ~ ... E '0
Eo-<oo~"".Dg ~ ..w!:ln;Qo,--,O~~!:l
f:j '.g U ~;:l ~ on .8 ,~ ~ .0 ~ :g ~ o:l g g ~
~ ] ~ g:g r5J ~ i:I5 '.g S li! ~ .g o:l o:l '0 goo '0
U ii .~ 'l;j ~ 15 0 V ~ f5 ~ ~ > '0 ,.d ,.d 'p U U ~
I:/) 0 1:l 0 > 0 El ~ U ;:l I.) ;;. r.l g B g ffi g, g, .~
f:1 ~ ~ D&:~~I:/) ~ 8 ~ 2, ~ ~ is ~..... p:; p:; ~
~
r-:l r='l .
1:/)1::0
~SZ
~
0\ ......
"7 0\ ~
- I I
0'<1"0
_ 0 _
...... ......
'"
\0
I
o
N
-
.0
\0
I
o
N
......
N ...... ......
V) '<t \0
V) I I
'N'"
...... I I
..A VI \()
N N N
'<t '<I" '<I"
V) 0\ 0\
N N N
N ~ ~
I I V)
- - 00
...... ...... 0\
I , ,
000
'" '" '"
'<t <:t '<t
I.)
\0
,
o
N
......
o
<:t
<:tn
......
'<t
I
o
o
'"
o
o
N
\0
......
'"
'<D
......
~
~
~
.....l
.::l
.....
.0
<S
.....
E
;;::
I.)
'C
.0
<S
....
Q)
...
;:a
vi'
bl)
'g
t+::
vi'
gp
'E
t+::
~
00
'-'
-a~~,-..~
tn~ fJ')~ ~
O~Q)~E!
]S]S<@
c:.>0c:.>00
,s Kl ..s gj A<
"'-/() '-'U ~
~!:l ~ ~ 0
~~e~z
o .S ~ .S e .S
s~g~g.g
.... .... 0 .... 0 ....
OUOUO
:<:t '0'0 '0'0 '0
N~ddd!:l
'-' ~ ro ::J ro ::J
'"
o
......
,
......
,
o
'<t
<:t
I.)
o
......
I
-
I
o
<:t
<:t
,D
o
-
I
......
,
o
'<t
<:t
, .
i
~
.
o
!::
H
;j
o
H
~
!::
o
LJ') ..-j
0.jJ
00
N ;j
H
.jJ
C"') Ul
,...... !::
H 0
Q)U
.aQ)
o E:
I .jJ..-j
, 0 H
o Pol
o ..
~!
I ::@ (:Q
, g5 ~
r/.)O
~~
CiZ
I
~
Z
o
p.,
~ ~
~ ~
~ ~
o E-4
~ {Il
S ti
~ ~
f"'l E-4
::r: rJ'.l
u
rJ'.l ~
E-4
~
U
L
8
. 8
8 8
\.(\ ()
-.....
I
.f'<
~~
~ !...
t'J ~ _\;. ~ IJ Q
'i) . ....Je ·
,.), ;:. Ie ">4
\,'L (J ~ r"'f. fYi. .r.....
rC' u~~\.1< \.)
~ \; . "', L \'i
f"'l r;; ~G Ie (1\ C ':::\1
~~-;-::: ~Jrj 0
~~"",,,(1)r -r.[
p.,O Q r--
~ ~ ~ ;'1(' ~1 \\Jl ~
~~ ~~~ .~Jc ~ ~
'-" ~ ~ li" f\ \' r C
1J.,j v ~ Cl
~ 0
t;;~~~g-
f"'l0' ;:!;M'
E-4
~()~~~
'--
r-.
,...... lrl
I~ 8l r-.
p., V .- 8
@ () 0 a
:= ~ .~ :1
~ 0 ()
o ~ ~ 0
::!r El I:l g
"" .~ 0
z v '.g ~
o ~ ~ ,9 v () '-"
.... a 'a 0-1 p., ~ I:l
~E-4 .- ~ ~ I:l '13 .g
~ ro ..0 0 <l.l <II
d)Q<<S-.pP-ic..'>
....0Il<l.l()r/.)~
U ~ .9 E g B 'j:J
rJ'.l1:l'1jV</l""S
f"'lo'1jo.!:l~<l.l
C U r~ S UO <l.l '1j
.,....... -!:::- oS
-
I I I
-
.-
-
CIl
..-l
-
r<)
~
I
.
(;
~
t:--. ~,
\J'--
~~
~
()
c
,~,.'
o
("'
,S
r,
r-l
."f.
--1.
I-
e
ILl
'>
U
\II
e
~
r.:l
r/)
<
~
~
E-<
o
E-<
---
.+
~~
C )-
fJ ,~
&8
o .~
C..f-
:; ~
:r&
,..
I..
~ l\
~l C
\0 ~
.-.
lrl
o
---
<')
t:!
00
e.
~
......
I
00
00
<')
~
o
lrl
I
o
o
<')
o
o