Loading...
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