Loading...
HomeMy WebLinkAboutItem 07 Approval for Rejection of Bid #B05-11, Seventh Avenue Construction AGENDA ITEM COVER SHEET Meeting Date: 9/6/05 Item # ~ Contact Name: Contact Number: Joyce Tolbert 1516 Reviewed By: Department Director: ~ City Manager: , Subject: Rejection of Bid #B05-11, Seventh Avenue Construction Background Summary: The City intended to award a contract for the construction of Seventh Avenue. The budgeted amount is approximately $350,000.00. Issue: Reject all bids for Seventh Avenue Roadway and Drainage Improvements. Recommendations The bids were reviewed by the Public Works and Finance Departments. Per the attached memorandum from Bob Zaitooni, Public Works Director, staff recommends rejecting all bids, as the lowest bid is approximately 53% over the budgeted amount. Staff is pursuing several other less costly alternatives for the construction of this project in accordance with our current Developer's Agreement. Attachments: 1. (3) Contractor Bids 2. Bid Tabulation 3. Recommendation Memorandum Financial Impact: N/A Type of Item: o Public Hearing o Ordinance First Reading o Ordinance First Reading o Resolution [gI Commission Approval D Discussion & Direction For Clerk's Deo( Use: o Consent Agenda o Public Hearing H Regular Agenda D Original DocumenUContract Attached for Execution by City Clerk D Original DocumenUContract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. qeviewed by ( ) f>e n~-L( Cft/t- \Lk~,- I~-L~ [8] N/A o N/A o N/A City Manager Robert Frank Commissioners Danny Howell. District 1 Scott Anderson. District 2 Rusty Johnson. District 3 Nancy J. Parker. District 4 Mayor S. Scott Vandergrift STAFF REPORT DATE: The Honorable Mayor and City Commissioners Joyce Tolbert, Purchasing Ageno/ August 29, 2005 TO: FROM: RE: Rejection of Bid #B05-ll Seventh Avenue Roadway & Drainage Improvements ISSUE Reject all bids for Seventh A venue Roadway and Drainage Improvements. BACKGROUNDffiISCUSSION The City intended to award a contract for the construction of Seventh Avenue. The budgeted amount is approximately $350,000.00. The bid was advertised on June 26, 2005 and opened on July 26, 2005. There were three (3) responses to this bid: 1. 2. 3. Westwind Contractine: Prime Construction Gibbs & Ree:ister $536,031.56 $551,813.05 $578,000.00 Attached is a copy of each bid along with the bid tabulation. The original bids and project specifications are available in the Finance Department for your review. The bids were reviewed by the Public Works and Finance Departments. Per the attached memorandum from Bob Zaitooni, Public Works Director, staff recommends rejecting all bids, as the lowest bid is approximately 53% ($186,000) over the budgeted amount. Staffis pursuing several other less costly alternatives for the construction of this project in accordance with our current Developer's Agreement. City Manager Robert Frank Commissioners Danny Howell, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Nancy J. Parker, District 4 Mayor S. Scott Vandergrift MEMORANDUM TO: Joyce Tolbert, Purchasing Agent FROM: Bob Zaitooni, Public Works Department DATE: August 25, 2005 RE: Bid #B05-11, 7th Avenue Construction Staff has reviewed the three (3) bids received for the construction ofih Avenue and recommend rejection of all bids due to apparent excessive bid amounts. The lowest bid amount of $536,031.56 is 53% over the actual budgeted amount. Since there is no urgency to construct this roadway as soon as possible, staff is pursuing several other less costly alternatives to construct this project in accordance with our current Developer's Agreement. One potential option will be to combine the ih Avenue project with the construction of infrastructure for the development currently under design. If you have any questions or require additional information, please contact me at extension 6002. Cc: David Wheeler, City Engineer The City ofOcoee Public Works. 301 Maguire Road. Ocoee, Florida 34761 phone: (407) 905-3170 . fax: (407) 905-3176 . www.ci.ocoee.fl.us BID TABULATION FOR: BID #B05-11 SEVENTH AVENUE ROADWAY AND DRAINAGE IMPROVEMENTS Note: As read at bid conference, unit prices have not been verified Unit Price bid tab will be posted separately TOTAL BASE BID Bid Security Addendum 1 License Check 7/26/05 2:00 p.m. $ $ 551,813.05 578,000.00 $ 536,031.56 yes yes yes yes yes yes yes yes yes DATE SUBMITTED: NAME OF BIDDER: ?- 2. " - o-S- /J~~.~~X'.. C:....:;;r."'..;~-c~, 7A..:... SECTION 00300 BID FORM SUBMITTED: /-,~ 2 ,- .., -S- (Date) PROJECT IDENTIFICATION: CITY OF OCOEE SEVENTH AVENUE ROADWAY AND DRAINAGE IMPROVEMENTS NAME OF BIDDER: d:['G:U';"'l ~~~~~~""c...~r..... ". 7rl.... \~,,!,-4/ h/.:..s;'r" ~/h-t'..e.. Co pc...._~ .B~.",<", BUSINESS ADDRESS: Pw,,",~.~,,;(.__ TPA, r4.. ..3..3<:J""j P~ NO.: P..s-'Y'-- y,,/- ;~.z Co,# CONTRACTOR'S FLORIDA LICENSE NO.: c::.. c.~ .. ~J J'1. 1"';~..fl /o"j" 6.,j / ? 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 num ber 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. / Dated: ?- 2 0;., t..1..s:- No. Dated: 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 OE-391/3.0 (05/10/05) 00300-1 DATE SUBMITTED: NAME OF BIDDER: 7- ..2 C. . cJ..,r cJ~tP,:,~ ~~'~&-o--?::;.'.,"l ~'1c.., 'V ' 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 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 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 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, firm or corporation and is not submitted in conformity with any agreement or rufes 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. OE-391/3:0 (05/10/05) 00300-2 DATE SUBMITTED: 7- 2. ~ . c.s- . NAME OF BIDDER: c:J~~,~...-J<.. ~P;.c:::;;...._-e..V,:Z;; "-. 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. 5. 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 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. Bid Forms (entire Section 00300, 00301, 00301 A and 00301 B) 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) (Remainder 01 This Page Left Blank Intentionally.) OE-391/3,0 (05/10/05) 00300-3 DATE SUBMITTED: NAME OF BIDDER: ?~Jc,-c.J- 1 r - '-;l N ..,.,..- ,/7 ,.7 - -z:- ~S''''..,(./._-, C--c.....~~-f.=:." J"'0~ , -L.."., ""-.. (This Page Left Blank Intentionally.) OE-391/3.0 (05/10/05) 00300-4 ,'.)2 . 7.-. 41 Lu 9 C(3 ID OC) R rj Oa .3 -_-; cil—,, _o C ,' OQ c-N1 Illi 7 r� r � T 6 — � �st) �� � E ,. . I-g .-1- x - ' ,� - �r 0! LT� p .4 V zt.� " � 1 -J ' = .'..Pirrit.il, 6-.....4?.. r .o.)-..-,,:t /I) .„..1 L...._ .Z t C`r 40,7-6: ] IP' Y. 1r 1-1+ .t fi/T U > :,:--, ",-.---..ti ,0 -.. v cA---- I A) ' (9 . --- — 9 7), W z a I= r o 6, I� a , . 1 j•,, jG�,� f 'J d 0 w w 0 L. 1-0 I- \-1- r vj r,,i p i-,.. , 0 aQ - u. I Z0) N Cr) N- ♦�1 `co^ T W 0 F- Q 1...:, 1? T T T M co CTO4Y• t1J "Y -4 T T N -) %_ W IX 1,' 11- T d' co- co W r;w 0 ) 2 ,. i Z � . Q Q .__I � -J U U U) CO U) U) U) W W W W • u _ I_ '1 -(.5 ›- �`, O ;! I ¢ mm J J O LO i' TO O N O _ L) p O N V. y - a m ca a) w o o o v a a) a) v O -o 2 ' U U O i,„,,„•, N. L co\\ 1 J i t p O 0 o N Cl) 2 (6 co R, >, >, a c O c CD Co Q Q n -e F- E Fv 17, o c U m c0 E CO — .X N rn 5 m m m N ,,, - a) c DI c"u ., N o W Q Q U U ,N oc .c > (0c ft ID m c CT V) V) O 4 0 Id 2 _� x E am a a N N N N co :172 c us al nW g 2 W U W W_f- O f- I- c _ C 2 Q w,4-,,,,, O T T T Tm q 1.. O T O) `� N T N N C'�) T Cn T 1 O M M Lf') l>7 ' �/ T T 1 T O 1 (!) p O T O O N N (0 1 r 1.f� l() 14) 3 1 ti N N 1 1 1 N LIJ 111 1 N T T T T ti N 0 0 111111! N oco 0o0 c`Ii °a ' w o rAIP 14111111 1 Y 1� / s lli Z Y d 1 A W IllM N , tP r E CL 0..: . . 2 ttI*151 A wQ41 hlk J W ' zeo Q 4 iii,a, 0 W i Z F-:,.,2,::;‘6 6���°# c i O 111 N tD CD 0, 111 N III O w H M W 0 �-F�� ll N °� N co 4.4 W U co z0 ,s uyy 4{t Q ��lfY!' W 111 < II 11111111 11:1 Q W N' a ct ,7, r N 0 t0 LL Cc W N Iv Y / T c a.--) \1 :`y .tier 3 65 _� pp E i_?..' ili .E .E '.,2 65 _ _l 7 co O v R4 07;9° '� ....- (n •W .1.. O y t,,,,,,,2,,4„. tF,'l oda;I a) `i - = a) 4 a) ,1114 r U cpritpw q N w a� Eo a m .v .,!>4,-o:.: « o_ c v m n v v Q rn rn . a (� a) �c Q 1Nn'r•, c c a) 74-t7-444/, j m e -o -,-ca U) 2 a) c Z cq x x to to o ,; `w3 U = a U U U` W W W d U 1 15 ,gl i � . c E U) U) c c c c C C a' C C a) O U W o t'- ,, U o tr a U U U in > to in 02 (� a° (n cTi O D 0';` Sl E Q O.EB s7.,�� . N N Lo Lo N O .— •— <— CO O r ? k dry N - N r oj► O' r N (p t� CV) ,-,LL �_ r d (' t0 CD Op co O W W ,;;71 -r 4? ' O Z c, O O O O In O Q Q `s,frfi I M M Z ~ o o o ti ~ 0 Z i; -..v'a � cI -t C7 N DATESUBMITTEO: 7- z , ~ "...I. NAME OF BIODE'A.: t J 'C..~.w/.... ..~ ~~..:-c-r:.' ~' ..J:....'f c. . '. " ~,BASE:'::;',~:.: 'j::::':=:~'::' ,.." ," . -; ':: :::-~:= ':" ~:;..;::~:: ';': ',' ":".:-;';7:!~, ;:;~~-~ '~:',':: ~'~':.":::';:~~: ::.:;-~:: :~'?' ~".. ,:":' ,~:' ,,::.;:; .:'.: .'; -.. ' :' Blorinf "..,' " '. :" ," ..:" . ,. ..,': =: ' .. :'. :esrD;', ! : .,' ". UNrr;PRlCE' ' NO.' DESCRIPTION UNIT, 'QTv.' IN WORDS 711-:1 Pavement Messages. Thennoplastlc (Senoal) EA 1 Skip Traffic Strfpe, Thermoplastic (fj" White) 6~10 Ski Skip Traffic Stripe, Thermoplastic (6" Yellow) 6-10 Ski ~ol[(i Trame Stripe, Thermoplaslie {€I" While) Solid Tt$ftlc Stripe. Thennoplastic (1211 White) Solid Traffic Stripe. lhennoplastie (18" White) Solid Trarfic: stripe, Thermoplastic; (24" White) SOlid Traffic Stripe. Thennoplastio {6" Yellow} So[ld Trafftc Stripe. Thermoplastic (16" Yellow) 111-33 1110034 711-35-61 711.36-121 711~3&-181 711-35-241 711-38-81 711~6-1S1 SEVeNTH AVENUE ROADWAY AND DRAINAGE IMPROVEMENTS SCHEDULE OF BiD ITEMS CITY OF OCOEE LF ~\-\ b\\' ~?Y <gj15,3)- /3&34J.91 ,31 / 5/ /. Y I S3(pOt/9, 't'(J .-----. (:)3~R51.93 ) 215 , .... 2 1: 2 C rr ~ c c ( c ( ( c ~ IF IF IF IF LF LF LF 300 2.575 766 i'2 97 c c C f1 f1 2.882 54 Total Baae Bld (latal Of Bid Items 101-1 Through 711~6.181} ADDENDUM NO.1 OE-39113.0 (01J1~J05j 00300-7 ""U J> G) fTl CSl .p. -.... CSl ---.1 ZO ~~ rnrn 0(1) --nC t"'" OJ 0- 0......\ rnrn ??q '::4 :s cr.' -0 S ro 'a; ~ OJ ~ ::l ?' :5' $ ::l ..... 6 ::l ~ .::z: :....-- o rn I v:> to ...... t;3 o (3 00) 0- v:> \3 0- 00 Co~ Q\2-{ '0 'l () OA DATE SUBMITTED: July 26, 2005 NAME OF BIDDER: Prime Construc tion Group, Inc. ( SECTION 00300 BID FORM SUBMITTED: July 26, 2005 (Date) PROJECT IDENTIFICATION: CITY OF OCOEE SEVENTH AVENUE ROADWAY AND DRAINAGE IMPROVEMENTS NAME OF BIDDER: PrimA Con!':trllction Group, Inc. P.O. Box 590507 BUSINESS ADDRESS: Orlando, FL 32859 PHONE NO.: (407) 856-8180 CONTRACTOR'S FLORIDA LICENSE NO.: CGC 037504 CUC 056650 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 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: 07/19/05 No. Dated: 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 OE-391/3.0 (05/10/05) 00300-1 DATE SUBMITTED: NAME OF BIDDER: July 26, 2005 Prime Construction Group, Inc. 2 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 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 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 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, 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. OE-391/3.0 (05/10/05) 00300-2 DATE SUBMITTED: July 26, 2005 NAMEOFBIDDER: Prime Constr1lC'tion GrOllp, Tnc. 3 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. 5. 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 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. Bid Forms (entire Section 00300, 00301, 00301 A and 00301 B) 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) (Remainder of This Page Left Blank Intentionally.) OE-391/3.0 (05/10/05) 00300-3 DATE SUBMITTED: NAME OF BIDDER: July 26, 2005 Primo Conotruction Croup, Inc. ,(This Page Left Blank Intentionally.) OE-391/3.0 (05/1 a/OS) 00300-4 4 DATE SUB .' I cO: .Tn' y 26, 2005 NAME OF BIDDER: Prime Construction Group, Inc. SCHEDULE OF BID ITEMS CITY OF OCOEE SEVENTH AVENUE ROADWAY AND DRAINAGE IMPROVEMENTS BASE ..... BID ITEM EST'D. UNITPRICE . UNIT PRICE . TOTALPRICE .. NO. DESCRIPTION UNIT . QTY. (IN WORDS) '.. (IN NUMB'ERS) \ (IN NUMBERS) ROADWAY , 101-1 Mobilization LS 1 / ~.'" r,i. ~ .fib JE15o_ Co t:;~ , J;"oo~nr. Fi'FTV ?IK IW..I'.::{t0K 102-1 Maintenance of Traffic LS 1 rOu . \ r--) 11-.., '"J... jC.Cl r, r-;;. /4 DOeJ . no 14 Dt'Jn C( ~ . I 104-99 Erosion Control LS 1 ~Vt;;~n--rh:-'":>t.F::'o l'lD 7 DOC).,n.r: 7 DOE'J.C)O 11 0- 1 -1 Clearing and Grubbing LS 1 5eXen-A-/'-rhJ-;~J{J()D 70 DDO...CX) '70 lJD LJ . ()tJ 120-1 Excavation, Regular CY 5,319 Four 'CO\ \ (>('':> 6.d FlF1L1 tRrr.rt:. ~50 . .:; ~ - '-;L:; ~9 ~l C/{ -;S.S.. S 120-6 Embankment CY 1,472 c,Cih.f- DOllCt Ie:,. 8~oO J ( 77~-a 160-4 Type B Stabilization SY 4,289 ~i x ~ tiJrlS 12Cl:::lR A\J CE'/+C. (D.,SO d)78r: -) t- , '/A~ -:;:.! Optional Base (Base Group 9) (10" Limerock) f 285-709 (LBR 100) SY 3,617 e:1'D\~_CI IE.oo 6.5 loh..oo 327-70-1 Milling Existing Asphalt Pavement (1" Avg.) SY 468 ~u.x? I VP.A /2, DD .15. !oj h,/)l) 331-72-10 Type S Asphaltic Concrete (1 ") (100 LB/SY) SY 468 ~ven-+~,:-) 12:c1D 7. 956. co 331-72-24 Type S Asphaltic Concrete (2.5") (250 LB/SY) SY 3,617 E lev..6:) 1/.0 C) L:9 7;::,r1 ('t) 425-1-311 Inlets (Curb Type P-1) (<10') EA 4 :11::-_,ee. ~u(...C:if).D 3.4-6a.~ 00 }~ hlJO.OC v=-ov r K :::-..~.;~ 425-1-321 Inlets (Curb Type P-2) (<10') EA 4 ;r \r>ree.. ~~Su"D ?Iooo"oo /4 40{) ~ cx.::~ t-~I}t I-I<, "r> C:>PM 425-1-521 Inlets (OBI Type C) (<10') EA 1 -(l.A.JD '1h()U6C;[? D 6'1: -3 kf)(). CO ;t (POD.. 00 ~ r>Y'":>'-"€':'-Jl.,.J 425-1-531 Inlets (OBI Type C) (Mod) (<10') EA_ 1 ~ree --rhOl )P;.;>;.,'N ":.;::::::. ~. ~~ OC> ::s ?t--:::x'J ,'-'. ') n--'l~~t:"'c"': \-\ \C"\ t.::.;(?.<;;;;'...., . _. "._ t--...J!.._ 1\'1(0 --;~~(J!::;;> ~\Cj'rT\ :;; Boo. 00 J '.. 425-2-41 Manholes (Type P-7) (<10') EA 2 \--\ un ab,.? -5 /-of'Y). ()(:: OE-391/3.0 (06/20/05) 00300-5 (17 DATE SUE. I ED: NAME OF BIDDER: July 26, 2005 Primc Con3truction Group, rIlC. SCHEDULE OF BID ITEMS CITY OF OCOEE \ SEVENTH AVENUE ROADWAY AND DRAINAGE IMPROVEMENTS BASE BID ITEM EsrD. UNIT PRICE ' UNIT PRICE TOTAL PRICE NO. DESCRIPTION UNIT QTY. (IN WORDS) ''(IN.NUMBER$) " {IN NUMBERS) 430-11-225 Concrete Pipe Culvert (SS, Class II (18")) LF 1,031 ~IPIY Pr've- .s5~ DO .5b,7CJ.'7.0() 430-941-25 Desilting Pipe (SS) (18") LF 70 -IL-u9 I ve- /2..-00 c9-i'o . () 0 430-982-225 Mitered End Section (18") (Concrete Pipe EA 3 Pne;. ---r"hQ0 S~H) D I C; b O. DE) ,4.50L.i.(){) Rourid) (CD) ~\(e Hu{) \:) ,.;.1.;:,;::.t::" 515-1-2 Pipe Handrail (Aluminum) (3-Rail) LF 243 t=O\~ ~ I t:-\ rrr- 48.00 I I' 1.0 / niL..J)n 520-1-1 0 Concrete Curb & Gutter (Type F) LF 2,420 _--s\ L ~ I h. b 0 3.'3. ry,;).(J, a ';l I (-"'tr:./__v-J 522-1 Concrete Sidewalk (4" Thick) SY 818 "11-1; \-"".t-LJ '''''h~-~e.,,__ '33... DO J9 b, Cf9400 522-2 Concrete Sidewalk (6" Thick) SY 226 fDr~y' f= . \} :.? At:=;~ D () 10 J rj{)~,OO -'I '"--./ 575-1 Sodding SY 6,965 J~ I ,~\n~' ~! Ij "b. ';),0 ;;;. ;) I :;< 86.. ('{) 7 (" n~::' A D I (c~n ,f..~ t....:i.,I".,f~ SIGNING & PAVEMENT MARKING 700-40-1 Sign (Single Post) (less than 12 S.F.) AS 9 TL..JO H LXI.!) ~EC> --r'en d-10... 00 1.8qo~ CD 700-46-11 Sign Existing (Remove) (Single Post) AS 14 6i~L-,,\ SIJe, (pb. DO ' q~ O() Sign Existing (Relocate / Reinstall) (Single AS 2 u 700-46-21 Post) ~' C\ \--'-\-L.\ -n, r-pe. J5 g.. t..;c 1 hlo.,(Y.) 70q-48-18 Sign Panel (F&I) (15 or Less) EA 5 -1iJ,)O-~U(+P~'-::>(~'1 \y Ile-'rr...j :) c:rb:. 00 /48().. 00 700-48-60 Sign Panel (Remove) EA 1 fI pry I=-ou 'r" 51; DO 51-. ()CJ 705-1 0-11 Object Marker (Post Mounted) (Type I) (Red) EA 3 ~ ve -' rJ+L.! !::x- ve J') r/1.,t) C? d?;l. tJQ 706-3 Retra-Reflective Pavement Markers EA 146 -J 5.. () () 730 ~ OC) (Bi-Directional Amber-Amber) R Ve...-. OE-391/3.0 (06/20/05) 00300-6 [;' DAT€SUBM1TTED: July 26 ~ 2005 NAME OF BIDDER: Primp C'nnc:rrllf"rinn ~rnllpl Tne. SCHEDULE OF BlD ITEMS CITY OF OCOEE SEVENTH AVENUE ROADWAY AND DRAINAGE IMPROVEMENTS 711-33 LF 711-34 IF 711-35-61 IF 711~5-121 IF 711.3&-161 LF 711M35--241 LF 711-36-61 LF 711-36-181 LF Total Base Bfd (Total Of Bht Items 101-1 Through 711~6.181) ADDENDUM NO.1 215 300 2,575 766 72 97 2,682 54 . .,.. - " - .--. - . v lV-e G'":_ -l"'"VV'D DOl )C\Y$ c"r~ F: . ~,\{e.. I-l UC) t;:,\..--t:X-> F'\ f--ry 0\ ") C.. -, --rrDu~r.p C--\5\-)-t- ~ of) D~--rhi (-fee:n "CO I b( 5 ~"nd +rVE ~eAt<s (51)$/3.. OE-391/3.Q (07/19105) 00300- 7 t:J dd. I (Sl -..J ~, I-' lD '--. f\.J (Sl (Sl [Jl f\.J W l0 I-' .po. (Sl -,J Ql [Jl Ql ll) [Jl (S) I-' o () o JTl JTl Tj H Z 1> Z () JTl ~-o D Gl JTl (S) .po. (S) -,-J DATE SUI:.. . I"ED: July 26, 2005 NAME OF BIDDER: Pri mE=! Com:;truction Group, Inc. (This Page Left Blank Intentionally.) OE-391/3.0 (06/20/05) 00300-8 m DATE SUBMITTED: TTTIY?6) 7005 NAME OF BIDDER: . GIBBS & REGTSTFR, INC. ORIGINAL SECTION 00300 BID FORM ~-,J ~ ~ SUBMITTED: JULY 26, 2005 (Date) PROJECT IDENTIFICATION: CITY OF OCOEE SEVENTH AVENUE ROADWAY AND DRAINAGE IMPROVEMENTS NAME OF BIDDER: GIBBS & REGISTER, INC. 530 S. MAIN STR~~~ BUSINESS ADDRESS: WINTER GARDEN, FL 34787 PHONE NO.: 407-654-6133 CONTRACTOR'S FLORIDA LICENSE NO.: CG CA06294 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 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. Dated: 7/19/05 No. Dated: 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 OE-391/3.0 (05/10/05) 00300-1 DATE SUBMITTED: NAME OF BIDDER: .TTTT,Y 26. 200'i ~THHS & RE~TS~ER. TNC.. d. 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 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., 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. r~~ i :. L . '- } .) 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 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, 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. OE-391/3.0 (05/10/05) 00300-2 DATE SUBMITTED: JULY 26. 2005 NAME OF BIDDER: GIBBS & REGISTER, INC. r"'\ ~. ". I 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. 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 any portion of the Work as shown in the bid schedule prior to award and adjust each bidder's "Total Bid" accordingly. 5. il,. ,," r- ... !, . r,"" ~', . .: . " ~.: ;,~ 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, 00301 A and 00301 B) Bid Bond (Surety Bond or Cashier's Check). (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 This Page Left Blank Intentionally.) OE-391/3.0 (05/10/05) 00300-3 DATE SUBMITTED: NAME OF BIDDER: r~~ ~ "~ !i' . ,~ \~, ;\: . '~. \ JULY 26, 2005 GIBBS & REGISTER, iNC. (This Page Left Blank Intentionally.) OE-391/3.0 (05/10/05) 00300-4 DATE SUE:, . TED: JULY 26, 2005 NAME OF BIDDER: GIBBS & REGISTER, INC. SCHEDULE OF BID ITEMS CITY OF OCOEE SEVENTH AVENUE ROADWAY AND DRAINAGE IMPROVEMENTS ',....,.", .., ..... ....... .... '" m ...... . .:.>.".:.:.:............. :'::' -, -,.., '" .j..,.., . ", BASE ,"", : ..,..... :.:." ;.',I'i":'" .' ", ' .. .-", ,'.' . " , , . , ' .... ,,' .... '. ........ .... . ~. ~ '., , " .1 .. .... .b.... ... " " ,'. tjNJ$"R~iCE ,.. .TQTALPR1~'E BID ITEM '. 'ES1"O.., , :'.....,."...'.....?':::;:.':.,::.;;..~~m~;f~:.:,:;ii...:. . : ,"",.':,... ,::,:t(Nc~:ci.M.B:ER~r . NO. DESCRIPTiON ':;l,J~Ut .,'.'QTY. ", 'Of\.i:'NuM6ER.$1:. ROADWAY 101-1 Mobilization LS 1 1Frl'lvt;...rl'":, ..^ Dc:u,M1.wO ~vo 55,000 .OQ 55,QOO .00 102-1 Maintenance of Traffic LS 1 ieN'Tt-\i)J~ 0- An. .....I\ID ~II~ to, 00,;;) ,OQ IO,OQQ. O~ 1 04-99 Erosion Control LS 1 ',-r a~ Oi;) l,OCcJ7. ~ 7, QIot. '6CJ ~1a-oJrA,N{)S'~)"~ol'l~ 11 0-1-1 Clearing and Grubbing LS 1 ~i;;/'Jl'lrt"'" ,.....t ^ n... ..... ,I\~ tOt 00.;) . 00::> 1'0, OO~. <:)v 120-1 Excavation, Regular CY 5,319 -r;!:r" ~UAlLj 4ND -oJ,(QO 10 .00 5~t (qO. 00 120-6 Embankment CY 1,472 -f. ~ I\r-.. .It. /I ~ """"D ~t1 c5:) 15.00 ~ 080.00 160-4 Type B Stabilization SY 4,289 Se.vsr-J bou.Af\b A.o..ll\ ~;('O'> 7. 00 ~o 0"-".00 285- 709 Optional Base (Base Group 9) (10" Limerock) SY 3,617 -f,~ ~-4M~ 1>;t 15.00 5Lf, ~55. ov (LBR 100) '00) 327-70-1 Milling Existing Asphalt Pavement (1" Avg.) SY 468 Ie:: l'n\ L.....m:. ....... D ~oo /5. 'DO I, o~o. 00 331-72-10 Type S Asphaltic Concrete (1 ") (100 LB/SY) SY 468 Se:..V61\l ~(l.' AND ~QO 7. 00 ~ ~11c au 331- 72-24 Type S Asphaltic Concrete (2.5") (250 LB/SY) SY 3,617 &.e,'16N l:x>u..A~ AN/) 001. '" ~ 11.00 13q, '8,.00 425-1-311 Inlets (Curb Type P-1) (<10') EA 4 ~J"~"'~ "\l~ IkLAll.c" .~ '"i., ~~oo.ov 17/~o'O,ov 425-1-321 Inlets (Curb Type P-2) (<10') EA 4 ~~~(\~i:.~. - .. ."....~...." '4-t '500.00 18,00.:>.0\:) 425-1-521 Inlets (OBI Type C) (<10') EA 1 ....k-" _ 'T.. L_ ... r: " ,{\ .~, .a.o.U'\ ~ J. I 5o~ . ot:) tl,50o. 00 425-1-531 Inlets (OBI Type C) (Mod) (<10') EA 1 v _,of", I'\. , ..., ~"" 5, 000 . <J\) 5,'000,00 hIE. 425-2-41 Manholes (Type P-7) (<1 0') EA 2 ~CL~ , ~U4\as. ~~ ~"" 01) 4, 000 . 0.0 8,oo\:>.ov OE-391/3.0 (06/20/05) 00300-5 'r,'~ - ~ .": ~_- -.- ~"'7"'~ _....-',r~,..~ 0" o.~"_..,~;4 DATE SUE TED: JULY 26, 2005 NAME OF BIDDER: GIBBS & REGISTER, INC. SCHEDULE OF BID ITEMS CITY OF OCOEE SEVENTH AVENUE ROADWAY AND DRAINAGE IMPROVEMENTS BASE .. BID ITEM EST'D. -.- UNITP-RICE UNIT)'~JpE TOTAL PRICE NO. DESCRIPTION UNIT QTY. -- - (IN WORDS) (IN-NUMBERS) ON NUMBERS) 430-11-225 Concrete Pipe Culvert (SS, Class II (18")) LF 1,031 fl ~-" I\rv. .." c A1-.ln ci{ 50.00 5fJ95o.00 C)i:) 430-941-25 Desilting Pipe (SS) (18") LF 70 ~ I M-J h ve J\-,. ^" ^~~ .s 5.00 :l, 4-5'0. OV 430-982-225 Mitered End Section (18") (Concrete Pipe EA 3 U. .h.",^ f'N"A4< .1\% I, ;0:>.00 3,'100.00 Round) (CD) ~-nw _ A. 515-1-2 Pipe Handrail (Aluminum) (3-Rail) LF 243 "", ..,rz;foJ [)........ I .." C _,,-, /) Q"% l>\) qO.oo P-', B'o.~u 520-1-1 0 Concrete Curb & Gutter (Type F) LF 2,420 ~ f\-v. . n.H -AMi) 07.' Q\) I '1-.00 ~~, 880. ()U 522-1 Concrete Sidewalk (4" Thick) SY 818 M \!2:r~ ...r-"/LE€. InU.MC .. /) ~cv .3,~. 00 :2.co, 't'1 Lf. ov 522-2 Concrete Sidewalk (6" Thick) SY 226 foltl'l () AA' AM{) ~I{.g-o 4-0. 00 '1, oL/0.00 575-1 Sodding SY 6,965 ---r wo nr-.. An~ ..LJ.O ~-;).,;) )..00 I tS: q.50 . au SIGNING & PAVEMENT MARKING 700-40-1 Sign (Single Post) (less than 12 SF) AS 9 lI'DF= .l\Vl>llhEO ~ .. . 1\ ..Ml..{QQ , 30 0.00 :1./00. 00 700-46-11 Sign Existing (Remove) (Single Post) AS 14 \ ~. "'-.. A I "'N.J) ~~ 90.00 l,.2lDo. ~o 700-46-21 Sign Existing (Relocate 1 Reinstall) (Single AS 2 ...~ ""''' ~~ ( 30. 00 ~~O. 00 Post) )"J,'f:.-I.\....,.mllr.~r 1Ll11l,,--J l\-- 7.00-48-18 Sign Panel (F&I) (15 or Less) EA 5 - -r.: .. - \\AK"\ 0......".." C AMD '''- t>."b. 3". 00 l""o.oo 700-48-60 Sign Panel (Remove) EA 1 "'1....:=-1\ , n...-roo. l'\- "" /I l ~J) -/I' abo too. 00 /00.00 705-1 0-11 Object Marker (Post Mounted) (Type I) (Red) EA 3 l__e:: .... ..- _.......,.-~ n... ...nL h"'~~ (,0.00 5/0.00 706-3 Retro-Reflective Pavement Markers EA 146 44V6' 0....... A.... A~I\ ~t(<:)..) 5.00 , ~o. 00 (Bi-Directional Amber-Amber) OE-391/3.0 (06/20/05) 00300-6 DATE SUBMITTED: JULY 26, 2005 NAMEO!=BIODER: GIBBS & REGISTER, INC. , . SCHEDULe OF BID ITEMS CITY OF OCOEE .. - SEVeNTH AVENUE ROADWAY AND DRAtNAGE IMPROVEMENTS .- " " ~,BASe':::,~.:.: r'~~':~'::::' ..... ," ',-~: '::~~:-;',~ ::" ~':';~:~~:,::::': ',- '-;~'T:~;:'~~' ;;--~~-~ :~:~.~:~ ~~;'='-::: .;:::~ :~~::.; :~.:~ ~ ~~'...::-~l:::: .:~:::: ~ .~..: --~ -.- .:' -.- . =.:' "': . ". .~ -, " : ; '" , . , BID fi'EM:: '~FD;', ! ' UNrr;PRlCE" UNIT PRlC'E TOTAL ,PRice NO. ; DESCRIPTION UNIT, QTV. ' (IN WORDSI fiN NUMBER8~ UNNUMBERS~ 711-:! Pavement Messages, Thennoplastle (School) EA 1 ,-1:":... II. _t"I A.....,. .- .,olk 300, Do 300,00 711-33 Skip Traffic StrIpe, Thermoplastlc {6~ White) LF 215 tNe- ~r'1.. A.PoJ.O O'>,{w J .00 ~15.oo (6-10 Skicl 711-34 Skip Traffic Stripe, Thermoplastic (6~ Yellow) IF 300 ~e-. 0cu..Atl. MO ~~ ~o I . Q2 ,300.00 (6...10 Sk~D) . 711-35-61 80lfd Trame Stripe, l"hermopla$1ic. {6" White} . IF 2,575 z:.E:(l;;;;) 00\.LA{lS..A ~\ ^ lDO ../,'(')l) b.~o J 15't5,t>\:). 711-3&';121 Soltd Traffic Stripe. ThennoJ)la$tic (12." While) 'IF. 766 ., \r'\:lO ():o.,., All I ~..I" o;:>./.'~\:) J...oo I. 5 3~ ' 00 711-3&-181 Solid Traffic Stripe. IhennOfll8stie (18" White) LF 72 ""tiin PJ::: f'r..t. ~^II r Jl."-l/\ ~..(1)C ..3. 00 62./ \a. 00 711--35-241 Solid Traffic stripe, Thermoplastio (24" White) LF 97 ;... [)..., . \, 1V1,. ,A),,\() ~^ em ,+.00 '388, 00 711-36-61 Solid Traffic Stripe, Thermoplastic (6~ Yellow) LF 2,682 ~ [hu."n r ......... (,ro..{c-.'U o.(e>o L \ocR. a-o 711-.35-181 Solid Traffic Stripe, Thermoplastic (18~ Yellow) LF 54 J'\.-.. ,.anr A...t!'l ~"'t::-. 3.'00 110 ~ ' 00 Total Baae Bfd (Total Of Bid lteme 101-1 Through 711-36-181} ~ 578, toO. ~ ADOENDUM NO.1 OE-391f3.Q (07J1~/05) 00300-7 (S) ---.J ""- I-' LD ""- I'V (S) (S) Ul I'V W I-' .po. .po. (S) ---.J Ql Ul Ql W Ul (S) I-' o o o fTJ fTJ ." H Z 1> Z o fTJ "U 1> (j) fTI (' I. .~ (S) ---.J DATE SUI:.. ,TED: JULY 26, 2005 NAME OF BIDDER: GIBBS & REGISTER, INC. '~"''''''-'1 , -. .;.'~./ (This Page Left Blank Intentionally.) "r"" .-.,. ~l'~" '._.;~ ,,.~; -. ._.. ~:.,~.:. ~ J ~_ "'r:r..:q.l~?' .' -' '-.......~..."ib OE-391/3.0 (06/20/05) 00300-8