1 Addendum Project: Pensacola GAF ADDENDUM 006 Pensacoal International Airport Pensacoal, Florida Date: April 8, 2020 AEP File No: Reference: Contract Drawing: See below Shop Drawing: Specification: See below Other: Subject: Addendum 006 The following changes shall be made to the Bid Documents, which bear the above title and project number and the cover page date March 3, 2020. CLARIFICATIONS: 1) Instructions to Bidders paragraph VII.B. states to use the Bid Schedule located on pages P-31 to P-34, but there are no Item No. or Description shown. Is there a list of items that are required to be listed on this form? Answer: Please see the Bid Form in this Addendum 2) P-32 does not show a break down for the Alternate 1. Can it be listed as a Lump Sum Item under the Civil Items? There is no other place to list the Alternate 1 price. Answer: Please show a lump sum for Additive Alternate 1 in the Bid From in this Addendum 3) Section 012200 Part 3 paragraph 3.1 states to see Contract Bid Form for the Schedule of Unit Prices. Is there a Schedule of Unit Prices? Answer: An updated Schedule of Quantities can be found on sheet C100 in Addendum 5. Also, please use the Bid Form in this Addendum 4) Section 012100 Allowances – Is there a Schedule of Allowances? Or, are there any allowances at all? Answer: There are no allowances included in this project 5) I am having trouble locating Div 32 within the spec. We are security contractor bidding the camera system, access control, gates and fencing. Any assistance would be appreciated. Answer: Division 32 specifications was included in Addendum 5. 6) Please confirm that the bid will consist of the Base Bid and Add Alternate #1 – Monument Sign (No other breakdowns will be required)? Answer: Please use the Bid From in this Addendum for project breakdown 7) Are there any electrical requirements for the Monument Sign? Answer: No 8) Drawing ES101– Please provide size requirements for the handholes shown on this drawing? Answer: A Type 6 handhole of 12x18x24 will be used for the lighting and generator conductors. The Utility handhole will be removed. Added key note 1 and 2. Added utility disconnect (reference E701 comment below). Drawing EL101– Please provide description for symbol SSA shown in room 104 AG LAB / DIS RM? Answer: The symbol in question is $vs, and is located on the legend. The symbol on the sheet will be rotated for legibility. 9) Drawing E701 – 400 Amp service Entrance Rated Disconnect is not shown on the drawings, please provide location? Answer: The disconnect will be located next to the utility transformer and will be shown on the site plan.
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
1
Addendum
Project: Pensacola GAF ADDENDUM 006 Pensacoal International Airport Pensacoal, Florida Date: April 8, 2020 AEP File No: Reference: Contract Drawing: See below Shop Drawing: Specification: See below Other: Subject: Addendum 006
The following changes shall be made to the Bid Documents, which bear the above title and project number and the cover page date March 3, 2020. CLARIFICATIONS:
1) Instructions to Bidders paragraph VII.B. states to use the Bid Schedule located on pages P-31 to P-34, but there are no Item No. or Description shown. Is there a list of items that are required to be listed on this form? Answer: Please see the Bid Form in this Addendum
2) P-32 does not show a break down for the Alternate 1. Can it be listed as a Lump Sum Item under the Civil Items? There is no other place to list the Alternate 1 price. Answer: Please show a lump sum for Additive Alternate 1 in the Bid From in this Addendum
3) Section 012200 Part 3 paragraph 3.1 states to see Contract Bid Form for the Schedule of Unit Prices. Is there a Schedule of Unit Prices? Answer: An updated Schedule of Quantities can be found on sheet C100 in Addendum 5. Also, please use the Bid Form in this Addendum
4) Section 012100 Allowances – Is there a Schedule of Allowances? Or, are there any allowances at all? Answer: There are no allowances included in this project
5) I am having trouble locating Div 32 within the spec. We are security contractor bidding the camera system, access control, gates and fencing. Any assistance would be appreciated. Answer: Division 32 specifications was included in Addendum 5.
6) Please confirm that the bid will consist of the Base Bid and Add Alternate #1 – Monument Sign (No other breakdowns will be required)? Answer: Please use the Bid From in this Addendum for project breakdown
7) Are there any electrical requirements for the Monument Sign? Answer: No
8) Drawing ES101– Please provide size requirements for the handholes shown on this drawing?
Answer: A Type 6 handhole of 12x18x24 will be used for the lighting and generator conductors. The Utility handhole will be removed.
Added key note 1 and 2.
Added utility disconnect (reference E701 comment below). Drawing EL101– Please provide description for symbol SSA shown in room 104 AG LAB / DIS RM? Answer: The symbol in question is $vs, and is located on the legend. The symbol on the sheet will be rotated for legibility.
9) Drawing E701 – 400 Amp service Entrance Rated Disconnect is not shown on the drawings, please provide location? Answer: The disconnect will be located next to the utility transformer and will be shown on the site plan.
2
10) Drawing E701 – Should the feed from the pad mounted XFMR to the Service Entrance Rated Disconnect Switch be 400.S in lieu of 400.4 shown? Answer: Yes, corrected ATS and service-entrance disconnect feeders.
11) Drawing FA101 – Please provide location or the Fire Alarm Control Panel? Answer: Fire alarm control panel will be located in the Mechanical room. Added GAAP (reference FA101/FA701 comment below).
12) Drawing FA101 / FA701 – Will a Fire Alarm Annunciator Panel be required? Answer: PER CBP, a Graphic Annunciater Panel will be located in the Entrance Office Room 113.
CHANGES TO PROJECT MANUAL: Item 1. Table of Contents and Manual
1) Replace Bid Schedule with Bid Form 2) Add Substitution Request Form 3) Replace Invitation To Bid General Conditions
CHANGES TO DRAWINGS: Item 2. Drawings
1) Replace the following sheets:
E001
ES101 EL101 EP101
E601
E701
FA101 FA701
END OF ADDENDUM 006
Cc: Dan Flynn/Matt Coughlin/Andrea Levitt(PNS), File
℄
℄
℄
℄
℄
℄
℄
℄
℄
℄
℄
℄
℄
℄
℄
LIGHTING SYSTEM
POWER
FIRE ALARM SYSTEM
2
OS
LED SUSPENDED 1' x 4' LUMINAIRE.
SWITCH, SINGLE POLE. AMP 120/277 VOLT.
(E) INDICATES EXISTING TO REMAIN (TYP.)4'-0" TO
RECEPTACLE, DUPLEX, NEMA 5-20R. 18" UNO TO CENTERLINE.
RECEPTACLE, QUADRUPLEX, NEMA 5-20R.
SPECIAL PURPOSE RECEPTACLE. COORDINATE NEMA CONFIGURATION WITHEQUIPMENT.
JUNCTION BOX, 4" SQUARE MINIMUM, SEE PLANS FOR ADDITIONAL SIZES
JUNCTION BOX, 4" SQUARE MINIMUM, WALL MOUNTED.
DISCONNECT SWITCH, MOUNTED 6'-6" TO TOP OF OPERATING HANDLE, SIZE AS
INDICATED ON PLANS. 3 POLE, 30A RATED, 20A FUSED SHOWN, 30 A NF NEMA 1 UNO.
PANELBOARD, MOUNTED 6'-6" TO TOP OF OPERATING HANDLE, VOLTAGE AS INDICATED ON PANEL
SCHEDULE, DASHED LINE ASSOCIATED TO PANELBOARD INDICATES 3' WORKING CLEARANCE
WALL MOUNTED AND CEILING MOUNTED LED EXIT SIGN. SHADED AREA INDICATES
DIRECTION OF FACE. ARROW POINTS IN DIRECTION OF CHEVRON.
EXTERIOR WALL MOUNTED LUMINAIRE. HALF SHADED CENTER INDICATES EMERGENCY
1'-6" TO
AF AMP FUSE
AHU AIR HANDLING UNIT
C CONDUIT
CB CIRCUIT BREAKER
CKT CIRCUIT
GFCI GROUND FAULT CIRCUIT INTERRUPTER
GND GROUND
JB JUNCTION BOX
MB MAIN BREAKER
MLO MAIN LUGS ONLY
PNL PANEL
UNO UNLESS NOTED OTHERWISE
WP WEATHERPROOF
NL NIGHT LIGHT
MDF MAIN DISTRIBUTION FRAME
VFD VARIABLE FREQUENCY DRIVE
REF REFRIGERATOR
MNS MASS NOTIFICATION SYSTEM
MNT MOUNTED
LT LIGHT
CFL COMPACT FLUORESCENT
FACP FIRE ALARM CONTROL PANEL
FATC FIRE ALARM TERMINAL CABINET
SWITCH, OCCUPANCY SENSOR, 1000 SQ. FT. AND 180 DEGREE COVERAGE,4'-0" TO
ULTRASONIC AND INFRARED, MANUAL ON.
NIC NOT IN CONTRACT
OCCUPANCY SENSOR, CEILING MOUNTED, ULTRASONIC AND INFRARED, 2000 SF
COVERAGE, QUICK TO INSTALL CONNECTOROS
UTP UNSHIELDED TWISTED PAIR
SWBD SWITCHBOARD
OS OCCUPANCY SENSOR
SWITCH, DIMMER.4'-0" TO
PROJ SCRN PROJECTION SCREEN
RECEPT RECEPTACLE
FRAP FIRE ALARM REMOTE ANNUNCIATOR PANEL
GFGI GOVERNMENT FURNISHED GOVERNMENT INSTALLED
SEGB SERVICE ENTRANCE GROUND BAR
CH COUNTER HEIGHT
MOTOR STARTER, COMBINATION DISCONNECT. PROVIDE MOTOR OVERLOADS4'-0" TO
SIZED AS REQUIRED FOR THE MOTOR BEING SERVED, STARTER SHALL BE NEMA 1 UNO.
ATS AUTOMATIC TRANSFER SWITCH
SWITCH, TWO POLE. 20 AMP 120/277 VOLT.4'-0" TO
MOTOR RATED SWITCH. (MANUAL MOTOR STARTER).4'-0" TO
COORDINATE POLE AND AMPACITY OF MOTOR BEING CONTROLLED.
FIRE ALARM CONTROL PANEL.
DRY TYPE TRANSFORMER IN NEMA 1 ENCLOSURE, UNO.
LED WALL MOUNTED 1' x 4' LUMINAIRE.
INT INTERCOM
FIRE ALARM ANNUNCIATOR PANEL.
PA PUBLIC ADDRESS
LED 2' x 2' LUMINAIRE. SEE LUMINAIRE SCHEDULE FOR ADDITIONAL INFORMATION.
BALLAST/DRIVER. MOUNTED AT 9'-0" ABOVE GRADE, UNO.
RECEPTACLE, SIMPLEX, NEMA 5-20R. 8'-0" TO CENTERLINE, UNO.
AFF ABOVE FINISHED FLOOR
S
S
S
DS
MS
FACP
FAAP
DDC/BAS DIRECT DIGITAL CONTROL PANEL (HVAC)
UDS UTILITY DISTRIBUTION SYSTEM
SEE LUMINAIRE SCHEDULE FOR ADDITIONAL INFORMATION.
RECESSED DOWN LIGHT, SEE LUMINAIRE SCHEDULE FOR ADDITIONAL INFORMATION.
SEE LUMINAIRE SCHEDULE FOR ADDITIONAL INFORMATION
3SWITCH, THREE POLE. 20 AMP 120/277 VOLT.4'-0" TOS
4SWITCH, FOUR POLE. 20 AMP 120/277 VOLT.4'-0" TOS
ACP ACCESS CONTROL PANEL
KVA KILOVOLT AMPERE
V VOLT
Z IMPEDENCE
OH OVERHEAD
ABBREVIATIONS:
DHZ DAYLIGHT HARVESTING ZONE (SEE LIGHTING
PLANS AND LIGHTING CONTROL NARRATIVE)
4'-0" TO VARIABLE FREQUENCY DRIVEVFD
FLOOR MOUNTED RECEPTACLE, QUADRUPLEX, NEMA 5-20R.
LED 2' x 2' EMERGENCY LUMINAIRE. SEE LUMINAIRE SCHEDULE FOR ADDITIONAL INFORMATION.
SPD SURGE PROTECTIVE DEVICE
TYP TYPICAL
EPO EMERGENCY POWER OFF
FLOW SWITCHFS
GB GROUND BAR
J
J
ELECTRICAL CONNECTION POINTE
33020
FAAP FIRE ALARM ANNUNCIATOR PANEL
OSDSWITCH, OCCUPANCY SENSOR/DIMMER, WALL MOUNTED, ULTRASONIC AND INFRARED, 1000 SF4'-0" TO
AND 180 DEGREE COVERAGE, AUTOMATIC TO 50% LIGHT LEVEL WHEN OCCUPANCY IS SENSED, SWITCH
S
MANUAL ON FROM SWITCH TO 100%. SWITCH MANUAL OFF, INCLUDES MANUAL ADJUSTMENT OF LIGHT LEVELONE STEP BETWEEN 50% AND 70% OF FULL LEVEL, AUTOMATICALLY TURN OFF 15 MINUTES AFTER NO ACTIVITYIS DETECTED, UTILIZES 0-10 V FOR DIMMING CONTROL.
3OSD3-WAY SWITCH, OCCUPANCY SENSOR/DIMMER, THREE POLE. 20 AMP 120/277 VOLT.4'-0" TOS
SWITCH, VACANCY SENSOR, WALL MOUNTED, ULTRASONIC AND INFRARED, 1000 SF AND 180 4'-0" TO
DEGREE COVERAGE, AUTOMATIC TO 50% LIGHT LEVEL WHEN OCCUPANCY IS SENSED, SWITCH MANUAL ON
SVS
FROM SWITCH TO 100%. SWITCH MANUAL OFF, AUTOMATICALLY TURN OFF 15 MINUTES AFTER NO ACTIVITY
IS DETECTED, UTILIZES 0-10 V FOR DIMMING CONTROL.
SWITCH, VACANCY SENSOR/DIMMER, WALL MOUNTED, ULTRASONIC AND INFRARED, 1000 SF AND 180 4'-0" TO
DEGREE COVERAGE, AUTOMATIC TO 50% LIGHT LEVEL WHEN OCCUPANCY IS SENSED, SWITCH MANUAL ON
SVSD
FROM SWITCH TO 100%. SWITCH MANUAL OFF, INCLUDES MANUAL ADJUSTMENT OF LIGHT LEVEL ONE STEP
BETWEEN 50% TO 70% OF FULL LEVEL, AUTOMATICALLY TURN OFF 15 MINUTES AFTER NO ACTIVITY IS DETECTED,
UTILIZES 0-10 V FOR DIMMING CONTROL.
AND 180 DEGREE COVERAGE, AUTOMATIC TO 50% LIGHT LEVEL WHEN OCCUPANCY IS SENSED, SWITCH MANUAL ON FROM SWITCH TO 100%. SWITCH MANUAL OFF, INCLUDES MANUAL ADJUSTMENT OF LIGHT LEVELONE STEP BETWEEN 50% AND 70% OF FULL LEVEL, AUTOMATICALLY TURN OFF 15 MINUTES AFTER NO ACTIVITYIS DETECTED, UTILIZES 0-10 V FOR DIMMING CONTROL.
T
HIGH/LOW PRESSURE SWITCH (PRE-ACTION SYSTEM)PS
TAMPER SWITCHTS
FLUSH MOUNTED MANUAL FIRE ALARM PULL STATION,
48 INCH MOUNTING HEIGHTM
SEMI-FLUSH MOUNTED FIRE ALARM HORN STROBE DEVICE, MOUNT 80-96 INCH FROM
FLOOR TO BOTTOM OF LENS OR 6" BELOW CEILING, WHICHEVER IS LESS. 15 INDICATES CANDELA RATING. DEVICES NOT LABELED SHALL BE 75 CANDELAS
HORN, WEATHERPROOF, 90" MOUNTING HEIGHTWP
XX
SEMI-FLUSH FIRE ALARM VISUAL STROBE DEVICE, WALL MOUNT, 80-96 INCH FROM FLOOR
BOTTOM OF LENS OR 6" BELOW CEILING, WHICHEVER IS LESS. XX INDICATES CANDELA RATING. DEVICES NOT LABELED SHALL BE 75 CANDELAS.
FLUSH WALL MOUNTED DOOR HOLDING DEVICE - MOUNT 70 INCH AFF.
1. ALL PARKING LOT LIGHTING FIXTURES SHALL BE CONTROLLED VIA TIMECLOCK / PHOTOCELL.2. FOR ALL FEEDER SIZING REFER TO ONE LINE AND PANEL SCHEDULES.3. ALL UNDERGROUND CONDUIT SHALL BE COORDINATED WITH CIVIL.
GENERAL NOTES
NO. DESCRIPTION DATE
1 ADDENDUM 6 4/8/20
D
TN
PN
1
1
1. HANDHOLE SHALL BE TYPE 6 AND 12X18X24.2. REFER TO UTILITY REQUIREMENTS FOR METER PAN, CT, AND DISCONNECT.
COORDINATE EXACT LOCATION OF TRANSFORMER AND DISCONNECT WITH UTILITY IN THE FIELD.
1. PROVIDE CONNECTION TO INDOOR UNIT PER MANUFACTURER REQUIREMENTS.
2. PROVIDE RECEPTACLE FOR VIDEO MONITOR INSIDE DETENTION GRADE HOUSING.
3. PROVIDE IN-WALL RACEWAY FOR CONNECTION TO FURNITURE-RECEPTACLES COORDINATE WITH FURNITURE SUPPLIER.
4. 25% OF FURNITURE-SYSTEM-RECEPTACLES SHALL BE AUTOMATICALLY TURNED OFF BY OCCUPANCY SENSOR WITHIN 20 MINUTES OF ALL OCCUPANCTS LEAVING THE SPACE, OR BY TIME SCHEDULE. (ASHRAE 90.1 8.4.2)
5. 50% OF ALL RECEPTACLES SHALL BE AUTOMATICALLY TURNED OFF BY OCCUPANCY/VACANCY SENSOR WITHIN 20 MINUTES OF ALL OCCUPANCTS LEAVING THE SPACE, OR BY TIMESCHEDULE. (ASHRAE 90.1 8.4.2)
1
1
AC-1
KEY NOTES
SCALE: 1/4" = 1'-0"EP101
ENLARGED ELECTRIC ROOM2
SCALE: 1/4" = 1'-0"EP101
ENLARGED LAN / SLAN ROOM3
SCALE: = 1'-0"3/16"
0 4 8 124
2
3 3
NO. DESCRIPTION DATE
1 ADDENDUM 5 4/3/20
2 ADDENDUM 6 4/8/20
4 5
TN
PN
1
1
2
SHEET NUMBER
BID DOCUMENTS
SHEET TITLE
PENSACOLA INTERNATIONAL
AIRPORT
PENSACOLA
GENERAL
AVIATION
FACILITY (GAF)
PROFESSIONAL SEAL
904-256-2500 Fax 904-256-2503
10748 Deerwood Park Blvd. SouthJacksonville, Florida 32256-0597
1. REFER TO THE SINGLE LINE DIAGRAM FOR FEEDER SIZE.2. BRANCH CIRCUIT SIZE SHALL BE 3#8, 1#12 GND - 3/4"C.3. BRANCH CIRCUIT SIZE SHALL BE 3#4, 1#8 GND - 1"C
Notes:
Receptacle 33480 VA 64.93% 21740 VA Total Est. Demand Current: 189 A
Other 313 VA 100.00% 313 VA Total Est. Demand Load: 157.4 kVA
Lighting 5252 VA 125.00% 6565 VA Total Conn. Current: 202 A
Equipment 128780 VA 100.00% 128780 VA Total Conn. Load: 167.8 kVA
FIRE ALARM ONE LINE DIAGRAM1SCALE: 1" = 1'-0"FA701
FIRE ALARM OPERATION SEQUENCE2
NO. DESCRIPTION DATE
1 ADDENDUM 6 4/8/20
1
PENSACOLA INTERNATIONAL AIRPORT 20100052.002 GENERAL AVIATION FACILITY Addendum 6 April 6, 2020
Project
Pensacola GAF
Pensacola International Airport, Pensacola, FL
SUBSTITUTION REQUEST (During the Bidding Phase)
Substitution Request Number:
From:
To: RS&H
Attn: Marjorie Weibe-Reed
Date:
A/E Project Number: 2010052-002
Re: Contract For:
Specification Title: Description:
Section: Page: Article/Paragraph:
Proposed Substitution: Manufacturer:
Address: Phone: Trade Name: Model No.:
Attached data includes product description, specifications, drawings, photographs, and performance and test data adequate for evaluation of the request; applicable portions of the data are clearly identified.
Attached data also includes a description of changes to the Contract Documents that the proposed substitution will require for its proper installation.
The Undersigned certifies: Proposed substitution has been fully investigated and determined to be equal or superior in all respects to specified product. Same warranty will be furnished for proposed substitution as for specified product. Same maintenance service and source of replacement parts, as applicable, is available. Proposed substitution will have no adverse effect on other trades and will not affect or delay progress schedule. Proposed substitution does not affect dimensions and functional clearances. Proposed substitution will not have a cost impact on the project. Payment will be made for changes to building design, including A/E design, detailing, and construction costs caused by the
substitution.
Submitted by: Signed by: Firm:
Address:*
Telephone:*
Signature required .
A/E’s REVIEW AND ACTION
Substitution approved - Make submittals in accordance with Specification Section 01330. Substitution approved as noted - Make submittals in accordance with Specification Section 01330. Substitution rejected - Use specified materials. Substitution Request received too late - Use specified materials.
Signed by: Date:
Supporting Data Attached: Drawings Product Data Samples Tests Reports
(GAF)
CITY OF PENSACOLA, FLORIDA P-31 BID FORM PENSACOLA INTERNATIONAL AIRPORT APRIL 2020 GENERAL AVIATION FACILITY (GAF) ADDENDUM 06
CITY OF PENSACOLA, FLORIDA P-33 BID FORM PENSACOLA INTERNATIONAL AIRPORT APRIL 2020 GENERAL AVIATION FACILITY (GAF) ADDENDUM 06
ACREAGE
ITEM NO. WORK ITEM DESCRIPTION ESTIMATED
LINE
ITEM 5
QTY UNIT
UNIT
PRICE AMOUNT
COST PER
AC
1 SITE PREP
2 UILITIES
3 PARKING / CURBS / STRIPING /
SIGNAGE
4 STORMWATER MANAGEMENT
5 WALKS/ BOLLARDS / FLAGPOLES
6 SITE SECURITY & LIGHTING
7 LANDSCAPE & IRRIGATION
8 FENCING & GATES
9 EQUIPMENT (GENERATOR &
INCINERATOR)
SUB-TOTAL
10 PERMITS
11 BUILDERS RISK
12 GENERAL LIABILITY
13 CONTRACTOR PROFIT FEE 10%
14 TOTAL ESTIMATED SITEWORK
COST
SITEWORK
CITY OF PENSACOLA, FLORIDA P-32 BID FORM PENSACOLA INTERNATIONAL AIRPORT APRIL 2020 GENERAL AVIATION FACILITY (GAF) ADDENDUM 06
SQUARE
FOOT
ITEM NO. WORK ITEM DESCRIPTION ESTIMATED
LINE
ITEM 6,292
QTY UNIT UNIT PRICE AMOUNT
COST
PER SF
1 GENERAL CONDITIONS
Overhead, Field Supervision, Trailers, etc
2 SUBSTRUCTURE
Foundations
Slab on Grade
3 SHELL
Exterior Closure
Roofing
Entry Canopy
4 INTERIORS
Interior Construction - Doors, Partitions,
Sound Batts, Glazing
Interior Finishes
Specialties - Furniture, Equipment,
Signage, Casework
5 PLUMBING
General Plumbing - Restrooms, Break
Room, Ag Lab
6 FIRE PROTECTION
Wet Pipe System
7 HEATING, VENTILATING, AIR
CONDITIONING
Units with Standard Distribution
8 ELECTRICAL/LIGHTING
Electrical, Lighting, Fire Alarm, Security
SUB-TOTAL
9 PERMITS
10 BUILDERS RISK
11 GENERAL LIABILITY
12 CONTRACTOR PROFIT FEE 10%
13 TOTAL ESTIMATED BUILDING COST
BUILDING
CITY OF PENSACOLA, FLORIDA P-34 BID FORM PENSACOLA INTERNATIONAL AIRPORT APRIL 2020 GENERAL AVIATION FACILITY (GAF) ADDENDUM 06
ITEM NO. WORK ITEM DESCRIPTION ESTIMATED
LINE
ITEM
QTY UNIT UNIT PRICE AMOUNT
LUMP
SUM
1 ADDITIVE ALTERNATE 1 -
MONUMENT SIGN
SUB-TOTAL
2 PERMITS
3 BUILDERS RISK
4 GENERAL LIABILITY
5 CONTRACTOR PROFIT FEE 10%
6 TOTAL ESTIMATED ADDITIVE
ALTERNATE COST
ADDITIVE ALTERNATE
CITY OF PENSACOLA, FLORIDA P-35 BID FORM PENSACOLA INTERNATIONAL AIRPORT APRIL 2020 GENERAL AVIATION FACILITY (GAF) ADDENDUM 06
FOR ALL WORK REQUIRED IN ACCORDANCE WITH THE CONSTRUCTION DRAWINGS
SPECIFICATIONS AND OTHER CONTRACT DOCUMENTS, INCLUDING ALL COSTS RELATED
TO THE WORK, AND ANY REQUIRED PERMITS, TAXES, BONDS AND INSURANCE, THE
UNDERSIGNED SUMBITS A TOTAL BID AMOUNT OF:
TOTAL AMOUNT OF BASE BID (IN WORDS) _____________________________________ dollars and _____________cents
TOTAL BASE BID AMOUNT $_____________________________________________ TOTAL AMOUNT OF ADDITIVE ALTERNATE 1 BID (IN WORDS) _____________________________________ dollars and _____________cents TOTAL ADDITIVE ALTERNATE 1 AMOUNT $________________________________________ It is understood the quantities of work to be done at unit prices are approximate and are intended for bidding purposes only. Amounts are to be shown in both words and figures. In case of discrepancy the amount shown in words shall govern. Contract award will be based on the lowest qualified bid for base bid or base bid and alternate bid, depending on availability of funds. Bidders understand the Owner/Agent reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner/Agent and conforms to State and local laws and ordinances pertaining to the letting of construction contracts. The bidder agrees this bid shall be honored and may not be withdrawn for a period of 90 days after the schedule closing time for receiving bids. The bidder represents that it has examined the site of the Work and informed itself fully in regard to all conditions pertaining to the place where the work is to be done; that it has examined the plans and specifications for the work and other Contract Documents relative thereto and has read all of the Addenda furnished prior to the opening of the Bids, as acknowledged below; and that it has otherwise fully informed itself regarding the nature, extent, scope and details of the Work to be performed. If provided with a Notice of Intent to Award the Contract by the Owner, the bidder shall execute and deliver to the Owner all of the documents required by the Contract Documents, including but not limited to, the Addendum to the Agreement and the Performance and Payment Bonds in the form contained in the Contract Documents, furnish the required evidence of the specified insurance coverages, furnish all necessary permits, license, materials, equipment, machinery, maintenance, tools, apparatus, means of transportation and labor necessary to complete the Work.
CITY OF PENSACOLA, FLORIDA P-36 BID FORM PENSACOLA INTERNATIONAL AIRPORT APRIL 2020 GENERAL AVIATION FACILITY (GAF) ADDENDUM 06
Dated and signed at ____________, ____________, this______ day of ___________, 2020
______________________________ (Name of Bidder)
______________________________
(Authorized Signature)
______________________________ (Title)
______________________________
(Mailing Address)
______________________________ (City, State, Zip)
THE CITY OF PENSACOLA, FLORIDA INVITATION TO BID
GENERAL CONDITIONS To ensure acceptance, all bidders submitting bids to the City of Pensacola shall be governed by the following conditions, attached specifications, and bid form(s) unless otherwise specified. Bids not submitted on the bid form(s) provided shall be rejected, and bids not complying with these conditions will be subject to rejection. 1. Approved Equivalents or Equals: Any manufacturer's names, trade names, brand names, model numbers, etc.
listed in the specifications are for information only and not intended to limit competition. The Bidder may offer any brand for which he is an authorized representative, which meets or exceeds the specifications as written. If the bid is based on an "approved equivalent or equal" item(s) or service(s), supportive information in the form of the manufacturer's printed literature or brochures, sketches, diagrams, and/or complete specifications must accompany the bid. The bidder must explain in detail the reasons why the proposed equivalent or equal will meet specifications and not be considered an exception thereto. The City of Pensacola reserves the right to determine acceptance of proposed equivalent or equal item(s) or service(s). A Substitution Request Form is required to be completed by the bidder when making a substitution request.
2. Award of Bids: Recommendations for award of bids are made to the Mayor or City Council based on the lowest
and best responsible bidder meeting all conditions and requirements of the specifications. 3. Bid Bond: The particular item(s) or service(s) outlined within the attached specifications require(s) that a
certified check, cashier's check, or insurance company’s executed original bond made payable to the City of Pensacola in the amount of 5% of the amount bid accompany your bid. To ensure its prompt return, please include the company's name and return address on the face of your good faith check or draft. Checks or drafts accepted as good faith deposits will be retained within the City's Finance Department until award and execution of contract is complete, or until a purchase order is issued to the successful bidder. Any bidder withdrawing his bid after the bid opening forfeits the right of return of his good faith deposit.
4. Bid Withdrawal: No bid may be withdrawn after closing time for receipt of bids for a period of sixty (60) days
thereafter. The contract award shall be legally binding at the time of award by Mayor or City Council. 5. Delivery: Bid quotations shall include all freight costs to Pensacola, Florida to a point(s) specified herein or
specified at the time the purchase order is placed. No title to the item(s) or service(s) ordered nor any risk of loss shall be passed to the City of Pensacola until after receipt of delivery has been acknowledged by an authorized representative of the City of Pensacola.
6. Discounts: Terms offering a discount for prompt payment will be considered in determining the low bid. The
discount period shall begin whenever (1) the conditions of the specifications have been fully met and the product or service judged acceptable to the City of Pensacola or (2) a correct invoice and other required documents have been received, whichever is later. Discounts offered for a period of less than thirty (30) days will not be considered in determining low bid.
7. Exceptions to Specifications: During the drafting of written specifications, a sincere effort is made to describe
products and services best suited to the needs of the City; however, in order that consideration be given in evaluating bids, any exceptions to or deviations from the specifications as written must be noted and fully explained. The Mayor is the final authority in determining the acceptability of any exceptions to specifications.
8. Governing Law: The laws of the State of Florida shall be the laws applied in the resolution of any action, claim or
other proceeding arising out of this contract. 9. Identical Tie Bids: In the event that two or more bids are identical in price, preference shall be given to business
with Drug-Free Work Place Programs. A Drug-Free Work Place Certificate is enclosed. 10. Intent of Specifications: It is the intent of the specifications attached hereto to set forth and describe a certain
item(s) or service(s) to be purchased by the City of Pensacola including all materials, equipment, machinery, tools, apparatus, and means of transportation (including freight costs) necessary to provide the item(s) or service(s).
11. Interpretations: All questions concerning the specifications or conditions shall be directed in writing to the
Purchasing Office, or as instructed on the Invitation to Bid Page, at least ten (10) days prior to the bid submittal deadline. Inquiries must reference the bid item(s) or service(s) and the date of the bid submittal deadline. Interpretations will be made in the form of an addendum placed on the City’s website. The City shall not be responsible for any other explanation or interpretation.
12. Legal Requirements: All applicable provisions of Federal, State, County, and local laws including all ordinances,
rules, and regulations shall govern the development, submittal and evaluation of all bids received in response to these specifications, and shall govern any and all claims between person(s) submitting a bid response hereto and the City of Pensacola, by and through its officers, employees and authorized representatives. A lack of knowledge by the bidder concerning any of the aforementioned shall not constitute a cognizable defense against the legal effect thereof. The Bidder agrees that it will not discriminate on the basis of race, creed, color, national origin, sex, age or disability.
13. Licenses, Registration and Certificates: Each bidder shall possess at the time of submitting its bid all licenses,
registrations and certificates necessary to engage in the business of contracting (or special contracting if the work to be performed necessitates a particular type of specialty contractor) in the City of Pensacola. Bidder must also possess all licenses, registrations and certificates necessary to comply with federal, state and local laws and regulations, including active registration with the Florida Department of State, Division of Corporations (www.sunbiz.org).
14. Mistakes: Bidders are expected to examine the conditions, scope of work, proposal prices, extensions, and all
instructions pertaining to the item(s) or service(s) involved. Failure to do so will be at the bidder’s risk. Unit prices bid will govern in award.
15. Payment of Invoices: The City of Pensacola issues checks for payment of invoices on the 10th of each month. The
signed receiving copy of the purchase order and a correct invoice must have been received by Accounts Payable Activity prior to the 4th of the month. Item(s) or service(s)s received on or after the 4th will be processed in the following month. All invoices are payable by the City under the terms of Florida Prompt Payment Act, Florida Statute §218.70. All purchases are subject to availability of funds in the City’s budget.
16. Permits and Taxes: The bidder shall procure all permits, pay all charges, fees, and taxes, and give all notices
necessary and incidental to the due and lawful prosecution of the work. Bidders who use public roads of the City of Pensacola, Florida for transport of goods of any kind which said goods were transported from a point without the City of Pensacola, Florida to a point within the City of Pensacola shall obtain a “Use of Streets” permit for a fee not in excess of the license paid for by local licensees engaged in the same business.
17. Pre-Bid Meetings: If a bid requires a mandatory pre-bid meeting, any representative of a firm wishing to submit a
bid must sign in with the name of the bidding firm. 18. Prohibited Conduct by Bidders: Upon the publication of any solicitation for sealed bids, requests for proposals,
requests for qualifications, or other solicitation of interest or invitation to negotiate by any authorized representative of the City of Pensacola, any party interested in submitting a bid, proposal, or other response reflecting an interest in participating in the purchasing or contracting process shall be prohibited from engaging in any communication pertaining to formal solicitations with the Mayor, any member of Pensacola City Council or any member of a selection/evaluation committee for RFPs/RFQs, whether directly or indirectly or through any representative or agent, whether in person, by mail, by facsimile, by telephone, by electronic communications device, or by any other means of communication, until such time as the City has completed all action with respect to the solicitation.
19. Protests: Protests of the plans, specifications, and other requirements of bids and requests for proposals must be
received in writing by the Purchasing Office at least ten (10) business days prior to the scheduled bid submittal deadline. A detailed explanation of the reason for the protest must be included. Protests of the intended award of bid
or contract must be in writing and received in the Purchasing Office within five (5) business days of the notice of intent to award. A detailed explanation of the protest must be included.
20. Public Entity Crimes: By submitting a proposal each proposer is confirming that the company has not been placed on
the convicted vendors list as described in Florida Statute §287.133 (2) (a). 21. Public Records: Any material submitted in response to this Invitation to Bid will become a public document
pursuant to Florida Statute §119.07. This includes material which the responding bidder might consider to be confidential or a trade secret. Any claim of confidentiality is waived upon submission, effective after opening the bid pursuant to Florida Statute §119.07.
22. Public Records Law: The Parties shall each comply with Florida Public Records laws. The Parties hereby
contractually agree that each Party shall allow public access to all documents, papers, letters, or other public records as defined in Chapter 119, Florida Statutes, made or received by either Party in conjunction with this agreement, or related thereto, unless a statutory exemption from disclosure exists. Notwithstanding any provision to the contrary, it is expressly agreed that Contractor’s failure to comply with this provision, within seven (7) days of notice from the City, shall constitute an immediate and material breach of contract for which the City may, in the City’s sole discretion, unilaterally terminate this agreement without prejudice to any right or remedy.
23. Rejection of Bids: The City of Pensacola reserves the right to accept or reject any or all bids, to award bids on a
split-order basis by item or service number, to waive any minor bid irregularities, technicalities, or informalities, and to re-advertise for bids when deemed in the best interest of the City of Pensacola.
24. Sealed Bids: The specifications and all executed bid forms must be submitted in a sealed envelope. All bids must be
signed by an authorized representative of the bidder. In the event more than one bid submittal deadline is scheduled for the same date and time, do not include bids concerning different sets of specifications within the same envelope. The face of the sealed envelope shall be plainly marked identifying the bidder, the item(s) or service(s) bid and the bid number. It shall be the sole responsibility of the bidder to assure receipt of bid at the Purchasing Office prior to the published time for the bid submittal deadline. No bid will be accepted after closing time for receipt of bids, nor will any offers by telephone, fax, internet or email be accepted.
25. Tax: The City of Pensacola is exempt from all State and local sales tax. 26. Termination for Convenience: A contract may be terminated in whole or in part by the City at any time and for
any reason in accordance with this clause whenever the City shall determine that such termination is in the best interest of the City. Any such termination shall be effected by the delivery to the contractor at least thirty (30) business days before the effective date of a Notice of Termination specifying the extent to which performance shall be terminated and the date upon which termination becomes effective. An equitable adjustment in the contract price shall be made for the completed service, but no amount shall be allowed for anticipated profit on unperformed services.
27. Unauthorized Aliens: The City of Pensacola shall consider the employment by any contracted vendor of
unauthorized aliens a violation of Section 274A of the Immigration and Nationality Act. Such violation shall be cause for unilateral termination of this contract.
28. Venue: Venue for any claim, action or proceeding arising out of this contract shall be Escambia County, Florida.
ANY AND ALL SPECIAL CONDITIONS AND SPECIFICATIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL CONDITIONS SHALL HAVE PRECEDENCE.