FORMER ATCT DEMOLITION SARASOTA MANATEE AIRPORT AUTHORITY

Size: px
Start display at page:

Download "FORMER ATCT DEMOLITION SARASOTA MANATEE AIRPORT AUTHORITY"

Transcription

1 BID ATCTDEMO PROJECT MANUAL FOR FORMER ATCT DEMOLITION AT SARASOTA MANATEE AIRPORT AUTHORITY BID DOCUMENTS January 14, 2019 FDOT FM Project No

2 TABLE OF CONTENTS BIDDING REQUIREMENTS Notice to Bidders Instructions to Bidders BID FORMS Bid Forms Bid Price Form Bid Bond General Civil Rights Provisions Disadvantaged Business Enterprises Statement of Drug-Free Workplace (Identical Tie Bids) E- Verification Certification FDEP & U.S. EPA Construction Notices of Intent (NOI) Scrutinized Company Affidavit and Certifications Designation of Work by Subcontractors Prime Contractor Work Page No. NB-1 to NB-2 IB-1 to IB-8 A-1 to A-3 A-4 A-5 A-6.1 to A-6.4 A-7 to A-13 A-14 A-15 A-16 A-17 A-18 A-19 CONTRACT FORMS Contract C-1 to C-6 Certificate of Secretary CS-1 Public Construction Bond PCB-1 Certificate of Owner s Attorney CA-1 GENERAL PROVISIONS Section 10 - Definition of Terms GP-10-1 Section 20 - Deleted OMITTED Section 30 - Deleted OMITTED Section 40 - Scope of Work GP-40-1 Section 50 - Control of Work GP-50-1 Section 60 - Control of Materials GP-60-1 Section 70 - Legal Relations and Responsibility to the Public GP-70-1 Section 80 - Execution and Progress GP-80-1 Section 90 - Measurement and Payment GP-90-1 Section Contractor Quality Control GP Section Mobilization GP SPECIAL PROVISIONS GENERAL REQUIREMENTS Summary of Work Airport Project Procedures Project Coordination Control of Erosion, Siltation, and Pollution Abbreviations and Symbols Regulations and Definitions i

3 TABLE OF CONTENTS GENERAL REQUIREMENT (CONT.) Page No NPDES Permit Compliance Measurement and Payment Permits Submittals Quality Control Services Temporary Facilities Airfield Temporary Markings and Barricades Materials and Equipment Contract Closeout Affidavit of Payment; Affidavit of Release of Lien; Final Waiver of Lien; Contractor Warranty Form; Consent of Surety for Final Payment; Cleaning and Disposal Project Record Documents Warranties and Bonds TECHNICAL SPECIFICATIONS Structure Demolition T-904 Sodding T i

4 NOTICE TO BIDDERS BID ATCTDEMO The SARASOTA MANATEE AIRPORT AUTHORITY will receive sealed bids for the demolition of the former Air Traffic Control Tower (ATCT) at the Sarasota Bradenton International Airport, Sarasota, Florida, in the Dan McClure Auditorium, 1123 General Spaatz Boulevard, Sarasota, Florida 34243, until 2:00 PM, Monday, March 4, 2019 at which time and place bids will be publicly opened and read aloud. Bids received after stated time will not be accepted. The Work may be generally described as follows: The Project consists of the demolition of the former Air Traffic Control Tower and all ancillary structures located within the ATCT perimeter fence. This Project will also include the demolition of the former Airport Rotating Beacon Tower. This will require disconnecting and removing electrical, utilities, generator, fuel tanks, chillers, demolishing the tower structure and removing foundation to a minimum 6-foot below grade. The existing asphalt parking area shall remain, and shall be protected from damage. After demolition all disturbed areas shall be filled as necessary, graded, and sodded. The Contract Time will be as set forth in Section Summary of Work. A Non-Mandatory Pre-bid Conference will be held at 10:00 A.M. on Monday, February 4, 2019 in the Dan McClure Auditorium, at the Engineering Building, Sarasota Bradenton International Airport, 1123 General Spaatz Boulevard, Sarasota, Florida Bid security in the form of a bid bond equal to 5% of the total bid made payable to the Sarasota Manatee Airport Authority is required. Contract security in the form of 100% Performance and Payment Bonds will be required. No bid may be withdrawn after closing time for the receipt of sealed bids for a period of 90 days. A Notice-of-Award for the Contract will be issued once a successful bidder has been determined and funding has been secured. ATCT Demolition Project NB-1 Notice-to-Bidders

5 In an effort to improve communication with suppliers, streamline and reduce administrative costs, SMAA will use Onvia Demand Star to distribute automatic solicitation notifications, addendums, award recommendations, etc. to all interested films. This is an automated notification service that will send new opportunities directly to you once your online account has been activated. To be sure you are notified of new solicitations as soon as they are issued, please have your government contracts specialist register on Demand Star at in order to access the website where documents are available to download. Onvia's support contact is to activate your complimentary agency subscription. Although this service is not a mandatory requirement in bidding with the Authority, it is the only way to be notified automatically of solicitations. Pursuant to Florida Statutes 119, all bidding documents with the Authority are public record. Bidding documents may be examined digitally online at the following locations: Demand Star: Manage Subscriptions at: or contact Demand Star at demandstar@onvia.com for a complimentary agency subscription. Sarasota Manatee Airport Authority website: Plans are also available for limited viewing in the Engineering, Planning & Facilities office at Sarasota Bradenton International Airport, beginning Monday, January 14, 2019, upon prior notice. Please contact Elisa Traub, Project Coordinator (941) ext or Rob Walker, CAD/GIS System Operator at ext to coordinate. Sarasota Manatee Airport Authority Engineering, Planning & Facilities Dan McClure Auditorium 1123 General Spaatz Blvd. Sarasota, FL All Bidders must have a valid General Contractor's License and be licensed in accordance with Florida Laws. The Sarasota Manatee Airport Authority reserves the right to waive any informalities or irregularities in the bids received and to reject any or all bids or to award or refrain from awarding the contract for the work, whichever is deemed to be in the Owner's best interests. Mr. Kent Bontrager, P.E. Senior Vice President, Engineering, Planning & Facilities Sarasota Manatee Airport Authority ATCT Demolition Project NB-2 Notice-to-Bidders

6 INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS 1.1 Terms used in these INSTRUCTIONS TO BIDDERS are defined in the General Provisions and the Supplementary Conditions of the Construction Contract and shall have the intent and meaning assigned them therein. Terms defined in the General Provisions being redefined by modification in the Supplementary Conditions shall have the intent and meaning assigned them in the Supplementary Conditions. 1.2 The term "Successful Bidder" means the lowest, qualified, responsible, responsive BIDDER to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award. 1.3 The term "Bidding Documents" means the Bidding Requirements, Contract Forms, Bid Forms, Conditions of the Contract, Specifications, Drawings, and Addenda issued by the OWNER for the purpose of obtaining a bid on the Work. 2. BIDDING DOCUMENTS 2.1 Complete sets of Bidding Documents shall be used in preparing bids; neither OWNER nor ENGINEER assume any responsibility for errors or misinterpretations resulting from use of incomplete sets of Bidding Documents. 2.2 OWNER and ENGINEER in making copies of the Bidding Documents available on the above terms do so only for the purpose of obtaining bids on the Work and do not confer a license or grant for any other use. 3. QUALIFICATIONS OF BIDDERS 3.1 To demonstrate qualifications to perform the Work, the Low (Successful) Bidder must submit, within seven (7) days of Bid Opening, as part of his BID on the prescribed form, evidence which may be required by the OWNER, such as, but not limited to, financial data and previous experience. Each BID must contain evidence of the BIDDER's qualification to do business in the state where the Project is located. Conditional or qualified BIDS will not be accepted. In addition, a pertinent provision of Paragraph 16 of this section determines additional requirements for qualifications of BIDDERS By submission of a BID the BIDDER agrees, that if awarded a contract, to perform on the Site and with his own organization, work equivalent to at least TWENTY-FIVE (25%) of the total amount of the Work to be performed under the Contract. If during the progress of the Work hereunder, the CONTRACTOR requests an adjustment of such percentage and the ENGINEER determines that it would be to the OWNER's advantage, the percentage of the Work required to be performed by the CONTRACTOR's organization may be adjusted; PROVIDED prior written approval of such adjustment is obtained from the ENGINEER Each BIDDER must furnish with his BID a list of items that he will perform with his own forces and the estimated total cost of these items. IB-1 Instructions to Bidders

7 3.3 All BIDDERS must be properly licensed contractors in the State of Florida. Additional requirements for bid submission are specified in Item 12 of these Instructions to BIDDERS. 3.4 The owner reserves the right to reject the Contractor s choice for the project superintendent and/or supervisory personnel. Prior to award of the contract the Contractor shall provide the Owner with the names and qualifications of the superintendent and/or supervisory personnel to be used on the project for approval by the Owner. 4. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 4.1 Before submitting a BID, each BIDDER must (a) examine the Bidding Documents thoroughly; (b) visit the sites to familiarize himself with local conditions that may in any manner affect cost, progress or performance of the Work; (c) familiarize himself of federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work; and (d) study and carefully correlate BIDDER's observations with the Drawings and Specifications; (e) notify ENGINEER of all conflicts, errors or discrepancies. 4.2 Reference is made to the Supplementary Conditions for identification of: Those reports of explorations and tests of hazardous material at the site which have been utilized by Engineer in preparation of the Contract Documents. BIDDER may rely upon the accuracy of the technical data contained in such reports but not upon non-technical data, interpretations or opinions contained therein or for the completeness thereof for the purposes of bidding or construction Those drawings of physical conditions in or relating to existing surface and subsurface conditions (except Underground Facilities) which are at or contiguous to the site which have been utilized by Engineer in preparation of the Contract Documents. BIDDER may rely upon the accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. 4.3 Before submitting his BID each BIDDER may, at his own expense and assuming all risks, make such additional investigations, explorations and tests as the BIDDER may deem necessary to determine his BID for performance of the Work in accordance with the time, price and other terms and conditions of the Contract Documents. On request in advance, OWNER will provide each BIDDER access to the site to conduct such explorations and tests as each BIDDER deems necessary for submission of a BID. BIDDER shall fill all holes, cleanup and restore the site to its former condition upon completion of such explorations. 4.4 The lands upon which the Work is to be performed rights-of-way for access thereto and other lands designated for use by the CONTRACTOR in performing the Work are identified in The Contract Documents. 4.5 The submission of a BID will constitute an incontrovertible representation by the BIDDER that he has complied with every requirement of this Article 4 and that without exception the BID is premised upon performing and furnishing the Work required by the Contract Documents using such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Contract Documents and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the Work. IB-2 Instructions to Bidders

8 ADDENDA AND INTERPRETATIONS All questions about the meaning or intent of the Contract Documents shall be submitted in writing to Elisa Traub, Project Coordinator at: Replies, when considered necessary by the SMAA, will be issued by Addenda, mailed or delivered to all parties recorded by SMAA as having received the Bidding Documents. Sarasota Manatee Airport Authority ATTN: Elisa Traub 6000 Airport Circle Sarasota, FL Questions received after 5:00 P.M. on Monday February 18, 2019 will not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 5.2 Addenda may also be issued to modify the Bidding Documents as deemed advisable by Owner or Engineer. 5.3 Failure of any BIDDER to receive any such Addendum or interpretation shall not relieve BIDDER from any obligation under this BID as submitted. 6. BID SECURITY 6.1 Each BID must be accompanied by Bid Security made payable to OWNER, in an amount of five (5) percent of the BIDDER's maximum BID PRICE (including all additive alternatives) in the form of a Bid Bond prepared on the Form of Bid Bond included in the BID, duly executed by the BIDDER as principal and issued by a surety meeting the requirements of the General Provisions and Supplementary Conditions thereto. 6.2 Attorneys-in-fact who sign the bid Bonds or Contract Bonds must file with each bond a certified and effectively dated copy of their power-of-attorney. 6.3 The Bid Security of the Successful BIDDER will be retained until such BIDDER has executed the Agreement and furnished the required Contract Security and Insurance Certificates, whereupon it may be returned; if the Successful BIDDER fails to execute and deliver the Agreement and furnish the required Contract Security and Insurance Certificates within fifteen (15) days of NOTICE OF AWARD, OWNER may annul the NOTICE OF AWARD and the Bid Security of the BIDDER will be forfeited to OWNER as liquidated damages for such withdrawal, failure or refusal. The Bid Security of any BIDDER whom the OWNER believes to have a reasonable chance of receiving the award may be retained by OWNER until the earlier of the seventh day after the "effective day of the Agreement" by OWNER to CONTRACTOR and the required Contract Security and Insurance Certificates are furnished, or one hundred twenty-one (121) days after the Bid Opening. Bid Security of other BIDDERS may be released within seven (7) days of the Bid Opening. 7. CONTRACT TIME 7.1 Time for completion of the Project is as stated in Section 01010, "Summary of Work" of the Project Manual. IB-3 Instructions to Bidders

9 8. LIQUIDATED DAMAGES 8.1 Provisions for Liquidated Damages are set forth in the Contract Form and Section SUBSTITUTE OR OR-EQUAL MATERIAL AND EQUIPMENT 9.1 The Contract, if awarded, will be on the basis of material and equipment described in the Drawings or specified in the Specifications. Whenever it is indicated on the Drawings or specified in the Specifications that a substitute or "or equal" item of material or equipment may be furnished or used if acceptable to ENGINEER, application for its acceptance must be submitted in accordance with requirements of Section Substitutions and Product Options: BIDDERS are directed to read the statements contained under Section 01600, for substitutions or product options, which specify the conditions under which the material, devices, or equipment to be furnished by the CONTRACTOR are equal to those designated. 10. SUBCONTRACTORS, ETC All BIDDERS shall submit as part of their BID on the prescribed schedules a list of all subcontractors and other persons and organizations (including those who are to furnish principle items of material and equipment) proposed for those portions of the Work as to which such identification is required. If requested by OWNER, the low BIDDER shall submit an experience statement with pertinent information as to similar projects and other evidence of qualification for each subcontractor, other person or organization. If OWNER, after due investigation, has reasonable objection to any proposed subcontractor, other person or organization, the OWNER may before giving the NOTICE OF AWARD require the apparent Successful BIDDER to submit an acceptable substitute without an increase in Bid Price. If the apparent Successful BIDDER declines to make any such substitution, the Contract shall not be awarded to such BIDDER, but his declining to make any such substitution will not constitute grounds for sacrificing his Bid Security. Any subcontractor, other person, or organization so listed and to whom the OWNER does not make written objection prior to giving the NOTICE OF AWARD will be deemed acceptable to OWNER No CONTRACTOR shall be required to employ any subcontractor, other person, or organization against whom he has reasonable objection. 11. BID FORMS 11.1 One copy of the completed bid forms (pages A-1 through A-24) must be submitted Bid Forms must be completed in ink or typewritten by computer or typewriter. Each BID must be submitted on the prescribed form. All blank spaces and Bid Prices must be filled in. The Bid Price, including unit price, for each bid item as well as the Base Bid total and each Additive Bid total is to be stated in numerals as indicated in the Bid Form The firm, corporation, or individual name of the BIDDER must be signed in ink in the space provided for the signatures on the Bid Form. BIDS by corporation must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or assistant secretary of the corporation. The corporate address and state of incorporation shall be shown in the space provided. IB-4 Instructions to Bidders

10 11.4 BIDS by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and the official address of the partnership must be shown below the signature BIDS by individuals must be signed by the individual owner and the terms "doing business" or "sole owner" must appear under the signature The BIDDER must state in his BID the name and address of each person or corporation interested therein The numbers of all addenda and the date each was received shall be filled in on the Bid Form The address to which communications regarding the BID are to be directed must be shown on the Bid Form Affidavits: Each BIDDER is required to duly execute the BIDDER's and Non-Collusion Affidavits at the end of the BID All names must be typed or printed below the signature. 12. SUBMISSION OF BIDS 12.1 BIDS shall be submitted at the time and place indicated in the Advertisement. Each BID shall be contained in a sealed envelope marked BID ENCLOSED, along with the project name, as stated on page 1 of the Bid Form, and the Bidder s name. Each BID shall be accompanied by the Bid Security and other required documents. Only one copy of the Bid Form, Schedules and other required documents is required for submission of BID. DO NOT SUBMIT THE PROJECT MANUAL OR DRAWINGS WITH BID Mailing address: Mr. Kent D. Bontrager, P.E. Senior Vice President of Engineering, Planning, & Facilities Sarasota Manatee Airport Authority 6000 Airport Circle Sarasota, Florida All BIDDERS must be licensed contractors in accordance with the Laws of the State of Florida. 13. MODIFICATIONS AND WITHDRAWAL OF BIDS 13.1 BIDS may be modified or withdrawn by an appropriate document duly executed (in the manner that a BID must be executed) and delivered to the place where BIDS are to be submitted at any time prior to the opening of BIDS If within twenty-four (24) hours after the time Bids are opened, any BIDDER files a duly signed written notice with the OWNER and promptly thereafter demonstrates to the reasonable satisfaction of the OWNER that there was a material and substantial mistake in the preparation of his BID, that BIDDER may withdraw his BID and the BID Security will be returned. Thereafter, that BIDDER will be disqualified from further bidding on the Work. IB-5 Instructions to Bidders

11 14. OPENING OF BIDS 14.1 BIDS will be opened and read aloud publicly. An abstract of the amounts of the base bids and any major alternates will be made available after award is made by OWNER. 15. BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE 15.1 All BIDS shall remain open for ninety (90) days after the day of the opening, but OWNER may, in his sole discretion, release any BID and return the Bid Security prior to that Date. 16. AWARD OF CONTRACT 16.1 OWNER reserves the right to reject any and all BIDS, to waive any and all informalities not involving price, time, or changes in the work, and to negotiate contract terms with the successful BIDDER, and the right to disregard all nonconforming, non-responsive, unbalanced, or conditional BIDS. Also, OWNER reserves the right to reject the BID of any BIDDER if OWNER believes that it would not be in the best interest of the Project to make an award to that BIDDER, whether because the BID is not responsive or the BIDDER is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by OWNER. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum The following are examples of factors which, among others, will determine the responsiveness of bids: a. The completeness and regularity of Bid Form; b. A Bid Form without excisions or special conditions; c. A Bid Form having no alternative basis for any items unless requested in the Specifications; d. A Bid Form without obviously unbalanced unit prices; e. Submission of a properly executed Bid Bond In evaluation of BIDS, OWNER shall consider qualifications of the BIDDERS and whether or not the BIDS comply with the prescribed requirements in the Bid Forms OWNER may consider the qualifications and experience of subcontractors, other persons or organizations (including those who are to furnish the principle items of materials and equipment) proposed for those portions of the work as to which the identity of subcontractors and other persons and organizations must be submitted as provided in the General Conditions. Maintenance considerations, performance data and guarantees of materials may also be considered by OWNER. OWNER will consider DBE participation and whether or not BIDDER made an effort to meet specified DBE goals. In evaluating the bidder s DBE goal, the bidder s DBE percentage will be based on the base bid plus all additive bids OWNER may conduct such investigations as he deems necessary to assist in the evaluation of any BID and to establish the responsibility, qualifications and other persons and organizations to do the work in accordance with the contract documents to OWNER's satisfaction within the prescribed time Responsibility shall be based on whether the BIDDER: IB-6 Instructions to Bidders

12 a. Maintains a permanent place of business; b. Has adequate plant equipment to do the Work properly and within the time limit that is established; c. Has adequate financial status to meet his obligations contingent to doing the Work. d. Otherwise demonstrates that he is clearly capable, both financially and in terms of past experience, to carry out the work of contract in a competent and timely fashion OWNER reserves the right to reject the BID of any BIDDER who does not pass any evaluation to OWNER's satisfaction If a contract is to be awarded, it will be awarded to the lowest BIDDER whose evaluation by OWNER indicates to OWNER that the award will be in the best interests of the Project If a contract is to be awarded, OWNER will give the Successful BIDDER a NOTICE OF AWARD within ninety (90) days after the day of Bid Opening. 17. BONDS, CONTRACT SECURITY AND INSURANCE 17.1 Supplementary Contract Conditions set forth OWNER's requirements as to Bonds and Insurance. When the Successful BIDDER delivers the executed Agreement to OWNER it shall be accompanied by the required Contract Security and Insurance Certificates and Policies All Bonds (Bid, Payment and Performance) must be signed or countersigned by the Surety Company's proper resident agent, authorized to do business in the State of Florida, on whom service can be made in the event of litigation. 18. SIGNING OF AGREEMENT 18.1 When OWNER gives a NOTICE OF AWARD to the Successful BIDDER, it will be accompanied by required number of unsigned counterparts of the Agreement and all other required Contract Documents. Within fifteen (15) days following the effective date of "Award" CONTRACTOR shall sign and deliver all executed counterparts of the Agreement to the OWNER with all other Contract Documents including insurance certificates and executed bonds attached thereto. IB-7 Instructions to Bidders

13 ENGINEER will identify those portions of the Contract Documents not fully signed by the OWNER and CONTRACTOR and such identification shall be binding on all parties. 19. SPECIAL REQUIREMENTS 19.1 Laws and Regulations: The BIDDER's attention is directed to the fact that applicable state laws, municipal ordinances and the rules and regulations of all authorities having jurisdiction over construction of the Project shall apply to the Contract throughout, and they will be deemed to be included in the Contract the same as though therein written out in full Estimated Quantities: Where quantities of work are given in the BID these are approximate and are assumed solely for comparison of the BIDS. They are not guaranteed to be accurate statements or estimates of quantities of work that are to be performed under the Contract, it being presumed that the BIDDER has verified the quantities necessary to complete the Work of the Contract as intended, and any departure therefrom will not be accepted as valid grounds for any claim for damages, for extension of time or for loss of profits; nor will any additional payment, be made regardless of the actual quantities required or ordered to complete the Work. 20. PREBID CONFERENCE 20.1 A Non-Mandatory Prebid Conference will be held at the time and location indicated in the Notice to Bidders. Representatives of OWNER and ENGINEER will be present to discuss the Project. BIDDERS are strongly encouraged to attend the conference. The ENGINEER will transmit to all prospective BIDDERS of record such Addenda as the ENGINEER considers necessary in response to questions arising at the conference. 21. SALES TAX 21.1 Unit prices shall include all sales taxes, and other applicable taxes and fees. 22. FUNDING AGENCY REQUIREMENTS 22.1 Bidders are advised that work under this contract will also be financed in part by a grant of the Florida Department of Transportation. END OF INSTRUCTIONS TO BIDDERS IB-8 Instructions to Bidders

14 BID SUBMITTAL FORM Date: Project: FORMER ATCT DEMOLITION SARASOTA BRADENTON INTERNATIONAL AIRPORT To: Sarasota Manatee Airport Authority Engineering, Planning & Facilities Department 1123 General Spaatz Blvd. Sarasota, FL From: Bidder s Name Bidder s Street Address Bidder s City, State, and Zip Code Bidder s Phone Number Bidder s Fax Number Having carefully examined the Bid Documents and Drawings entitled FORMER ATCT DEMOLITION AT SARASOTA BRADENTON INTERNATIONAL AIRPORT as well as the premises and conditions affecting the work, and confirming that the sites were visited, as required, the undersigned hereby proposed to furnish all labor and material and to perform all work as required by and in strict accordance with the above-named documents for sums as indicated in this Bid Form entitled "Bid Price Form", which sums include all applicable taxes. BID SECURITY: The undersigned acknowledges that it has included with its Bid the required Bid Security for not less than five percent (5%) of the total amount of its Base Bid which, in case the undersigned refuses or fails to accept an award and to enter into a contract and file the required bonds within the prescribed time, shall be forfeited to the Sarasota Manatee Airport Authority, as liquidated damages. ACCEPTANCE OF BID: The Bidder understands and agrees that the Sarasota Manatee Airport Authority (Owner) reserves the right to accept or reject any or all bids submitted within ninety (90) calendar days from date of bid opening. Bidder agrees that it will not withdraw its Bid for said period of time. THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER A-1 Bid Submittal Forms

15 SUBCONTRACTORS AND PRIME CONTRACTOR WORK: For work performed by other than the Bidder's own organization, the undersigned has designated on the Bid Form entitled "Designation of Subcontractors" certain firms as its subcontractors for portions of the work and further agrees that said subcontractors may not be changed without written consent of the Owner. For work performed by the Bidder's own organization, the undersigned has designated on the Bid Form entitled "Prime Contractor Work" that portion of work performed by the bidder's direct hire forces. ADDENDA: It is agreed that the undersigned has received all addenda complete as issued by the Owner and that related costs are included in the bid submitted. The undersigned acknowledges receipt of said addenda as follows: Addendum # Addendum # Addendum # Addendum # Addendum # dated dated dated dated dated TIME: Time is of the essence. The undersigned Bidder agrees that, if awarded the Contract hereunder it shall commence the work to be performed under the Contract on the date set by the Owner in its written notice to proceed, continuing the work with diligence and shall complete the entire work per this Bid Form. The undersigned agrees that, if awarded the Contract, it will complete said separable portions of work in accordance with such milestone dates. The lowest, responsive, responsible Bidder will be provided a Notice of Intent to Award and four copies (4) copies of the Contract and its Attachments for execution. Failure of the Bidder to return same, fully executed, with all required insurance certificates within seven (7) calendar days may result in contract being awarded to the next lowest, responsive, responsible Bidder and forfeiture of Bid Bond. If the undersigned is notified of the acceptance of this bid, it agrees to execute within seven (7) calendar days, a Contract for the above work, complete with all required insurance certificates and bond forms. Respectfully Submitted: Name of Authorized Individual Authorized Signature Date THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER A-2 Bid Submittal Forms

16 BID PRICE FORM Contractor shall provide in the appropriate spaces of the bid form the unit price(s) and lump sum prices(s), based on the description indicated for that item, the Total Amount of each item in numerical figures and the Total Amount Bid for the entire work. It is the intent of the OWNER to award the base bid and all additive bids. If a contract is to be awarded, it will be awarded to the lowest responsive and responsible Bidder of the combined total of the base bid plus all additive bids the Owner chooses to award. Contractor shall provide prices for the Base Bid and all Additive Bids. Failure to do so may result in the bid being considered non-responsive and rejected. Name of Authorized Individual Authorized Signature Date THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER A-3 Bid Submittal Forms

17 FORMER ATCT DEMOLITION BID PRICE FORM Item No. Spec. No. Item Description Quantity Unit Unit Price Amount BASE BID 1 GP-105 Mobilization 1 LS $ Demolition of Former ATCT - Complete 1 LS $ Demolition of Former Airport Beacon Tower 1 LS $ T-904 Sodding 5,700 SY $0.00 Base Bid Total= $0.00 Bidder's Organization: A-4

18 BID BOND Project Name: FORMER ATCT DEMOLITION SARASOTA BRADENTON INTERNATIONAL AIRPORT *Not to be completed if a certified check is submitted. KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, as Principal, and as Surety are held and firmly bound unto the Sarasota Manatee Airport Authority (SMAA), in the sum of $, for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. The condition of the above obligation is such that if the attached Proposal of Principal and Surety for work as specified above, all as stipulated in said Proposal, by doing all work incidental thereto, in accordance with the plans and specifications provided heretofore, all within Sarasota County, is accepted and the bidder shall within seven (7) days after notice of said award, enter into a contract, in writing, and furnish the required Performance Bond with surety or sureties to be approved by the Vice President of Engineering, Planning & Facilities, this obligation shall be void; otherwise the same shall be in full force and virtue by law and the full amount of this Proposal Bond will be paid to SMAA as stipulated or liquidated damages. Signed this day of, 2018 Principal Surety Principal must indicate whether corporation, partnership, company, or individual. THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER A-5 Bid Submittal Forms

19 GENERAL CIVIL RIGHTS PROVISIONS Project Name: FORMER ATCT DEMOLITION SARASOTA-BRADENTON INTERNATIONAL AIRPORT The contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the contractor and subtier contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of Name of Authorized Individual Authorized Signature Date THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER Page A-6.1 Bid Submittal Forms

20 CIVIL RIGHTS TITLE VI ASSURANCE Project Name: FORMER ATCT DEMOLITION SARASOTA-BRADENTON INTERNATIONAL AIRPORT The OWNER, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that for it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Compliance with Nondiscrimination Requirements: During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor s obligations under this contract and the Nondiscrimination Act and Authorities on the grounds of race, color, or national origin. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts And Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. Sanctions for Noncompliance: In the event of a contractor s noncompliance with the Nondiscrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the contractor under the contract until the contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. Bid Submittal Forms Page A-6.2

21 Title VI List of Pertinent Nondiscrimination Acts and Authorities During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the Contractor ) agrees to comply with the following nondiscrimination statutes and authorities; including but not limited to: Title VI of the Civil Rights Act of 1964 (42 USC 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin); 49 CFR part 21 (Non-discrimination in Federally-assisted programs of the Department of Transportation Effectuation of Title VI of the Civil Rights Act of 1964); The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); Section 504 of the Rehabilitation Act of 1973 (29 USC 794 et seq.), as amended (prohibits discrimination on the basis of disability); and 49 CFR part 27; The Age Discrimination Act of 1975, as amended (42 USC 6101 et seq.) (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982 (49 USC 471, Section 47123), as amended (prohibits discrimination based on race, creed, color, national origin, or sex); The Civil Rights Restoration Act of 1987 (PL ) (broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms programs or activities to include all of the programs or activities of the Federal-aid recipients, subrecipients and contractors, whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 USC ) as implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38; The Federal Aviation Administration s Nondiscrimination statute (49 USC 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures nondiscrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at to 74100) Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 USC 1681 et seq). Bid Submittal Forms Page A-6.3

22 Name of Authorized Individual Authorized Signature Date THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER Page A-6.4 Bid Submittal Forms

23 DISADVANTAGED BUSINESS ENTERPRISES DBE FORM 1 COMMITTED DBE PARTICIPATION Project Name: FORMER ATCT DEMOLITION SARASOTA-BRADENTON INTERNATIONAL AIRPORT DBE Contract Goal: 8.00% Name of DBE Sub-Contractor Address of DBE Subcontractor Type of Work Subcontracted Value of DBE Subcontract TOTAL COMMITTED DBE PARTICIPATION TOTAL BID TOTAL COMMITTED DBE PARTICIPATION AS A % OF BID The undersigned will enter into a formal agreement with the DBE Subcontractors listed above to perform the above described work conditioned upon the execution of a prime contract with the Sarasota Manatee Airport Authority. The undersigned further confirms that they have reviewed the Florida UCP Directory available at and determined that each subcontractor listed above was a Florida certified DBE as of the execution date shown below. Name of Authorized Individual Authorized Signature Date THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER Page A-7 Bid Submittal Forms

24 DISADVANTAGED BUSINESS ENTERPRISES DBE FORM 2 INTENT TO PERFORM AS A DBE SUBCONTRACTOR Project Name: FORMER ATCT DEMOLITION SARASOTA-BRADENTON INTERNATIONAL AIRPORT The undersigned hereby certifies that their firm is prepared to act as a Subcontractor on the above-named project in the performance of the following described work: at a bid price of $ and agrees to enter into a contract with the Prime Contractor if the Prime Contractor is awarded the prime contract by the Sarasota Manatee Airport Authority. The undersigned further confirms that their firm is a DBE certified by the Florida Unified Certification Program and is in good standing as of the execution date shown below. Name of DBE Subcontracting Firm Name of Authorized Individual Authorized Signature Date Note to Bidder: This DBE Form 2 is to be completed separately for each DBE firm listed on DBE Form 1. THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH OFFER Page A-8 Bid Submittal Forms

25 DISADVANTAGED BUSINESS ENTERPRISES DBE FORM 3 DEMONSTRATION OF GOOD FAITH EFFORTS TO OBTAIN DBE PARTICIPATION Project Name: FORMER ATCT DEMOLITION SARASOTA-BRADENTON INTERNATIONAL AIRPORT This Form and its Attachment are only applicable if DBE Form 1 does NOT demonstrate that the Bidder has obtained DBE participation commitments from DBE subcontractors sufficient to meet the DBE Contract Goal. For a bid submission to be considered responsive to this Request for Bids, Bidder must demonstrate Good Faith Efforts to meet the DBE Contract Goal of 8.00% established by the Sarasota Manatee Airport Authority (SMAA) for this contract. The Bidder can meet the DBE requirements of this Request for Bids in either of two ways: 1. The Bidder can document sufficient commitments for DBE participation on DBE Form If the Bidder is unable to document sufficient commitments for DBE participation on DBE Form 1, the Bidder must fully document that sufficient Good Faith Efforts were made to obtain those commitments. If the Bidder intends to meet the DBE requirements of this Request for Bids using method 2 above, the Bidder must complete Attachment A to this DBE FORM 3 and include with its bid submittal complete documentation demonstrating that it took all necessary and reasonable actions to achieve DBE participation sufficient to meet the DBE Contract Goal and that the scope, intensity, and appropriateness of the actions taken could reasonably have been expected to have resulted in sufficient DBE participation. As outlined in the SMAA s DBE Program, the sufficiency of the efforts made by the Bidder will initially be determined by SMAA s DBE Liaison, with an opportunity for an appeal of a negative determination. The evaluation of the Bidder s efforts will consider the quality, quantity, and intensity of the different kinds of efforts that the Bidder has made, as well as the performance of other bidders in meeting the DBE Contract Goal for this contract. The efforts employed by the Bidder should be those that one could reasonably expect a Bidder to take if the Bidder were actively and aggressively trying to obtain DBE participation sufficient to meet the DBE Contract Goal. The following is a list of some types of actions that a Bidder should consider taking to obtain DBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive: 1. Soliciting through all reasonable and available means (e.g. attendance at pre-bid meetings, advertising, written notices, telephone or contact) the interest of all certified DBEs who have the capability to perform the work of the contract. Bidder must solicit this interest within sufficient time to allow the DBEs to respond to the solicitation. The Bidder must determine with certainty if the DBEs are interested by taking appropriate steps to follow up initial solicitations. 2. Selecting appropriate portions of the work to be performed by DBEs in order to increase the likelihood that the DBE goals will be achieved. This includes, where appropriate, breaking out contract work items into economically feasible units to facilitate DBE participation, even when the prime contractor might otherwise prefer to perform these work items with its own forces. Page A-9 Bid Submittal Forms

26 3. Providing interested DBEs with information about the plans, specifications, and requirements of the contract in a timely manner to assist them in responding to a solicitation. 4. Negotiating in good faith with interested DBEs. It is the Bidder's responsibility to make a portion of the work available to DBE subcontractors and suppliers and to select those portions of the work or material needs consistent with the available DBE subcontractors and suppliers, so as to facilitate DBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of DBEs that were considered; a description of the information provided regarding the plans and specifications for the work selected for subcontracting; and evidence as to why agreements could not be reached for DBEs to perform the work. A Bidder using good business judgment would consider a number of factors in negotiating with subcontractors, including DBE subcontractors, and would take a firm's price and capabilities as well as contract goals into consideration. However, the fact that there may be some additional costs involved in finding and using DBEs is not in itself sufficient reason for a Bidder's failure to meet the DBE Contract Goal, as long as such costs are reasonable. Also, the ability or desire of a Bidder to perform the work of a contract with its own organization does not relieve the Bidder of the responsibility to make Good Faith Efforts. Bidders are not, however, required to accept higher quotes from DBEs if the price difference is excessive or unreasonable. 5. Not rejecting DBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The subcontractor's standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. nonunion employee status) are not legitimate causes for the rejection or non-solicitation of bids in the Bidder s efforts to meet the DBE Contract Goal. 6. Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance as required by the recipient or contractor. 7. Making efforts to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. 8. Effectively using the services of available minority/women community organizations; minority/women contractors' groups; local, state, and Federal minority/women business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of DBEs. Completion of the Attachment hereto is mandatory if DBE Form 1 does not reflect committed DBE participation equal to or exceeding the DBE contract goal. Page A-10 Bid Submittal Forms