Loading...
R04-1581 2 3 4 5 6 7 8 9 10 11 12 13 14 18 19 2O 21 22 23 24 25 26 27 28 29 RESOLUTION NO. R04- I~'t~ A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING THE AWARD OF BID NO. #017-2610-04/CJD FOR THE EXPANSION AND REMODELiNG OF THE LIBRARY TO SESSOMS CONSTRUCTION COMPANY, INC., IN THE AMOUNT OF $5,727,485, AUTHORIZING THE CITY MANAGER TO EXECUTE CONTRACT DOCUMENTS; AND PROVIDiNG AN EFFECTIVE DATE. WHEREAS, on August 24, 2004, three competitive bids were received, opened and reviewed by Procurement Services, for the expansion/remodel of the library; and WHEREAS, the City Commission, upon recommendation of staff, deems it to be in the best interests of the citizens and residents of the City of Boynton Beach, to award this bid (#017-2610-04/CJD), in the amount of $5,727,485 plus a project contingency of $100,000 to Sessoms Construction Company, Inc., as the lowest, most responsive, responsible bidder who meets all specifications. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. Section 2. The City Commission of the City of Boynton Beach, Florida, hereby approves the award of Bid #0172610-04/CJD, for in the amount of $5,727,485.00 and does hereby authorize the City Manager to execute a contract S:\CA\RESOXAgreements\Bid Awards\Bid Award for Library - Sessoms Construction.doc 7 8 9 10 11 12 13 14 15 16 ' 17 18 19 201 21 I ATTEST: 22 ~y ~le~rk 23 . 24/ 25 26 27 28 29 30 between the parties, which is attached hereto and made a part hereof. Section 2. That this Resolution shall become effective immediately. PASSED AND ADOPTED this ~ [ day of September, 2004. CITY OF BOYNTON BEACH, FLORIDA ~--'"~ ~ssioner (Corporate Seal) S:\CA\RESOXAgreements\Bid Awards\Bid Award for Library - Sessoms Construction.doc O~ z 0 0 0 0 zz~ Z Z I'"- 0 0 -0 0 >- Oo~o 0~ Z~ g ~ o ~o O~ ~ 0 ~ ~I' w z~ -- -~ Em ~ 0w ~z ~ 0 ~ ~ ~m ~ ~~ z ~ = ~ =< > o ~ ~o o~ ~ ~g o~ ~ 0 0 00~ X o o 0 00~ o o o o o o 0 0 0 0 0 0 ~ o o 0 0 0 0 ~ Z 0~ ~ 0 Z ~ ~ 0 Z boo 0 0 00~ ' I.U Zl-- Z u~ UJ Z (,3 0 0 ~5~ d o ~>~o o Oz .~; o ~o o w w w w z.-= ,,, w 0 r~ m ~ 0 ~~ Z 0 n ~ I- rr I~. X 1.1.1 o o z__z~ Z Z I"- 0 0 00~ NJ The City of Boynton Beach Boynton Beach City Libmry 208 ~. ~eac~est Blvd. Boynton Beach, Florida 33435 Phone: (561) 742'6380 FAX: (561) 742'6381 www. coala.or~/boynton August 30, 2004 MEMORANDUM TO: FROM: Bill Atldns, Deputy Director Depa, h,ent of Financial Services Virginia K. Famce Ubrary Director SUBJECT: Recommendation for 'Expansion of the Ubmn/' Bid//017-2610-04/CJD On August 24, 2004, Procurement Services received and publicly opened ten (10) bids for the 'Expansion of Library', Bid #017-2610-04/CJD. The bid consisted of a base bid with provision for ~ve (5) alternates. Throe of the alternates were addilive alternates, and two (2) alternates were deducts. The alternates were placed in the bidto aHowthe City fle'ml:a'F~ of adjusting the base bid price depending upon the costs of construction. Since the base bid pdce was favorable compared to budget this allows for accep#ng all three (3) eddilNe alternates. The three lowest bidders including addiltve alternates one, two, and three am as follows: 1. Sessoms Construclion Company $ 5,727,485.00 2. DtPompeo Construclk)n Company 5,769,000.00 3. West Consbtmfion Company 5,900,000.00 It is recommended that the bid be awarded to Sessoms Construction Company inthe amount of $5,727,485.00 with an allocated project contingency of $100,000.00. Samuel Ferreri, 8chenkelShuitz Architecture, (letter dated August 27, 2004) has reviewed the comlnmlion bids, reviewed the sub-coi'ib-actom, and checked the references for the three (3) lowest bids. It is the Architect's recommendation to award the bld to Sessoms Construction Company in the amount of $5,727,485.00. As Project Manager, I concur with the recommendation to award the bid to Seesoms ~ Company as being the most responsive, responsible bid which includes alternates one, two, and three. Please move forward and prepare the neceasary Commission Agenda Item for the Sep~embar 7, 2004, Commission meeting to award this bid. SCHENKELSHULTZ ~ '~ ~ A R C H I T E C T U R E []E] ~ August 27, 2004 Mrs. Virginia Farace, Library Director City of Boynton Beach P.O. Box 310 Boynton Beach, FL 33425-0310 City of Boynton Beach City Library Library Expansion / Remodel Review of Bids Dear Virginia: SCHENEKELSHULTZ has reviewed the bids received on August 24, 2004 and respond ~vith the following recommendations to the City of Boynton Beach. The City received ten bids on August 24, 2004. The bid documents required the bidders to include a base bid and five alternates. The five alternates were included to insure that an acceptable bid would be within the budget. The intention was to award as many alternates that would meet the budget. Alternates one thru three were additive alternates and alternates four and five were deductive alternates. The alternates are as follows: Alternate One (1): Standing Seam Metal Roof: This alternate meets the Requirements of the CRA and the city site plan approval. Alternate Two (2): Alternate Three (3): Re-roof of the existing library roof: This alternate was included to get a separate price for the CIP project included in your budget of $111,000.00 (CIP#CP045). Add a ducted return air system to the existing library. The existing system is a plenum return system and the operation and air quality will be improved with a ducted system. The new part of the library will have a ducted return system (part of base bid). Alternate Four (4): Delete new canopy at book return: This alternate provides a Covered canopy at the book return. Alternate Five (5): Delete five parapets on the building. These parapets are added to the existing building to tie the new and old building together. These were part of the CRA and city site plan approval. 1300 North Congress Avenue, West Palm Beach, Florida 33409 Phone 561-697-3451 o Fax 561-697-5210 · a~'w.schenkelshultz.com · Architectural License No. AA-C000937 Page 2 of 2 Virginia Farace August 27, 2004 Based on the fact that the three lowest bidders were below the budget of $6,295,000 (CIP# CP0408) for the base bid and the three additive alternates and included the re-roof of the existing building (alternate two (CIP# CP0405), our office has reviewed each of their bids and their subcontractors as well as checked the references of the three lowest bidders. It was also clarified to all bidders at the pre-bid conference that it was the intention of the city to take as many alternates as the budget would allow in no specific order. The three lowest bidders including alternates one, two and three are as follows: 1. Sessoms Construction Company, Inc. 2. DiPompeo Construction Corporation 3. West Construction, Inc. $ 5,727,485.00 $ 5,769,000.00 $ 5,900,000.00 SCHENEKELSHULTZ would recommend that the City of Boynton Beach enter into contract with the lowest bidder including the three alternates which is Sessoms Construction Company, Inc. If you have any questions or need any additional information, please do not hesitate to call. Sincerely, Cc: Joseph S. Toth, AIA Choli Lightfoot 0320802/o~er outgoing BID TITLE: BID NUMBER: PROJECT NUMBER: EXP ANSION/REMODEL OF THE LIBRARY #OI7-2610-04/CJD CP0408 CITY OF BOYNTON BEACH, FLORIDA CONTRACT FOR CONSTRUCTION SERVICES THIS CONTRACT, made and entered into this 21st day of September, 2004, by and between the CITY OF BOYNTON BEACH, a municipal corporation of Florida, hereinafter called the "CITY" or "OWNER" and SESSO~ONSTRUCTION COMPANY, INC., a Florida Corporation LX-) a Florida General Partnership L-'> a Florida Limited Partnership L-'> a Sole Proprietor L-'> Check One hereinafter called "CONTRACTOR". WITNESSETH WHEREAS, The City has heretofore invited bids for a City construction project {"Project") identified by the bid title, bid number and project nwnber listed above and commonly referred to as: EXPANSIONIREMODEL OF THE LIBRARY WHEREAS, Contractor, in compliance with the bidding requirements announced by the City, submitted a bid on the 24th day of AUl!ust, 2004, for the total bid amount of $5,727,485.00; and, WHEREAS, On the 21st day of September, 2004, the City Commission designated contractor as having submitted the bid that was most advantageous to the City and authorized the execution of this Agreement; and, WHEREAS, the Parties agree that the Project is scheduled to achieve Substantial Completion without interruption within 457 calendar days as specified in the Notice to Proceed, subject to CITY approved time extensions. NOW, THEREFORE, in consideration of these premises and the mutual conditions and covenants contained herein, the parties agree as follows: C-I Utilities Department Rev. 12/30/03 1. AGREEMENT 1.1. The Parties agree that: l.l.l. The foregoing recitations contained in Paragraphs A -C are true and correct and incorporated herein by this reference. 1.1.2. The CITY does hire and employ the CONTRACTOR to provide construction services for completion of the Project. 1.1.3. The CONTRACTOR does accept this Contract and does agree to furnish the necessary labor, tools, equipment, materials and supplies, etc., and to complete the Project by performing all the work as set forth in the this Contract and the Contract Documents for the price and amounts set forth in Contractor's bid. 1.1.4. Contractor is an independent contractor as that term is set forth in the General Conditions for Construction (GC-2) 1.I .5. Unless otherwise provided, all time frames referenced m all Contract Docwnents shall be calendar days. 2. SCOPE OF SERVICES 2.1. The Project consists of those improvements described and set forth in the Contract Documents. 2.2. The Contract Docwnents are the compilation of the following individual documents: 2.2. I. Advertisement for Bids 2.2.2. Instructions for Bidders 2.2.3. Bid Proposal 2.2.4. Bid Bond 2.2.5. General Conditions for Construction (GC) - all references to "GC" shall be to section numbers 2.2.6. Construction Contract 2.2.7. Certificate ofInsurance 2.2.8. Public Construction Bond 2.2.9. Letters of Credit 2.2. I O. Technical Specifications 2.2. 11. Contract Drawings and Plans 2.2.12. Addenda 2.2.13. Written directives or interpretations 2.2. I 4. Manufacturers warranties C-2 3. OBLIGATIONS OF CONTRACTOR 3.1. Contractor shall: 3.1.1. Furnish all materials, supplies, machines, equipment, tools, superintendents, labor, insurance, and other accessories and services necessary to complete said project in accordance with the conditions and prices as stated in the Contract Documents. 3.1.2. Perform all the work and labor pursuant to this contract and aII of the materials furnished shall be in strict conformity with the Contract Documents. CONTRACTOR further accepts and consents to the conditions contained in said Contract Documents and expressly agrees to comply with every requirement and stipulation therein contained. 3.1.3. Furnish all tools, equipment, materials and supplies and to do all the work above mentioned in a first-class, substantial and workmanlike manner, and in conformity with the detail for said work on file in the office of the Project Manager and strictly in accordance with the Contract Documents. 3. I .4. Guarantee aII work and materials for a period of one (l) year. Upon receipt of written notification from the CITY, CONTRACTOR shall correct any defective or faulty work or materials which may appear within one (I) year after completion of the Contract and receipt of final payment. CONTRACTOR shall make the necessary corrections within ten (10) days of receipt of the written notice.Comply with the provisions of Section 255.05, Florida Statutes, if applicable. Pay promptly, before final settlement, any and all claims or liens by subcontractors or material suppliers, incurred in and about this work. Furnish release of liens forms from all subcontractors and suppliers of materials. Release of lien forms to be utilized shall be supplied by CITY. 3.1.6. Remove and clean up all rubbish, debris, excess material, temporary structures, tools and equipment from streets, alleys, parkways and adjacent property that may have been used or worked on by the CONTRACTOR in connection with the project promptly as such section or portion is completed and ready for use, leaving the same in a neat and presentable condition. 3.1.7. Observe and comply with the provisions of the charter, ordinances, codes and regulations of the City of Boynton Beach, Florida. 3.1.8. Obtain written approval from the CITY of all subcontractors not disclosed in the Contractor's bid document. 3.1.9. Perform such other tasks as set forth in the Contract Documents. C - 3 3.1.10. ShaII provide aII required bonds, insurance certificates and any other required security for performance of the Project within ten (10) days of the Award of the Project. 3.2. The CONTRACTOR will be held responsible for the care, protection and condition of all work until final completion and acceptance thereof, and will be required to make good at his own cost any damage or injury occurring from any cause resulting from their acts or omissions or the acts or omissions of their subcontracts or suppliers. 4. CITY'S OBLIGATIONS 4.1. City shall provide a written notice to proceed not later than ten (10) days from the execution of this Contract. 4.2. Make timely payments for the work in accordance with the procedures and time frames set forth in the Contract Documents. 4.3. On satisfactory completion of the Project, provide a written final acceptance and payment for the entire project. 5. COMMENCEMENT OF WORK 5.1. CONTRACTOR hereby agrees to commence work under this contract on or before a date to be specified in the written "Notice to Proceed" of the CITY and to fully complete the project within ~ calendar days folIowing the commencement date as specified in same. 5.2. Time is the essence of the contract. In the event the CONTRACTOR shall fail to timely commence the work following Notice to Proceed or fail in the performance of the work specified and required to be performed within the time limit set forth in the contract, after due allowance for any extension or extensions of time made in accordance with the Contract Documents, the CONTRACTOR shall be liable to the CITY, as liquidated damages and not as penalty, the amount stipulated in Section 6.0 hereinbelow for each and every calendar day that the CONTRACTOR shall be in default of completion. 5.3. CONTRACTOR shall notifY the Project Architect in writing of any change in the names and addresses of each subcontractor proposed for principal parts of work, and any changes in subcontractors from those proposed in CONTRACTOR's bid proposal, and for such others as the Project Architect may direct, and shall not employ any that CITY may, within a reasonable time, object to as incompetent or as unfit. C-4 6. LIQUIDATED DAMAGES 6.1. The CONTRACTOR further agrees to pay $"00.00 per day as liquidated damages, for failure to begin within ten (10) days of CITY's issuance of the "Notice to Proceed" or failure to complete the work within ~ calendar days from the commencement date as indicated in the written "Notice to Proceed". The CITY shall have the right to deduct said liquidated damages from any amount due, or that may become due the CONTRACTOR, or to collect such liquidated damages from the CONTRACTOR or his Surety. 7. PROTECTION OF EXISTING FACILITIES AND WORK IN PROGRESS 7.1. The CONTRACTOR warrants that quoted prices include the protection and continuous use of all existing work in process, property or operations of the CITY as more particularly set forth in the General Conditions for Construction (GC -44, GC-45, and GC-46). 8. INDEMNIFICATION 8.1. The CONTRACTOR shall indemnifY and save harmless and defend the CITY, its agents, servants, and employees from and against any claim, demand, or cause of action of whatsoever kind or nature arising out of error, omission or negligent act of CONTRACTOR, its agents, servants, or employees in the performance of services under this Agreement. 8.2. CONTRACTOR shall indemnifY and save harmless and defend CITY, its agents, servants and employees from against any kind and all causes, claims, demands, actions, losses, liabilities, settlements, judgments, damages, costs, expenses, and fees (including without limitation reasonable attorney's and paralegal expenses at both the trial and appellate levels) of whatsoever kind or nature for damages to persons or property caused in whole or in part by any act, omission, or default of the CITY, its agents, servants or employees arising from this contract or its performance. The CONTRACTOR and the CITY hereby agree and covenant that the CONTRACTOR has incorporated in this original bid, which constitutes the Contract sum payable by the CITY to the CONTRACTOR, specific additional consideration in the amount of ten dollars ($10.00) sufficient to support this obligation of indemnification provided for in this paragraph. The indemnification required pursuant to the Contract shall in no event be less than $1 million per occurrence or no more than the limits of insurance required of the CONTRACTOR by the Contract, whichever is greater. It is the CITY'S and CONTRACTOR'S full intention that this provision shall be enforceable and said provision shall be in compliance with Section 725.06, Florida Statute. . 8.3. The execution of this Agreement by the CONTRACTOR shall obligate C - 5 CONTRACTOR to comply with the foregoing indemnification provision, as weII as the insurance provisions which are set forth in the General Conditions for Construction. However, the indemnification provision, and the insurance provision contained in the General Conditions for Construction are not interdependent of each other, but rather each one is separate and distinct from the other. 8.4. The obligation of the CONTRACTOR to indemnifY the CITY is not subject to any offset, limitation or defense as a result of any insurance proceeds available to either the CITY or the CONTRACTOR. 9. PAYMENT BY CITY 9. I. The CITY agrees to pay the CONTRACTOR in current funds for the performance of the contract, subject to additions and deductions as provided in the Contract Documents. 10. CHANGES IN THE WORK 10.1. The CITY, without invalidating the Contract, may order extra work or make changes by altering, adding to or deducting from the work, the Contract sum being adjusted accordingly. All such work shall be executed under the conditions of the original Contract. Any claim for extension of time caused thereby shall be made in writing at the time such change is ordered. Changes in the work must be processed as set forth in the General Conditions for Construction (GC-57). 10.2. All change orders and adjustments shall be in writing and approved by the Project Manager, otherwise, no claim for extras will be allowed. 10.3. Claim of payment for extra work shall be submitted by the CONTRACTOR upon certified statement supported by receipted bills. Such statements shall be submitted for the current contract payment for the month in which the work was done. No claim for extra work shall be allowed unless same was ordered, in writing, as aforesaid and the claim presented at the time of the first estimate after the work is completed. 11. PROJECT ARCHITECT 11.1. The Project Architect ("Architect") is rholi A ronoon I 1.2. The Project Architect shall have general supervision and direction of the work. The Project Architect is the agent of the CITY only to the extent provided in the Contract Documents and when in special instances he has the authority by CITY to act, and in such instances he shall, upon request, show CONTRACTOR such authority in writing. He has authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the Contract. 11.3. As the Project Architect is, in the first instance, the interpreter of the conditions of C-6 the contract and the judge of its performance, he shall side neither with CITY nor with CONTRACTOR, but shall use his authority pursuant to the Contract to enforce its faithful performance by both parties. I 1.4. In the event of a dispute, the role of the Project Architect is to make recommendations to the Project Manager who shall make the final decision. 12. INSURANCE 12. I. The Contractor shall obtain and maintain insurance as set forth in the General Conditions for Construction (GC-28). 13. CONTRACT CONTROLS 13.1. This Contract must be construed with all other Contract Documents, a master set of which shall be maintained by the City Clerk of the CITY. In the event of a dispute, only the master set of documents, or copies thereof certified by the City Clerk, shall be used as evidence. 13.2. In the event of a conflict between the requirements or specifications set forth in the Contract Documents, the conflict shall be resolved by written interpretation by the CITY, or its representatives as set forth in the General Conditions for Construction (GC-18). In reconciling conflicting provisions of the Contract Documents, the Contract shall have the greatest weight, followed by the General Conditions for Construction and finally by the balance of the Contract Document 14. TIME OF ESSENCE 14.1. Inasmuch as the provisions of the Contract Docwnents relating to the times of performance and completion of the work are for the purpose of enabling the CITY to complete the construction of a public improvement in accordance with a predetermined program, all such time limits are of the essence ofthe Contract. 15. REMEDY FOR DELAY 15.1. In the event of any delay in the project caused by any act or omission of the CITY, its agents or employees, by the act or omission of any other party other than the CONTRACTOR, his agents, employees or subcontractors, or delay caused by weather conditions or unavailability of materials, the sole remedy available to CONTRACTOR shall be by extension of the time allocated to complete the project. 15.2. NO MONETARY DAMAGES SHALL BE CLAIMED OR AWARDED TO CONTRACTOR IN ASSOCIATION WITH ANY DELAY IN THE PROJECT CAUSED BY AN ACT OR OMISSION OF THE CITY, ITS AGENTS OR EMPLOYEES. CONTRACTOR ACKNOWLEDGES THIS LIMITATION ON RECOVERY AND ASSUMES ALL MONETARY RISK ASSOCIATED WITH THIS LIMITATION. C-7 CONTRACTOR hereby acknowledges that~- 'ead and understands the above provision INTIALS - 15.3. Failure on the part of CONTRACTOR to timely process a request for an extension of time to complete the work shall constitute a waiver by CONTRACTOR and CONTRACTOR shall be held responsible for completing the work within the time allocated by this contract. 15.4. All requests for extension of time to complete the work shall be made m accordance with the General Conditions for Construction (GC 24) 15.5. For the purpose of this section, the phrase "the CITY, its agents and employees" shall include but shall not be limited to the Project Architect and Project Manager. 16. DISPUTES 16. I. Disputes shall be resolved as set forth in the General Conditions for Construction (GC-19). 16.2 Upon resolution of a dispute by the Owner, either party may request the appointment of a mediator. IN WITNESS WHEREOF, the CITY has caused these presents to be signed by its Mayor, attested to by the City Clerk with the Corporate Seal of the said CITY and the CONTRACTOR has executed these presence the day and year herein before written. Signed, sealed and witnessed in the presence of: . /J / ~/2z/l2(ftln...'<- /k-t.h~ / ,/ CITYEEACH, FLORIDA City Manager Attest: Signed, sealed and witnessed in the presence of: liw~ fj l{3u/(/r.Q 1 \\\\\11111"" ,,\\ cONs" "1, ,,~,> .......... ~G< ~ NSTRUCTION ClW.tN~OR..~....0...~ ::;"'; !L-~~\O~ -..... <'" '/~'z- = (I): Ip> < mi = ::..... of" :0: - 0'('0 l.:- "; '.~/D ....o~ ,,". .~\, ,~ I, '':J,.... " 'I, \\' 'I"IIUI'\\ C-8 ~11L111iU n(1)r ..J ,.~",Hn;'J'1 '~':'~~uCTlOJ\.'II, ::- S\ ~,..........:v ,...,'....... A'~ ,'/ '"t\TC.....~O':;. - '-'.-. ~^' !,~... \. -:. - ',. . ,t I .. -- ." '~V:';' j~ ~ 1 . ". . /: I ,- " ,0f..ty~}J/lii..\I ".r /,,_~~, .z /....J ,co Attest as to CON~CTOR~\\,~, r _,:....J ~ '\ fifi. \\\ ~J\L(_1 -:.- I c.}.' '--, "'n~~Ii\' J State of Florida ) ) ss: ) County of-Pttlm g_h~r<'M>J"~ On this '-..3) day of ~j:J: , 20(1 , personally appeared before me, duly authorized to administer oaths, kCl<.. (i) ~"::\2..yx.n\::.') known to be the persons described herein or who has produced as identification and who executed the foregoing instrument and has acknowledged before me that they have executed same. My Commission Expires: Itxclui (, Notfu-y Public \..1. ,r.__ ~,{.,~ '/rSJ O MICHELE D. BURNS MY COMMISSION # DO 125876 EXPIRES: JU.IY 20, 2006 . _!no 1-8O().3-NOTARY Fl NOllWY Service & . C-9 BIDDER ACKNOWLEDGEMENT Submit Bids To: PROCUREMENT SERVICES 100 E. Boynton Beach Boulevard P.O. Box 310 Boynton Beach, Florida 33425-0310 Telephone: (561) 742-6323 Broadcast Date: JULY 8, 2004 Bid Title: EXPANSION/REMODEL OF THE LIBRARY Bid Number: 017-2610-04/CJD Bid Received By: AUGUST ~12004, NO LATER THAN ~ (LOCAL TIME) 24, ll:O0 A.M. Bids will be opened in Procurement Services unless specified otherwise. Bid receiving date and time is scheduled for: AUGUST 17, 2004, no later than 2:30 P.M. (local time) and may not be withdrawn within ninety (90) days after such date and time. All awards made as a result of this bid shall conform to applicable sections of the charter and codes of the City. Name of Vendor: Sessoms Construction Co., Inc. 59-1532209 Federal I.D. Number: A Corporation of the State of: Florida Area Code: 954 Telephone Number: 431.7900 436.6789 Area Code: 954 FAX Number:. Mailing Address: '7485 Davie Road Extension Hollywood, FL '33024 City/State/Zip: Vendor Mailing Date: 08/24/04 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL BID PROPOSAL The Bidder agrees to accept as full payment for the: EXPANSION/REMODEL OF THE LIBRARY BID #017-2610-04/CJD Scope of. Work: Construction of approximately 35,000 square feet 2-story addition, & 28,000 square feet of 1/brary remodel to include parking and site work. TOTAL PROJECT SUM $ ..~ ~, 45~°~-z-' and °°/~00 .~ ~ Cents (mount written in words has precedence) Alternates: A. Alternate No. 01 (additive alternate). Standing Seam Roof: State the amount to be added to the Base Bid for providing all work including labor, materials, coordination and supervision to provide a standing seam roof inclusive of gutters and downspouts for the Rotunda area in lieu of the specified low slope roof with internal drainage. B. Alternate No. 02 (additive alternate). Re-Roof of Existing Library: State the amount to be added to the Base Bid for providing all work including labor, materials, coordination and supervision to remove existing roofing at the existing library and install a new roof system meeting the requirements of Section 07520 - Mod/fled Bituminous Sheet Roofing. THIS PAGE TO BE SUBMITII. J) IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEl'FABLE BP - 1 C. Alternate No. 03 (additive alternate). Ducted Return in Existing Library: State the amount to be added to the Base Bid for providing all work including labor, materials, coordination and supervision to provide a ducted air return for the HVAC system as outlined on the Mechanical Drawings. ADD ~, ~ ~-'"' D. Alternate No. 04 (deductive alternate). Delete canopy roof at existing book drop and leave existing canvas canopy. State the amount to be deducted from the base bid for providing all work including labor, materials, coordination and supervision to provide new canopy As shown on plans. DEDUCT E. Alternate No. 05 (deductive alternate). Delete five parapet roofs at the existing building. State the amount to be deducted'fi:om the base bid for providing all work including labor, materials, coordination and supervision to provide new parapets as shown on plans. DEDUCT The undersigned bidder agrees to commence work within ten (10) c~alendm' days after the date of the "Notice to Proceed" and shall complete the work within .457 calendar days alter the commencement date. Ori~nal and ~es of bid submitted. Attached is a computer generated horizontal bm' chart showing proposed schedule of wOrk. Schedule of Subcontractors submitted. v"' Site Inspection Form submitted. v/ Evidence of possession of required licenses and/or business permits submitted. TI:rig PAGE TO BE SUBMITTED IN ORDER FOR PACKAGE TO BE CONSIDERED COMPI~TE AND ACCEPTABLE BP - 2 The undersigned bidder hereby represents that he has carefully examined the drawings and the Contract including all Contract documents and will execute the Contract and perform all its items, covenants and conditions, all in exact compliance with the requirements of the specifications and drawings. The bidder, by and through the submission of his Bid, agrees that he has examined and that he shall be held responsible for having theretofore examined himself as to the character of the route, the location, surface and underground obstructions, the nature of the ground water table, conditions and all other physical characteristics of the work, in order that he may thereby provide for the satisfactory completion thereof, including the removal, relocation or replacement of any objects or obstructions which will be encountered in doing the proposed work. The bidder, by submission of this Bid acknowledges that the bidder has been advised that in the event bidder contests the award of this project to another bidder, that the bidder damages, if any, are limited to actual Bid preparation costs and bidder hereby waives any claim it may have for other damages coming from the City's failure to award the project bidder. ,~t~tlllllllt .,,~.~ ~t u c ff(~,,~. Date 08/24/04 = Construction Co., Inc. ~ {{ - ,-**~ (N~q~t~ofbidder, Corporation, F'mn or Individual) ~'~Signature Lee W. Sessans Printed Name Vir~ Preqirtqat, ' Title 954~.431.7900 Telephone Number Florida Contractor's License Nnm_ber C~ (I)49662 THIS PAGE TO BE SU'BMrrTED IN ORDER FOR ~PACKAGE TO BE CONSIDERED COM~L~..TE AND ACCEPTABLE BP - 3 STATEI~IENT OF BIDDER'S QUA~LIFICATIONS Each Contractor bidding on work included in these General DOcuments shall prepare and submit the data requested in the following schedule o f information. This data must be included in and made part of each bid document. Failure to cdmply with this instruction may be regarded as justification for rejecting the Contractor's proposal. * attach additional sheets giving the information Name of Bidder: Business Address: Sessoms Construction Co.~ Inc. 7~85 Davie Road Extension Hollywood, FL 33024 When Organized: 1974 W-here Incorporated: Florida How many years have you been engaged in the contracting business under the present firm name? 30 General character of work performed by your company. Contract Administration, General kabor, Misc. Item Installation, Rough Cart)entry 10. 11. Enclose evidence of possession of required licenses and/or bus/ness pemfits. See attached Number of employees. 15 Back~round and experience of principal members of your personnel, including officers. * See at'cached Bonding capacity. $12,000,000 Single, $18,000,000 Aggregate (see attached) Have you ever defaulted on a contract? If so, where and why?* See attached THIS PAGE MUST BE SUBMITTED ALONG WITH PROPOSAL STATEMENT OF BIDDER'S QUALIleICATIONS continued ...... 12. Experience in performance. Project $ Value Palm Beach County Health -~-~. :: z$7.820. 506 BCC, Health Science Center II $6,775,403 Elementary School ,,iv, $9,602,439 Fire Station #39 & ~83 $4,168,836 $4,184,632 13. Contracts on hand. * 14. Contact Name David L. Nelson Dr. Wanda lhanas Mr. Rick Raqland Mr. Andrew Scalese Largest completed projects (include final cost). 1) Plantation Pointe Apartments, Plantation, FL 2) Pointe @ Bayberry Lake, Pembroke Pines, FL Phone # ~ 3164 954. 969. 2060 954.765. 6390 954.572.2487 l, 819, 245 9,466,861 3) Elementary School "P" (Manatee Bay), Weston, FL $ 9,602,439 15. List all lawsuits (design and/or construction related) or arbitrations to which you have been a party and which: * See attached 1) 2) 3) arose from construction projects: * occurred within the last 4 years: * provide case number and style: * (written si~tmature) Name: Lee W. Sessans (printed or typed) Title: Vice President R~v. 05/30/02 TIHS PAGE MUST BE SUBMITTED ALONG WITH PROPOSAL SBQ - 2 ADDENDA CITY OF BOYNTON BEACH FLORIDA BID TITLE: EXPANSION/REMODEL OF THE LIBRARY BIDDER: Sessc~ms Construction Co. Inc. DATE SUBMITTED: August 24, 2004 We propose and agree, if this bid is accepted, to contract with the City of Boynton Beach, in the Contract Form, to furnish all material, equipment, machinery, tools, apparatus, means of transportation, construction, coordination, labor and services necessary to complete/provide the work specified by the Contract documents. Having studied the documents prepared by: SCHENKEL & SHULTZ (Name of Project Manager/Architect/Consultant) and having examined the project site (when indicated in these specifications to do so), we propose to perform the work of this Project according to the Contract documents and the following addenda which we have received: ADDENDUM DATE ADDENDUM DATE 1 0?/1 S/04 4 08/18/04 08/~/04 08/12/04 THIS PAGE TO BE SU-BMI'IWED ALONG W-ITtt PROPOSAL IN ORDER FOR PACKAGE TO BE CONSIDERED CO1VIP~ AND ACCEPTABLE A-1 jT O~V~N D,~'~E P.O. BOX DAVIE, FL 33310-5917 OCCUPATIONAL LICENSE SESSOI~S CONSTRUCTION CD. INC. 7485 DAVIE RD EXT DAVIE Ft 330240000 PRSRT S'rD U.S. POSTAGE PAID MANASOTA, FL PERMIT #710 FORM N~. ' ' I~'RENEWAL · NEW ' ~A~.OR ~L~,~: ~P~ ~:.: '"': .-~- ~,~.:. ':"::?'.~ ¢~-'.~-.::.' .~ .... :~.~.-~ ~ ~.~s:~. FORT ~DERDALE, ~z~' tc/o~/o~~ .~~,o~ ~ ......... :: '"-:~.:~::-.: '~., . :'~' DEPARTMENT 'OF BUSINESS 'AND PROFESSIONAL REGULATION CONSTRUCTION' :INDUSTRY LICENSING BOARD sEQ#L04°618°1042 Na~ed below. I~: CERTIFIED _ ~.~ Under' the p~oVisions of Chap~e~'!~8'R~.FS, Expiration date: AUG 3 1, 2 0 0 6. ~'~'~'~'!.~i!~%~ SESSOMS, FLETCHER JR '~ ' ~ ' SESSOMS CONST CO INC · '~ ' - "~':~- 7485 NORTH DAVIE ~ EXT HOLL~OOD FL 33024-230 - GOVERNOR ' ' DISPLAY AS REQUIRED BY LAW _~-- DIANE CARR SECRETARY 1:455723 ' STATE OF FLORIDA "' ' CONSTRUCTION INDUSTRY LICENSING BOARD SEQ#,,o~o6zso~O~3 Named below IS CERTIFIED .":: SESSOMS, LEE W~TER · SESSOMS CONSTRUCTION CO ~OLL~OOD FL 3 3 02 4 - 23 04 "-' ...... '~;~" ' JEB BUSH ' GOVE~OR ' 'DISPLAY.AS REQUIRED BY LAW ' ' ' -./ DI SECRETARY NONCOLLUSION AFFIDAVIT OF PRIME BIDDER State of Florida ) County of Bro~rard ) Lee W. Sesscms being first duly sworn., deposes and says that: 1) He is Vice President of 5essans Construction Co., Inc. (Title) (Name of Corporation or Firm) the bidder that has submitted the attached bid: 2) He is fully informed respecting the preparation and contents'of the attached bid and of all pertinent circum~qtances respecting such bid; 3) Said bid is genuine and is not a collusive or sham bid; 4) Further, the said bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any mariner, · directly or indirectly, sought by agreement or collusion or eommtmications or conference with any other bidder, firm or person to fix the price or prices in the attached bid or of any other bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Bovnton Beach (Local Public Agency) or any person interested in the proposed Contract; and 5) S~~,.~sw~om~e (Title) This 24 day of ~a~Just; ,2004 My commission expir~ The price or prices quoted in the attached bid are fair and proper and are not tointed by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or Parties in in~s affiant. (signed)./ Vice President TI:rig PAGE TO BE SUBMITTED ALONG WITH BID IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE %J~h . I ANTI-KICKBACK AFFIDAVIT STATE OF FLORIDA COUNTY OF l~gg)lXl~ I, the undersigned hereby duly sworn, depose and say that no portion of the sum herein bid will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift, directly or indirectly by me or any member o_f~l~/~m or by an officer of the corporation. · ~ ........... 4r ~ o, ^ . _~ '-'.-'o '..¥'; NAME- SIGNATURE~"-'- Sworn and subscribed before me this 24 day of August , 20 04 N~TARY PUB~LIC, State of Florida at Large "OFFICIAL NOTARY SEAL" STAMP Printed Information: Lee W. Sessoms NAME Vice President COlVl~u~ THIS PAGE TO BE SUB1VI1TTED ALONG-WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE AKA-1 CONFIRMATION OF MINORITY OWNED BUSINESS A requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your company. Return this form with your bid proposal sheet making it an official part of your bid response. ( ) AMERICAN]NDIAN ( ) ASt~_N ( ) Bt~CK ( ) ms?~r~c ( ) WOM~N ( ) OTm~R (specify) Do you possess a Certification qualifying your business as a '~Minority Owned Business"? YES NO If YES, name the Organization fi.om which this certification was obtained and date: Issuing Organization for Certification Date of Certification THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL MOB- 1 CONFIRMATION OF DRUG-FREE WORKPLACE IDENTICAL TIE BIDS Preference shall be given to businesses with drag-flee workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workPlace program shall be given preference in the award process. Established procedures for processing fie bids will be followed if none of the fled vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: l) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workPlace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any avaJiable drag counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy &the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employee that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good fa/th effort io continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the &l~_~Jtltcertify that this firm complies fully with the above requirements. ~_o\;='&~;$'~',.. n, -.. /' .' ~ ) ~ _~, -- :0 . / ~'-~ SEAL .---'7 = O~\ -"o~£ Vendor's Signature ,.,.. ....... .S~sans Constmctmn Co., Inc. T~g PAGE TO BE SU'BMrrTED AJL, ONG ~ PROPOS.&L IN ORDER FOR PACIC, kGE TO BE COiN'SIDEI~ED COlVEPLETE ~ ACCEPT~LE Di~- 1 TRENCH SAFETY ACT AFFIDA~T On October 1, 1990, House Bill' 3183, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR. S. 1926.650, as Florida's own standards. The Proposer, by virtue of his signature below, affirms that he is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Contractor and his subcontractors. The proposer is also obligated to identify his anticipated method and cost of compliance with the applicable trench safety standards. PROPOSER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE PROPOSAL AND IN THE TOTAL BID PRICE ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT (90-96 LAWS OF FLORIDA). THESE ITEMS'ARE A BREAKOUT OF THE RESPECTIVE ITEMS 1/qVOLVING TRENCHING AND WII.L NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCI-IEDULE OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. IN ORDER TO BE CONSIDERED RESPONSIVE, TH]E PROPOSERS MUST COMPLETE* TInS FOmU, ~.E. IDE~,rrmy T~m COSTS al, rr) m~T~ODS s~Er) BELOW, SiON 2U, ID StmmT IT wrr~ Tm%~a;~oc~s. ,,,%~ c r,;?:,,~ . 'O",m,"Ov Authorized Signature ofProp-'~o r ........ tee W. 5essms. Vice ?resident *COMPLETION REQUIRES PROPOSERS TO FILL IN THE APPROPRIATE DETAILS UNDER THE FOLLOWING HEADINGS: Description Unit Quantity Unit Price Extended Price Method THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAG'~ TO BE CONSIDERED COMPLETE AND ACCEPTABLE TSA - ! SAFETY PROGRAM COMPLIANCE Safety is a high priority in the conducting of business in the City of Boynton Beach. PreferenCe shall be given to contractors with an established safety program following O.S.H.A. guidelines, and documented results establishing a safe working environment. o Bidder shall provide a copy of the Safety Program(s) to be in effect for the duration of the Contract (attach to the back of this form). The City reserves the right to conduct periodic safety inspections of the contractor, subcontractor, employees, agents, etc. throughout the duration of the Contract. The City reserves the right to .terminate the Contract where it is determined that the contractor or subcontractor is in non-compliance of the' safety terms, regulations or requirements established by O.S.H.A. or the State. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. .- ax-.;o ...... ~ L4.~,~.~1011 GO., llqc. , _ , ....-'.o . ~.., ...... x,.- AUTHORIZED SIGNATURE %//,~.m~o~:.e W. Sessoms, Vice President THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL IN ORDER FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SPC - 1 Sessoms · ~ COMPANY, INC. SAFETY_PROGRAM OUTLINE 1) Sessoms COnstruCtion Co.., Inc. (scCi) holds Weekly "TOol .Box" job-site safety meetings. A coPy of the attendance sheet and topic discussed are filed On the job. 2) SCCI requires .all subcontractors to holdw~ekiy ~afety meetings- and giVe sccl's SUperintendent a Copy c~f the attendance sheet and tOpic discussed. 3) EmploYees are sUpplied with OSHA-approved safety gear as required to the taSk being ' 4) SCCl haS a COmprehensive drUg re.sting Program. . 5)' AII~SCCI jObs follow both oSHA arid AGC Safety guidelines. Nbte: A Complete Safety :Program 'Can.'be proVided upon'request. . ' 'i' . ' ' .:. - - i ~ . : _..i ' -' 5 Davie Road· Extension, HollywOod, FL 3:3024-' - ' - ; '~ -. L,.,~ward (954) 431.-7900 -.FaX '(9,54i :436-.6789 · CG C. B01734 " ' ~~/~,/ · G:VVl~sterF°rms~Persq'nnei-Pr°cedures~SafetY program °utjine -' ' ' " '- i. ' : °~ ~ 0 The City of Boynton Beach AU[; 1 0 2O04 Procurement Services lO01~ Bto~nton Beads Boulevard ]P. O. Box $10 Boynton Beach, Florida 33425-0310 Telephone: ($61) 742-6320 FAX: (56I) 742-6506 ADDENDUM gl DATE: JULY t5, 2004 BID TITLE: EXPANSION/REMODEL OF THE LIBRARY BID NUMBER: gO 17-2610-04/CJD The following changes, additions, deletions, and/or information a~e hcrcb~ made a part of the Bid for the "EXPANSION/REMODEL OF ~ LIBRARY", BID #017-2610-04/cJD. DOWNLOA1) OF PLANS FROM DEMANDSTAR: When the original plans were uploaded into DemandStar for the bid solicitation the landscaping documents were not included. Therefore, if you downloaded plans fi-om DemandStar you will need the landscape documents from Addendum #1 to complete your set. -I~L~RCI/A- SE OF--PLANS-FROM -ARCI~FF.A2TURE: If you purchased the plans from SchenkeFShultz Architecture the landscape documents were included and your set of plans are complete. Sessoms Construction Co., Inc. Company ~ Signature Lee W. Sess~, Vi~~_ Bflt Atkins Deputy Director of Financial Services /CJD CC: Virginia Farace- prOject Manager Samuel Ferr/eri - Arch/tecture Demandstar. com Shelf Copies File THIS PAGE TO BE SUBMITTED IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE The City of Boynton Beach Procuremeta Services 1## IE Bo~nto~ Beae~ Boule~rd P. O. Box310 Boynton Boac3, Florida 33425-0310 TeleI~ltone: (561) 742-6320 FM_X: (~61) 742-6306 DATE: BID TITLE: BID NUMBER: ADi)ENDUM//2 August 9, 2004 EXPANSION/REMODEL OF TIlE I.mRARY #01%26t 0~04tCJD ~ fot~wi~g.cha~s, aadit~ns, d~.~ions, ancVor ~tom~ion a~ h~r~by.ma~ a part,of the Bid for the "EXPANSION/REMODEL OF THE LIBRARY". ADDENDUM NO. 2, to Drawings and Specifications dated October 15, 2003 for BoYnton Beach City Library, Boynton Beach, FL., as prepared by SCHENKELSHULTZ, 1300 N. Congress Ave., West Palm Beach, Florida 33409. This ADDENDUM NO. 2 slmll hereby-be and bee, omc a pan'of the Contract l)ocnmentsitm same-as ff originally bound thereto. The f~lowing-claritications, amcndmmls, additions, r~ c~mge~ original Contract Docmnmts only in the amount nnd to thc extent he~cinafle~ specified and set i'o~ih in this ADDENDUM NO. 2. The City of Boynton Beaeh DATE: BID TITLE: BID-NUMBER: Procurement ,~ervices 1001~ Boynton Beach Boulevard P. O. Box$10 Boynton Beach, Florida 33425-0310 Telephone: (561) 742-6320 FAX: (561) 742-6306 ADDENDUM//3 August 12, 2004 EXPANSION/REMODEL OF THE LIBRARY gO 17-2610-- 04/CJD The.following ~, additions,-deletions, and/or informatioa are hereby made a part of the' Bid for the "EXPANSION/REMODEL OF THE LIBRARY". ADDENDUM NO. 3, to Drawings. and Specifications dated October 15, 2003 for Boynton Beach City Library, Boynton Beach, FL., as prepared by SCHENKELSI-IULTZ, 1300 N. Congress Ave., West Palm Beach, Florida 33409. Ttris ADDENDUM NO. 3 shatt'ti~ be and become a part ofthe Contract Docurneats the same as if originally bound thereto. I1~ foltow/ng .clarifications, ana~dmems, additions, rev/sions, .~ehanges and modifications change the original Contract Documents only in the amount and to the extent ~fter speci~ and set forth in thi.q ADDENDUM NO. 3. CHANGE BII~OPlglgING DATE FROM AUGUST 17, 2004 AT 2:30 P-M- TO:_ AUGUST 24, 2004 AT 11:00 A.M. CONFERENCE ROOM "B" CITY HALL MECHANICAL/ELECTRICAL Item #15 - DRAWING SHEET NO. E101, ELECTRICAL DEMOLITION PLAN Add the following general note to Drawing El 01, "Disconnect and remove. existing fire alarm equipment after the new fire alarm system is installed,' operational and inspected." CLARIFICATIONS PERMIT FEES Permit fees for the project will be 2% of construction cost, 30% of that cost at time of submittal. Ao ELECTRIC BILL The Contractor must provide temporary power during the new construction phases. The Electric will be maintained through the remodel phase with the understanding that the air conditioning will not be used. Sessons Construc~i. jlx~C~., Inc. Comp~ SITE FILL Fill excavated from property can be used as site fill. Signature Lee W. Sessoms, Vice President Bill Atldns Deputy Director of Financial Services /cjd C: Schenkel & Shultz - Sam Ferried Schenkel & Schulz - Choli Aronson Virginia Farace - Library Director Richard Fiege - Facilities Manager Dcmandstar. com Shelf Copies File The City of Boynton Beach Procurement Services 1 O0 E Bo~nton Beach Boulevard P. O. Box 310 Boynton B~ach, Florida 33425-0310 Telephone: (561) 742-6320 Fd~Y: (561) 742-6306 ADDENDUM #4 DATE: BID TITLE: BID NUMBER: AUGUST 18, 2004 EXPANSION/REMODEL OF THE LIBRARY #017-2610-04/CJD The following changes, additions, deletions, and/orinfom-ration are hereby made a part of the Bid for the EXPANSION/REMODEL OF THE LIBRARY BIDgO17-261~04/C~ ADDENDUM NO. 4, to Drawings-and Spexrificafions dated October 15, 2003 for Boynton Beach City Library, Boynton Beach, FL., as prepared by SCHENKELSHULTZ, 1300 N. Congrcss Ave., West palm Beach, Florida 33409. This ADDENDUM NO. 4 ~h-all h~y b~ a~d betn~me a par~ of the C~mtra~ Do~mnen~s' the same as' ff originally bound thereto. The following cl~ ammdmm~, additions, revisions~ changes and modifications ch~ge thc original Conlract Documents only in the amount and to the e0ctent hereinafter specified and set forth in this ADDENDUM NO. 4. CHANGES TO PRg~OUS ADDENDA ARCHITECTURAL (No Architectural changes to Previous addenda) LANDSCAPE (No Landscape changes to Previous addenda) STRrJCTURAL (No Stmcaw~lchanges-to -Pr~io~s addmda) AUG SESSOf./'_: ." ' MECHAI~CALtELECTRICAL (No McchanicalfElcctrical changcs to Previous addcada) I 9 2004 THIS PAGE TO BE SUBMITTED IN ORDER FOR PACKAGE TO BE ] CONSIDERED COMPLEIE AND ACCEPTABLE STRUCTURAL (No Structural changes to the Drawings} MECHANICAL/ELECTRICAL ITEM NO. 8.: DRAWING SHEET NO. E302, PARTIAL FIRST FLOOR POWER AND SYSTEMS PLAN A. Add junction box with circuit K-23 for above door lighting. CLARIFICATIONS ITEM NO. 9.: LOUVERS Louvers shall be Ruskin'ELF6375DXD Drainable Stationary Louver or approved equal..Louvers shall be Miami-Dade Hurricane and Missile Impact rated. Coordinate finish with Architect. ITEM NO. 10.: ADDENDA SUBMITFAL A. It is mandatory to submit all addenda signed by an officer of the company in order for bid package to be complete. -,O~ ~ ~ ~ttt-.o ~x, 0'_;.--'_"2--,?02 ~ INSERT DRAWINGS ~ ~o ." ~'o ~- ,n {~'; O ~ :~.." OI::/"~L ~0~ Sessoms Construction..., Inc. ~ "" ~ ": ' N~ %0- -..:&.?p.~... · -..- Company~'"... %%o.,,,n000.::~ o8/zn/o4 Signature Lee W. Sessams. V~ce Pres~clent Date Bill Atkins Deputy Director of Financial Services /CJD cc: Virginia Farace - Library Director Samuel Ferrieri - Consultant Choli Lightfoot - Consultant Demandstar.com Shelf Copies File THIS PAGE TO BE SUBMITTED IN ORDER FOR PACKAGE TO BE 3 CONSIDERED COMPLETE AND ACCEPTABLE =,,