SALE OF GRU MILLHOPPER ELECTRIC SYSTEMS CONTROL PROPERTY LOCATED AT 4322 N.W. 53 RD AVENUE, GAINESVILLE, FLORIDA

Similar documents
RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

DESIGN - BUILD PROPOSAL OF

SECTION INSTRUCTIONS TO BIDDERS

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

( ) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE

INSTRUCTIONS TO BIDDERS Medical Center

State of Florida PUR 1001 General Instructions to Respondents

TERMS AND CONDITIONS OF THE INVITATION TO BID

Firm Submitting Bid INVITATION TO BID. DEADLINE FOR QUESTIONS: May 2, 2018 TIME: 5:00 PM. SUBMISSION DUE DATE: May 9, 2018 TIME: 2:00PM EST

COUNTY OF OSWEGO PURCHASING DEPARTMENT

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

REQUEST FOR PROPOSAL Enterprise Asset Management System

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

CITY OF APOPKA BID NAME: SURPLUS SALE BID NUMBER: # BID DEPOSIT REQUIRED: BID CLOSING DATE: July 9, 2018 BID CLOSING TIME: 10:00 A.M.

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018

PURCHASING ORDINANCE

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

CITY OF DES PLAINES PROPOSAL AND CONTRACT FOR PURCHASE AND DELIVERY OF PRODUCTS BARRACUDA BACKUP SERVER ISSUED: APRIL 2016

CONTRACT FOR SALE AND PURCHASE

CBA. Procurement: General Procurement Policies

REQUEST FOR STATEMENTS OF QUALIFICATIONS TO PROVIDE CERTAIN INFORMATION TECHNOLOGY DESIGN, HOSTING & MAINTENANCE SERVICES (RFQ # ) ISSUED BY

BUSINESS PROPOSAL FORM 1 PROPOSAL TRANSMITTAL LETTER. (To be typed on Proposer s Letterhead)

REQUEST FOR STATEMENT OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

CITY OF LEESBURG FLORIDA INVITATION FOR BID (IFB) Wireless Mobile Column Lift (Truck Lift)

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

INVITATION TO BID INSTRUCTIONS TO BIDDERS

31414 ADOPTED BOARD OF TRUSTEES COMMUNITY COLLEGE DISTRICT NO. 508 MAY 3,

Saddles for Sale RFSB # N

LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

Bids Due: March 16, 2018

McCRACKEN COUNTY BOARD OF EDUCATION

EQUIPMENT LEASE ORIGINATION AGREEMENT

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

N.J.A.C. 17: Causes for debarment of a firm(s) or an individual(s)

Prufrex USA, Inc. TERMS AND CONDITIONS OF PURCHASE

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V

GENERAL TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852G002

REQUEST FOR PROPOSAL Police Department Roof System Renovation

DOCUMENT INSTRUCTIONS TO BIDDERS

APPENDIX A INITIAL TECHNICAL PROPOSAL FORMS. 3. Acknowledgement of Receipt of Addenda Form

LEGAL NOTICE - ADVERTISEMENT FOR BID

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT

SEVES USA INC. PPC Insulators Division North America Purchase Order Terms & Conditions. Title and risk of loss. Governing Terms & Conditions.

INFORMATION FOR BIDDERS

INVITATION TO BID. Bids shall be submitted on the forms provided, properly signed and returned in a sealed Opaque envelope clearly marked with the:

Request for Qualifications RFQ #

REQUEST FOR BID. Bid Number Softball Field Netting Barrier Orange Coast College

Request for Proposal. RFP # Non-Profit, Sports Photography

INVITATION FOR BID Annual Water Meter Purchase

Register, 2014 Commerce, Community, and Ec. Dev.

CITY OF FAIRBANKS BID REQUEST FOR FURNISHING LED STREET LIGHT FIXTURES (MATERIALS ONLY) THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR. THIS IS A SERVICE AGREEMENT (this Agreement ) by and between

COLLIER COUNTY SHERIFF S OFFICE Standard Contract Provisions

Required Federal Forms

Request for Quotation Q. Steamboat Springs Emergency Solar Tower Phones

TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications

NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES. This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603

PROCUREMENT POLICY PEACE RIVER MANASOTA REGIONAL WATER SUPPLY AUTHORITY

ORDINANCE BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF POLK COUNTY, FLORIDA THAT:

Bid #15-15 Goodyear Tires

PART I - GENERAL INFORMATION

REQUEST FOR QUALIFICATIONS (RFQ) FOR LOBBYIST SERVICES

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

these specifications shall be made based on this statement.

ADDENDUM #3 May 30, 2017 ROLL-ON/ROLL-OFF DOCK REPLACEMENT GORDON A. FINCH MOLASSES DOCK TERMINAL ST. CROIX, U.S. VIRGIN ISLANDS

Invitation For Bid (IFB) Bid Description: Citrix Presentation Server Enterprise Edition 1 Issued: May 22, 2008 THE CITY OF TULSA, OKLAHOMA

802-18Q. Defibrillator. Due: 06/15/2018 2:00 p.m. MST

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

Sunnyside Valley Irrigation District

REGISTRAR AND PAYING AGENT AGREEMENT. between CITY OF DELRAY BEACH, FLORIDA. and THE BANK OF NEW YORK MELLON TRUST COMPANY, NATIONAL ASSOCIATION

Purchase Agreement (Services)

IT Department Invitation to Bid

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Purchase Agreement (Goods)

PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets

Civil Engineering Services Overflow Parking Lot


Vendor Certifications and Representations

PimaCountyCommunityCollegeDistrict Administrative Procedure

Transcription:

GAINESVILLE REGIONAL UTILITIES CITY OF GAINESVILLE, FLORIDA Invitation to Bid No. 2011-103 Issue Date: February 28, 2012 Non Mandatory Site Visit Dates and Times: March 14, 2012 @ 9:00-9:50a; 10:00-10:50a March 21, 2012 @ 2:00-2:50p; 3:00-3:50p Bid Opening Date: March 29, 2012 at 2:00 p.m. SALE OF GRU MILLHOPPER ELECTRIC SYSTEMS CONTROL PROPERTY LOCATED AT 4322 N.W. 53 RD AVENUE, GAINESVILLE, FLORIDA Purchasing Representative: E. Alexander Corvetto, C.P.S.M. Analyst Utilities Purchasing Division Phone: (352) 393-1209 Facsimile: (352) 334-2989 E-mail: corvettoea@gru.com Project Representative: Ann M. Mullins Land Rights Coordinator Utilities Real Estate Physical Address: 301 S.E. 4 th Avenue Gainesville, FL 32601

Invitation to Bid No. 2011-103 GAINESVILLE REGIONAL UTILITIES CITY OF GAINESVILLE, FLORIDA ISSUE DATE: February 28, 2012 PROJECT: BID OPENING DATE: Sale of GRU Millhopper Electric Systems Control Property located at 4322 N.W. 53 rd Avenue, Gainesville, Florida March 29, 2012 at 2:00 p.m. Sealed bids will be received by the, Florida, at Utilities Purchasing until 2:00 p.m., local time, on the bid opening date, at which time and place all bids will be publicly opened and will be available for inspection upon notice of award or intended award or within ten (10) days after bid opening, whichever is earlier. Bid prices may be read at the public bid opening, at the sole discretion of Utilities Purchasing. Bids must be in the possession of Utilities Purchasing prior to bid call at 2:00 p.m. on the bid date. Possession is defined as being physically received in Utilities Purchasing at the GRU Administration Building, 301 S.E. 4 th Avenue, 3 rd Floor, Gainesville Florida 32601. The time clock located in Utilities Purchasing will be the official time for bid call. ANY BID RECEIVED AFTER THE BID CALL WILL NOT BE CONSIDERED. Bids shall be sealed and plainly marked on the outside of the envelope with both the bid number and the bid name. Bids must be completed and signed in ink in space(s) provided on the enclosed Bid form(s) and submitted in triplicate (three originals) or bid will be subject to rejection. Bids may be submitted by facsimile or e-mail for certain Invitations to Bid. The Special Provisions will indicate whether a facsimile or e-mail bid will be accepted in response to the Invitation to Bid (see Item 6.2 of the Instructions to Bidders for further details). Any deviation from the specifications must be explained in detail on sheets attached to the Bid Form and labeled "Clarifications and Exceptions" and each deviation must be itemized by number and must specifically refer to the applicable specification paragraph and page. Otherwise, it will be considered that items offered are in strict compliance with these Specifications and the successful bidder will be held responsible for meeting the Specifications. A bidder who is aggrieved in connection with the specifications of this bid may protest in writing to Utilities Purchasing prior to the opening of bids. If bidder wishes its Standard Terms and Conditions to be considered as part of its bid, such terms and conditions must be made part of the "Clarifications and Exceptions." The City reserves the following rights: to waive clarifications and exceptions in awarding the bid in the best interest of the City; to accept or reject any or all bids; to waive any or all irregularities; and, to award the contract to the responsible bidder whose bid is determined by the City to be in its best interest. Notice of intended award shall be posted in Utilities Purchasing. Protests in respect to intended award must be filed within three calendar days of posting for purchases which do not require prior approval of the City Commission and within seven calendar days for purchases which require prior approval of the City Commission. It is the bidder's responsibility to be informed of the intended award and specific protest procedures. Further information may be obtained by calling Utilities Purchasing at (352) 393-1240, during normal office hours, by faxing to (352) 334-2989 or by e-mail to purchasing@gru.com. E. Alexander Corvetto, C.P.S.M. Analyst Utilities Purchasing (352) 393-1209

SECTION ONE BID FORM Invitation to Bid No. 2011-103 TO: PROJECT: / 301 S.E. 4 th Avenue, Gainesville, FL 32601 Sale of GRU Millhopper Electric Systems Control Property located at 4322 N.W. 53 rd Avenue, Gainesville, Florida PURCHASING REPRESENTATIVE (to be contacted for additional information on this Bid): E. Alexander Corvetto, Analyst (352) 393-1209; corvettoea@gru.com BIDDER: BIDDER'S ADDRESS: DATE: BIDDER S REPRESENTATIVE (to be contacted for additional information on this Proposal): Telephone number: (Name) Fax number: 1.0 BIDDER'S CERTIFICATION. 1.1 In submitting this Bid, bidder represents that: a. Bidder has examined copies of all the bidding documents and of the following addenda (receipt of which is hereby acknowledged): Date Number b. Bidder has familiarized itself with the nature and extent of the contract documents, work, site, locality, and all local conditions and laws and regulations that in any manner affect cost, progress, performance or furnishing of the work. Section One Bid Form Page 1 of 2

2.0 BIDDER ACKNOWLEDGES THAT: Invitation to Bid No. 2011-103 Bid is in full compliance with the Specifications Bid is in full compliance with the Specifications except as specifically stated and attached hereto 3.0 BID PRICE. The Bidder shall complete the Purchase and Sale Agreement, attached hereto and incorporated herein including its bid in paragraph 1 (Purchase Price and Methods of Payment) of the Agreement. The Agreement must be signed by the Bidder. The signed Purchase and Sale Agreement must accompany this bid form when submitting a bid. Only firm bids will be considered. The minimum acceptable bid for the property is $2,360,000.00. Earnest Money Deposit, equal to 5% of the Purchase Price, to be paid by certified check or wire transfer, upon acceptance of offer and within twenty-four (24) hours of Bid Award. Remaining balance is due at closing date in accordance with Purchase and Sale Agreement. [See Attachment A for Purchase and Sale Agreement] Separate document Section One Bid Form Page 2 of 2

SECTION TWO INSTRUCTIONS TO BIDDERS Invitation to Bid No. 2011-103 1.0 DEFINED TERMS. 1.1 Authorized Representative: Any representative of the City, whether or not a City or GRU employee, designated as the City's authorized representative for the purposes of this contract either in a provision of these specifications or in written communication from the Utilities Purchasing Manager. 1.2 Bid Date: The date the bid(s) will be opened by Utilities Purchasing which is established by this Invitation to Bid, or as modified by addenda, if any. 1.3 Bidder: Any person, firm, corporation, organization or agency submitting a bid for the work proposed or his duly authorized representative. Bidder may also be referred to herein as Purchaser. 1.4 Contract: The contract, agreement or purchase order executed by GRU and the contractor for the performance of the work. The contract shall incorporate the provisions of the Invitation to Bid. 1.5 Contract Price: The amount stated in the contract plus or minus any additions or deductions contained in any contract amendment or change order. 1.6 Contractor or Vendor: The person, firm, corporation, organization or agency, or its duly authorized representative, with whom the GRU has a contract for performance of the work or supply of equipment or materials. 1.7 GRU:, d.b.a.,, Florida, acting by and through its representatives. may also be referred to herein as Owner. 1.8 Invitation to Bid ( ITB ): Directions, provisions, and requirements contained in the ITB, i.e., Instructions to Bidders, General Conditions, Special Provisions, Technical Specifications (if any) including any drawings and/or plans, Bid Form and Bonds, if applicable. 1.9 Purchase and Sale Agreement ( P&S ): A written contract document for the purchase or sale of real property that is mutually agreed to between a purchaser and a seller stating the final sales price and sets forth all terms of the agreement. 1.10 Responsible Bidder: To be responsible, the bidder shall have the capacity in all respects to fully perform the contract requirements, and the experience, integrity, reliability, capacity, facilities, equipment, proposed subcontractors, suppliers and other persons and organizations proposed by the bidder to perform the furnish the work, and credit which will assure good faith performance. Responsibility shall be determined solely by GRU. GRU reserves the right to make such investigation as it deems necessary to make this determination. Such information may include, but shall not be Section Two Instruction To Bidders Page 1 of 8

Invitation to Bid No. 2011-103 limited to: current financial statements, bank records, verifications of availability of equipment and personnel and past performance records. 1.11 Responsive Bidder: To be responsive, bidder must submit a bid which conforms in all material respects to the requirements set forth in this ITB, as determined solely by GRU. 1.12 Subcontractor: Any person, firm or corporation other than the contractor supplying labor or materials for work being performed under the contract. 1.13 Successful Bidder: The highest, qualified, responsible and responsive bidder to whom GRU makes an award. 1.14 Work: Any work, services, materials, parts or equipment furnished under and made a part of the contract, including items not specifically indicated or described which are reasonably considered in good practice as being essential to completing the requirements of the contract. 2.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE. 2.1 It is the responsibility of each Bidder before submitting a Bid, to (a) examine the ITB thoroughly, (b) if applicable, visit the site to become familiar with local conditions that may affect the cost, progress, performance of furnishing the Work, (c) consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work, (d) study and carefully correlate Bidder s observations with the ITB, and (e) notify the Purchasing Representative of all conflicts, errors or discrepancies in the ITB. 2.2 In the event that there is any conflict between the terms and conditions contained in the ITB, the precedence shall be the Contract or ITB, as amended or modified, interpreted as a whole, as applicable, and then as follows: a. addenda or modifications of any nature, if any b. technical specifications, if any c. special provisions d. general conditions e. instructions to bidders f. contract (includes purchase & sale agreement) g. bid form 2.3 A vendor who is aggrieved in connection with the specifications of this bid may protest in writing to Utilities Purchasing prior to bid call. 3.0 INTERPRETATIONS AND ADDENDA. 3.1 All questions about the meaning or intent of the ITB are to be directed in writing by email to Alex Corvetto at corvettoea@gru.com. Interpretations or clarifications considered necessary in response to such questions will be addressed by Addenda and will be posted on Section Two Instruction To Bidders Page 2 of 8

Invitation to Bid No. 2011-103 https://www.gru.com/workwithgru/realestate/millhopper.jsp. Questions received less than seven (7) days prior to the closing date may not be answered. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 3.2 Addenda may also be issued to modify the ITB as deemed advisable by the Purchasing Representative. 3.3 Addenda issued by GRU prior to the opening date shall be binding as if written into the ITB. It is the responsibility of the Proposers to regularly check the GRU site above for newly issued Addenda and/or any Questions and Answers that might develop. Proposers are required to acknowledge receipt of the Addenda in their proposals. 4.0 PREPARATION OF BIDS. 4.1 The Bid Form is included in the ITB; additional copies may be obtained from the Purchasing Representative. 4.2 All blanks on the Bid Form must be completed in ink or by typewriter. 4.3 A bid by corporations must be executed in the corporate name by the president, a vicepresident, or other corporate representative accompanied by evidence satisfactory to GRU of such person s authority to sign. The corporate address and state of incorporation must be shown below the signature. 4.4 A bid 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. 4.5 All names must be typed or printed below the signature. 4.6 The Bid shall contain an acknowledgment of receipt of all Addenda (the numbers of which must be filled in on the Bid Form). 4.7 Unless stated otherwise, Bidder(s) must submit a Bid for all items listed on the Bid Form. 4.8 Only one bid from any individual, firm, corporation, organization or agency under the same or different name shall be considered. Should it appear to GRU that any Bidder is interested in more than one bid all bids in which such Bidder has interest shall be rejected. 4.9 Responses to this Invitation to Bid upon receipt by GRU become public records subject to the provisions of Chapter 119, Florida Statutes, Florida's Public Records Law. Should the Bidder feel that any portion or all of its response is exempt from the Florida Public Records Law, its response should clearly assert such exemption and the specific legal authority for the asserted exemption. All material that qualifies for exemption from Chapter 119 must be submitted in a separate envelope, clearly identified as TRADE SECRETS EXCEPTION, with your firm s name and the bid number marked Section Two Instruction To Bidders Page 3 of 8

Invitation to Bid No. 2011-103 on the outside. Please be aware that the designation of an item as a trade secret by the Bidder may be challenged in court by any person. In designating material in a bid as trade secret, the Bidder agrees to hold the City harmless from any award to a plaintiff of damages, costs, or attorneys fees incurred by the City by reason of any legal action challenging the Bidder s trade secrets claim. 4.10 Responses to this Invitation to Bid will be available for inspection after such time as an award is recommended or within ten (10) days after the bid date, whichever is earlier. 4.11 The Bidder, by affixing the authorized signature to the Bid Form, declares that the bid is made without any previous understanding, agreement, or connections with any persons, firms, or corporations making a bid on the same items and that it is in all respects fair and in good faith without any outside control, collusion or fraud. A non-exclusive manufacturer/distributor relationship does not, in and of itself, constitute a prior understanding, agreement, connection or collusion between bidders. 4.12 The Bidder further declares that no City Commissioner, other City officer, or City employee directly or indirectly owns more than five (5) percent of the total assets or capital stock of the bidding entity, nor will directly or indirectly benefit by more than five (5) percent from the profits or emoluments of this contract. [For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.] 5.0 DEVIATIONS FROM SPECIFICATIONS. 5.1 Any deviation from this ITB must be explained in detail. Otherwise, it will be considered that items offered are in strict compliance with the ITB and the Successful Bidder will be held responsible for meeting all of the specifications of the ITB. Deviations must be explained on separate sheets attached to the bid labeled Clarifications and Exceptions and each must be itemized by number and must refer to the applicable specification paragraph and page. 5.2 Bidder is expected to fully inform himself as to the requirements of the Specifications and failure to do so will be at his own risk. Bidder shall not expect to secure relief on the plea of error. 5.3 GRU reserves the right to waive clarifications and exceptions in awarding the bid in the best interest of GRU. 6.0 SUBMISSION OF BID. 6.1 The bid shall be submitted in triplicate (three originals) on the prescribed Bid Form at the time and place indicated on the Invitation to Bid and shall be enclosed in an opaque sealed envelope, marked with the Bid Name and name and address of the Bidder and accompanied by the security and other required documents, when applicable. A bid not meeting this requirement may be deemed non-responsive. 6.2 If the Special Provisions indicate submission of the bid by e-mail or facsimile is permitted, the bid form and any other required documentation must be received by bid call. Originals of the signed Section Two Instruction To Bidders Page 4 of 8

Invitation to Bid No. 2011-103 bid form and any required documentation must be received by Utilities Purchasing within two business days of the bid date. If the originals are not received by Utilities Purchasing within two business days, the bid may be deemed non-responsive. If the bid is submitted by facsimile, the transmission must be completed by bid call. 7.0 MODIFICATION AND WITHDRAWAL OF BIDS. 7.1 The bid may be modified or withdrawn by an appropriate document duly executed (in the manner that a bid must be executed) and physically received by Utilities Purchasing any time prior to bid call. 7.2 After the bid date, corrections in the bid shall be permitted: 1) only to the extent that the bidder can show by clear and convincing evidence a mistake of a nonjudgmental character was made; 2) the nature of the mistake is evident; and 3) the bid price intended is evident. After the bid date, no changes in bid prices or other provisions of the bid prejudicial to the interest of GRU or fair competition shall be permitted. In lieu of bid correction, an apparent low bidder alleging a material mistake of fact may be permitted to withdraw its bid, at the option of GRU if: (a) the mistake is clearly evident on the face of the bid but the intended correct bid is not similarly evident; or, (b) the bidder submits evidence which clearly and convincingly demonstrates that a good faith mistake (without negligence of the bidder) was made. 8.0 COSTS IN DEVELOPMENT OF BID. Costs for developing a response to this ITB are entirely the obligation of the Bidder and shall not be charged in any manner to GRU. 9.0 NON-SUBMITTAL OF BID. In the event a vendor elects to not submit a bid, please return the Statement of No Bid or advise Utilities Purchasing at (352) 334-3400, Ext. 1240, of your decision and reason for not submitting a bid by the stated bid date. Failure to respond may cause removal of the vendor from the bid list. 10.0 PUBLIC ENTITY CRIMES/DEBARMENT/SUSPENSION/TERMINATION. 10.1 Pursuant to 287.133(2)(a), Florida Statues, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity. 10.2 Bidder shall be responsible for any violation of the current policies regarding debarment/suspension/termination which have been issued by the Utilities Purchasing Division. A copy of these policies is attached to this ITB. 10.3 Rejection of Bids, Termination of Contract. Section Two Instruction To Bidders Page 5 of 8

Invitation to Bid No. 2011-103 a. A previously solicited and/or accepted bid may be rejected or acceptance revoked prior to beginning of performance upon discovery by the City that the bidder or its affiliates have committed any act which would have been cause for debarment. b. If the City discovers, after a contract is awarded and performance has begun, that the Bidder or its affiliates have committed any act subsequent to or prior to award or acceptance which would have been cause for debarment had it been discovered prior to solicitation or acceptance, the City may consider such to be a material breach of the contract and such shall constitute cause for termination of the contract. 11.0 BID SECURITY AND BOND(S). None required. 12.0 BID. 12.1 All discounts shall be stated as a part of the bid and shall be fully explained. The Special Provisions will state if prompt payment discounts are to be considered in the award of the bid. 12.2 Only firm bids will be considered. 12.3 Late payment penalties, if any, shall be listed as clarifications and exceptions and shall not be included as part of the bid. 12.4 The price shall be determined by the price stated on the bid form. GRU shall not be responsible for any additional charges not accepted by GRU, and any invoicing at variance with this provision shall be grounds for cancellation of the Contract at the option of GRU. 13.0 ERRORS. The Bidder shall read this ITB fully and be informed as to its requirements. Failure to do so will be at Bidder s own risk. A Bidder shall not be relieved of a requirement of this ITB on the plea of error. 14.0 LOBBYING. 14.1 To ensure fair consideration and consistent and accurate dissemination of information for all proposers, the City prohibits communication to or with any department, employee, or agent evaluating or considering the proposals during the submission process, except as authorized by the contact person. 14.2 During the blackout period as defined herein, except as pursuant to an authorized appeal, no person may lobby, as defined herein, on behalf of a competing party in a particular procurement process, City officials or employees except the purchasing designated staff contact in the purchasing division. Violation of this provision shall result in disqualification of the party on whose behalf the lobbying occurred. 14.3 The blackout period means the period between the time the submittals for invitation for bid or the request for proposal, or qualifications, or information, or the invitation to negotiate, as Section Two Instruction To Bidders Page 6 of 8

Invitation to Bid No. 2011-103 applicable, are received by the purchasing division and the time City officials and employees award the contract. Lobbying means when any natural person, for compensation, seeks to influence the governmental decision-making, to encourage the passage, defeat or modification of any proposal, recommendation or decision by City officials and employees, except as authorized by procurement documents. Section Two Instruction To Bidders Page 7 of 8

DEBARMENT/SUSPENSION/TERMINATION Invitation to Bid No. 2011-103 CITY OF GAINESVILLE GAINESVILLE REGIONAL UTILITIES PURCHASING DIVISION Debarment/Suspension. The purchasing representative is authorized to suspend a vendor from consideration for award of contracts if there is probable cause to believe that the vendor has engaged in activity which might lead to debarment. The suspension shall be for a period not to exceed three months. After reasonable notice to the vendor involved and reasonable opportunity for that vendor to be heard, the purchasing representative, after consulting with the City Attorney, is authorized to debar a vendor for cause from consideration for award of contracts. The debarment shall be for a period of not more than three years. The causes for debarment include: (a) Conviction for commission of a criminal offense as an incident to obtaining or attempting to obtain a public or private contract or subcontract, or in the performance of such contract or subcontract, within five years of a proposed award; (b) Conviction under State or Federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty which currently, seriously, and directly affects responsibility as a City contractor, within five years of a proposed award; (c) Conviction under state or federal antitrust statutes arising out of the submission of bids or proposals, within five years of a proposed award; (d) Violation of contract provisions, as set forth below, of a character which is regarded by the purchasing representative to be so serious as to justify debarment action, within five years of a proposed award: (I) Deliberate failure without good cause to perform in accordance with the specifications or within the time limit provided in the contract; or (II) A record of failure to perform or of unsatisfactory performance in accordance with the terms of one or more contracts; provided that failure to perform or unsatisfactory performance caused by acts beyond the control of the contractor shall not be considered to be a basis for debarment; (e) For any provision of, or offer, gift or agreement to provide, any gratuity, kickback or offer of employment to any current or former City employee in connection with any decision, approval, disapproval, recommendation, or preparation of any part of a program requirement or a purchase requisition, influencing the content of any specification or procurement standard, rendering of advice, investigation, auditing, or in any other advisory capacity in any proceeding or application, request for ruling, determination, claim or controversy or other particular matter, pertaining to any program requirement or a contract or subcontract, or to any solicitation or proposal, within three years of a proposed award; (f) For any payment, gratuity, kickback or offer of employment to be made by or on behalf of a subcontractor under a contract to the prime contractor or higher tier subcontractor or any person associated therewith, as an inducement for the award of a subcontract or order, within three years of a proposed award; (g) For retaining a person or soliciting or securing a City contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, except for retention of bona fide employees or bona fide established commercial selling agencies for the purpose of securing business, within three years of a proposed award; (h) During the period of a contract with the City, employing, or offering employment to, any current City employee participating directly or indirectly in the procurement process, within three years of a proposed award; (i) Any other cause the purchasing representative determines to be so serious and compelling as to affect responsibility as a City contractor, including debarment by another governmental entity for any cause listed in this Section; (j) The foregoing are supplemental to any applicable provisions of F.S. 287.133, as amended. In the event of any conflict between this provision and the requirements of said statute, the statute shall prevail. REJECTION OF BIDS/TERMINATION OF CONTRACT Previously solicited and/or accepted bids may be rejected or acceptance revoked prior to beginning of performance upon discovery by the City that the bidder or its affiliates have committed any act which would have been cause for debarment, or were on the convicted vendor list prepared under the provisions of F.S. 287.133, as amended, at or prior to the acceptance of the bid. If the City discovers, after a contract is awarded and performance has begun, that the bidder or its affiliates have committed any act subsequent to or prior to award or acceptance which would have been cause for debarment had it been discovered prior to award or acceptance, the City may consider such to be a material breach of the contract and such shall constitute cause for termination of the contract. Revised 8/20/10 Section Two Instruction To Bidders Page 8 of 8

SECTION THREE SALE OF MILHOPPER SYSTEMS CONTROL PROPERTY GENERAL CONDITIONS Invitation to Bid No. 2011-103 1.0 SCOPE. These General Conditions shall govern sales by the /Gainesville Regional Utilities under these Specifications, except that Special Provisions and Technical Specifications will govern if any conflict arises between such sections and these General Conditions. 2.0 ACCEPTANCE AND ACKNOWLEDGEMENT. Unless provided herein, Bidder's acknowledgement of the Notice of Award shall constitute acceptance by Bidder. The Notice of Award is in accordance with the terms and conditions of the bid documents. No conflicting or additional terms and conditions stated by Bidder in the acknowledgement shall be binding upon (GRU), unless specifically accepted in writing by GRU and GRU hereby objects to any such additional terms or conditions. 3.0 PAYMENT TERMS. Unless otherwise provided herein, Bidder acknowledges that prepayment is required prior to the release of the property per the terms of the Purchase and Sale Agreement. 4.0 WARRANTY, LIMITATION OF LIABILITY AND INDEMNIFICATION. Bidder acknowledges that this property is being purchased "AS IS", without exception for known or unknown defects (NO WARRANTY, OR GUARANTEE, EXPRESS, IMPLIED, OR STATUTORY, INCLUDING WARRANTIES FOR MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, HAS BEEN PREVIOUSLY OR IS HEREBY GIVEN). Bidder further acknowledges that this limitation to and disclaimer of liability and warranty constitutes part of the basis of the agreement between the parties. Bidder agrees that GRU shall have no liability for any damage to property or injury to person or death arising out of any defect or negligence. Bidder assumes all risks and liability whatsoever resulting from the possession, use, or disposition of items purchased. Neither GRU nor any contractor, subcontractor, vendor or supplier of GRU shall have any liability for direct, indirect, special, incidental or consequential damages which may arise as a result of this agreement or the equipment sold hereunder, whether claims for same are based on contract, warranty, or tort including negligence or strict liability. Bidder releases and waives all rights against and will protect, defend, indemnify and hold harmless GRU and its contractors, subcontractors, vendors, suppliers, officers, directors, agents, or employees against any and all claims, losses, damages, costs or liabilities arising out of or in connection with this agreement or the equipment sold hereunder, whether claims for same are based on contract, warranty, tort (negligence, or strict liability), environmental impairment or otherwise and whether arising in whole or part from the negligence of GRU entities. 5.0 COMPLIANCE WITH LAWS AND REGULATIONS. All City, County, State and Federal laws, regulations or ordinances must be strictly observed. This sale shall be governed in all respects by the laws of the State of Florida. Section Three General Conditions Page 1 of 2

Invitation to Bid No. 2011-103 6.0 ASSIGNMENT. Bidder shall not assign or subcontract in whole or in part any right or obligation under this Contract or any monies due or to become due thereunder without the written consent of the Owner. 7.0 VALIDITY. Should any provisions of this sale be determined by a court of competent jurisdiction to be illegal or in conflict with any applicable law, the validity of the remaining provisions shall not be impaired. Section Three General Conditions Page 2 of 2

SECTION FOUR SPECIAL PROVISIONS Invitation to Bid No. 2011-103 1.0 SCOPE. These Special Provisions amend or supplement the Invitation to Bid and General Conditions as indicated below. All provisions which are not so amended or supplemented remain in full force and effect, except that the Technical Specifications, if any, shall govern if any conflict arises between such sections and these Special Provisions. 2.0 AUTHORIZED REPRESENTATIVES. The Purchasing Representative for this Project is E. Alexander Corvetto. The Project Representative is Ann Mullins. Questions regarding this Invitation to Bid and the administration of the resulting contract should be directed to Mr. Corvetto via email at corvettoea@gru.com. 3.0 TERMS AND CONDITIONS OF AWARD/SALE. 3.1 The Owner shall award the bid to the highest responsive bidder. GRU reserves the right to reject any and all bids, or any part thereof, to waive any and all informalities or irregularities, and the right to disregard all nonconforming, nonresponsive, or conditional bids. Also, GRU reserves the right to reject the bid of any bidder if GRU believes that it would not be in its best interest to make an award to that bidder. 3.2 All sales are final. 4.0 PAYMENT. Earnest Money Deposit, equal to 5% of the Purchase Price, to be paid by certified check or wire transfer, upon acceptance of offer and within twenty-four (24) hours of Bid Award. Remaining balance is due at closing date in accordance with Purchase and Sale Agreement. 5. 0 SUBMISSION OF BID. Bids cannot be submitted via facsimile. 6.0 NON-MANDATORY SITE VISIT. Before submitting a bid, Bidder may attend a nonmandatory site visit at one of the scheduled times. No appointments necessary. The property is located at 4322 N.W. 53 rd Avenue, Gainesville, Florida. Tours of the building will last approximately 50 minutes and will start promptly at the scheduled times. Please plan on arriving on time so you don t have to wait until the following tour. Front door will be locked while the tours take place therefore if you arrive late, you will have to wait outside or comeback for the next tour. Tours will be as follows: March 14, 2012 9:00 a.m. 9:50 a.m. 10:00 a.m. 10: 50 a.m. March 21, 2012 2:00 p.m. 2:50 p.m. 3:00 p.m. 3:50 p.m. Section Four - Special Provisions Page 1 of 1

SECTION FIVE PROPERTY SPECIFICATIONS Invitation to Bid No. 2011-103 1.0 GENERAL SCOPE. The GRU Millhopper Electric System Control property was declared surplus property on December 15, 2011, by the Gainesville City Commission to be sold via this Invitation to Bid pursuant to the terms herein. Recently, the land use designation was changed from Public Facilities to Mixed Use Low and the Zoning designation was changed from Public Services to Mixed Use-1. 1.1. Current Ownership:, a municipal corporation 1.2. Property Location: 4322 NW 53 Avenue, Gainesville, Florida 32653 1.3. Tax Parcel #: 6023-001-000 1.4. Property Size: 2.69 Acres 1.5. Building Size: Approximately 11,040 sq. ft. 1.6. Current Land Use: MUL (Mixed Use Low Intensity 8-30 units/acre) 1.7 Current Zoning: MU-1 (8-30 units/acre mixed use low intensity) 2.0 PURCHASER RESPONSIBILITIES. Refer to Attachment A for Purchase and Sale Agreement. Proposers are encouraged to check http://www.gru.com/workwithgru/realestate/millhopper.jsp to obtain information and documents related to the sale of the property including addenda and any questions and answers developed prior or throughout the bidding process. Section Five Property Specifications Page 1 of 1