Loading...
Item 4B - Award of Bid 1516-04-Utility ContractorCITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM# 4B JANUARY 11, 2016 AGENDA ITEM: Electrical Contractor SUBMITTED BY: Douglas E. Layton, PE Public Works Director DATE: 11/20/15 BACKGROUND: 2 bids for the Electrical Contractor, Annual Service Contract were received on 11/4/15. The lowest responsible bid received was from Limbaugh Electric. The other bidder is B&G Refrigeration. The bid is primarily for electrical repairs or minor improvements that cannot be performed by City forces. We are not limited to using the selected contractor and may select multiple contractors. Limbaugh Electric currently provides these services to the City in a satisfactory manner under a previous bid. B&G has also performed satisfactory electrical work for the City including extensive work on our HVAC equipment. It is desired to award the bid to both bidders to allow flexibility in operations by having two contractors available for support. BUDGET: The actual cost to be awarded under this contractor is unknown. Tasks will be awarded under the City's purchasing policy as each need arrives. The cost expended under this contract in FY 2014/15 was approximately $95,000. It is anticipated that costs in future years will be similar. RECOMMENDATION: Approve the award of Bid no. 1516-04 "Utility Contractor, Annual Service Contract" to Limbaugh Electric and B&G Refrigeration. ATTACHED: Bids & Bid Tabulation Bidder Announcement 1516-04 Bid 1516-04 Specifications REVIEWED BY: :22' J/c22n£C?<./ BID# 1516-04 City of Atlantic Beach RE-BID: Annual Contract for Electrical Troubleshooting, Repairs and Installation Wednesday, November 04, 2015 Required Documents B&G Refrigeration Limbaugh Electric Submission in Triplicate X X Document Requirements Checklist X X Bid Form-Completed X X Insurance Certificate X X Drug Free Workplace X X Public Entity Crime Statement X X New Vendor Information Form X X W-9 Form X X References (3) X X Business Tax Receipt X X Master Electrician Cert. by N. FL Building Trades Assoc. X X Proof on Master Electrician graduation from State approved NO X apprenticeship program & training in industrial electricity Proof of 5 Years Experience with Water/Wastewater Facilities NO X Documentation of Receipt of Any Addenda X X Total Hourly Cost for Project (D+F = hourly plus overhead & 175.23 $121.55 profit) Proposed Mark-up on Material 18% 30% Award of Bid based on Department Analysis and Commission Approval I ft # City of Atlantic Beach RE-BID: Annual Contract for Electrical Troubleshooting, Repairs and Installation Wednesday, November 04, 2015 BID 1516-04 3:00PM B&G Refrigeration Limbaugh Electric RATES Master Electrician (1 hour at regular hour rate) $52.50 $37.50 Experienced Electrician (1 hour at regular hour rate) $52.50 $35.00 Electrician's Helper (1 hour at regular hour rate) $43.50 $21.00 Subtotal (Total Sum A thru C) $148.50 $93.50 Overhead & Profit Rate % 18% 30% Cost for Overhead & Profit ($) (= D x E) $26.73 28.05 TOTAL COST (= D + F) $175.23 $121.55 Proposed Mark-up on Material 18% 30% **LIMBAUGH ELECTRIC: OVERHEAD & PROFIT RATE% IS 15% EACH FOR A TOTAL OF 30%** Award of Bid based on Department Analysis and Commission Approval AG ENDA lTE M ff4B .JAN UARY 11 ,201 6 THE CITY OF ATLANTIC BEACH TO: FROM: BID NOTI FICATION VIAE-MAIL American E lectrical C ontract'g Attn: Sharon B&G Electric Attn: Pat Berger Cogburn Electric Knight Electric Limbaugh Electric Miller E lectric Stiles Electric Vanguard Electric Attn: Tony Lederman Attn: M g mt Attn: Alex Attn: Mgmt Attn: Gary Attn: Bob Bowers Pa tty Drak e/P urch as in g Agent Pho ne: 247-588 0/FAX: 247-58 19 pdrake@ coab.us DATE: Octo ber 08,2015 scarnaban@americall-elcctrlcal.com patrick@bgrefrigeration.com tledcrma n @cogburnbros.com knightelectric 170@bellsouth.net brookslimbaugh@ beUsouth.net info@ meco.com gary@stilesele.ctric.com bob vanguard@bellsoutb.net SU BJECT: Bid 1516-04 RE-BID: Annual C ontract for Electrical Troubleshooting & Repair/Installation Pages : ~ Including Cover Sheet T h e C ity of A tl a nti c Beach recently re quested b id s fo r its a nnu al electri cal contract und e r bid nu m ber 14 15-ll . This servi ce is c urrently b eing re-bid und e r bid num be r 15 l 6-04, as n o resp on ses were received . T h e bid sp ecificatio ns h ave been r ev is ed and may be viewed fro m th e C i ty's website a t www.coab.us/bid s . T he posted anno uncem ent p rovid es d e tailed infonn ati on a nd a ll documents re lated to the bid are avail a bl e for d ownl oadi ng. Thank you for yo ur in terest in working with the C ity of A tl antic Beach. Patty (])raf<J Q?urcfi.asiug )!gent City cif )f.tCantic r:Beacli BID SPECIFlCATlONS FOR ANNUAL CONTRACT FOR AGENDA rTEM # 41J .JANUARY II, 2016 ELECTRICAL TROUBLESHOOTING, REPAIRS AND INSTALLATION CITY 810 NO. 1516-04 T he City of Atlantic Beach will receive sealed bids until2:45 p.m ., Wednesday, November 4, 2015 for electrical troub leshooting, repairs and in stallation at the City's water and sewer and other facilities. 1. SVBMITT AL A) The City of Atlantic wiU nccive sealed bids until 2:45p.m., Wednesday, November 4, 2015 for the purpose of selecting electrical contractors to provide electrical troubleshooting, repairs and installation at the City's water, sewer and other facilities. B) The bids wi ll be opened in the City Hall Commission Chambers, 800 Seminole, Atlantic Beach, FL 32233 at 3:00p.m. on Wednesday, November 4, 2015. All bidders or their representatives are invited to be present. C) Any bid received after the above stated time and date will not be considered. It sha ll be the sole responsibility of the Bidder to have the bid deli vered to the Purchas ing Agent's office, for receipt on or before the above stated time and date. If a bid is sent by U.S. Mail, the bidder sha ll be responsible for its timely delivery to the Purchasing Agent>s office. Bids delayed by mail sha ll not be co nsid ered, shall not be opened at the public open ing, and arrangements shall be made for their return at the bidder's request and expense. D) Each bidder sha ll examine all requests for bid documents and shall judge al l matters relating to the adequacy and accuracy of such documents. Any inquiries, suggestions or requests concerning interpretation, clati ficatio n or additiona l information pertaining to the bid shall be made to the Purchasing Agent's office. The City sha ll not be responsible for oral interpretations give by any City emp loyee, representative, or others. The issuance of a written addendum is the only official method whereby interpretation, clarification or add itional infonn ation can be given. If a ny addenda are issued to thjs request for bid, the City will attempt to notify all known prospective bidders; however, it shall be the respons ibility of each bidder, prior to submittin g the bid, to contact the Purchasing Agent at 247-5880 or check the City's website at www .coab .us/bid s to determine if addenda were issued and to make such addenda a part of the bid. E) Three (3) signed copies of the bid shall be subm itted in one sealed package, clearly marked on the outs id e "BID NO. 1516 -04 ANNUAL CONTRACT FOR ELECTRICAL TROUBLESHOOTING, REPAIRS AND INSTALLATfON, TO BE OPENED AT 3:00 P.M., WEDNESDAY, NOVEMBER 4, 20 1 5" and addressed to: Patricia J. Drake, Purchasing Agent City of Atlan ti c Beach 800 Semino le Road Atlantic Beach, FL 32233 Page -1· AGENDA ITEM# 4B JANUARY 11, 2016 F) Bids shall clearly indicate the legal name, address and telephone number of the bidder (corporate, firm, partnership, individual). Bids shall be signed above the typed or printed name and title of the signer. The signer shall have the authority to bind the bidder to the submitted bid. G) All expenses for making bids to the City are to be borne by the bidder. H) Any bid may be withdrawn up to the date and time set above for the opening of the bids. Any bids not withdrawn shall, upon opening, constitute an irrevocable offer for a period of 90 days to sell the City the goods or services set forth in the attached specifications until one or more ofthe bids have been duly accepted by the City. City action on bids normally will be taken within 45 days of opening; however, no guarantee or representation is made herein as to the time between the bid opening and the subsequent City action. I) The City reserves the right to accept or reject any or all bids, to waive irregularities and technicalities, and to request resubmission. There is no obligation on the part of the City to award the contract to the lowest Bidder and the City reserves the right to award one or more contracts believed to be in the best interest of the City. The City shall be the sole judge of the bid and the resulting negotiated agreement that is in the City's best interest and its decision shall be final. J) All applicable laws and regulations of the State of Florida will apply to any resulting agreement. K) Hold Harmless The Bidder agrees, insofar as it legally may, to indemnify and hold harmless the City, its officers, employees and agents from and against all loss, costs, expenses, including attorney's fees, claims, suits and judgments, whatsoever in connection with injury to or death of any person or persons or loss of or damage to property resulting from any and all operations performed by Bidder, its officers, employees, and agents under any of the terms of this contract. L) Insurance At any time during the period that the bidder has personnel doing work and furnishing necessary labor to complete a contract for the City, the City must be fully protected by the Bidder having the following: 1. Property damage insurance in an adequate amount for the year. 2. Workers' Compensation insurance, and the Bidder shall require any and all subcontractors similarly to provide Workers' Compensation Insurance for all of the latter's employees who are engaged in such work unless such employees are covered by the protection afforded by the Contractor's insurance. 3. Liability Insurance applicable to the job in question in an adequate amount for all personal injuries, death or property damage, per occurrence arising during the policy period. Page -2- M) Insurance Cancellation AGENDA ITEM# 4B JANUARY 11, 2016 Should any of the required insurance policies be cancelled before the expiration date or non-renewed, the issuing company will provide 30 days written notice to the certificate holder (City). N) Resulting Contract Any agreement or contract resulting from acceptance of a bid shall be on forms either supplied by or approved by the City and shall contain, as a minimum, applicable provisions of the request for bid. The City reserves the right to reject any agreement which does not conform to the request for bid and any City requirements for agreements and contracts. 0) Renegotiation During the contract period, the City reserves the right to restate and/or renegotiate with the contractor such additions, deletions or changes to the contract as may be necessitated by law or changed circumstances. In the event that the City and the Contractor cannot come to a mutual agreement and negotiation on any such addition, deletion or change, that portion ofthe.contract concerning the services in the addition, deletion or change shall be terminated. P) Contractor Contract Performance During the contract period, the Public Works Director or his or her designee shall assess the contractor's performance on the contract. In the event of a breach of the contract by the contractor or unsatisfactory performance as assessed by the Public Works Director, or if the contractor performs in a manner that precludes the City from administering its functions in an effective and efficient manner and if, after thirty (30) days following written notice to the contractor, be authorized to cancel the contract, thereafter reserving the right to proceed against the contractor for any and all damages permitted by law arising from said breach. The contractor shall not be held responsible for any failure determined to the satisfaction of the Public Works Director to be due to any action or inaction on the part of the City. II. BID SCOPE A) Intent and Duration It is the intent of the City to select one or more electrical contractors to provide work needed at the City's water and sewer facilities, and all other facilities within the City as needed. The objectives are to obtain the best repair services while minimizing cost to the City. All work shall be performed and/or supervised by a qualified Master Electrician. The period of the contract for electrical repair services shall commence on the contract date and shall terminate five (5) years after the date of commencement. The contractor may cancel the contract at the end of the 3rd or 4th anniversary year, without cause, upon six ( 6) months prior written notice to the City. Page -3- AGENDA ITEM# 4B JANUARY 11, 2016 Prices, terms and conditions shall remain firm throughout this contract period unless modified or cancelled in accordance with provisions of the bid. B) Bid Forms Bids are to be submitted on the attached Bid Summary Form or copies thereof. Bids will not be considered unless they are submitted on this form. 1. Electrical troubleshooting and repair services which are offered must meet or exceed the requirements as stated in these specifications. 2. This Bid Invitation presents the City's requirements under proposed methods of operation. Responses to this request should address these requirements. C) Minimum Qualifications An electrical contractor submitting a bid must be able to: 1. Provide a Duval County certification as an Electrical Contractor. 2. Have one Master Electrician as a designated contact to coordinate on City of Atlantic Beach projects. 3a. Demonstrate electrical troubleshooting and repairs experience in water/wastewater facilities for a minimum of five (5) years. 3b. Demonstrate electrical experience in the maintenance of buildings, parks and associated facilities. 4. Provide three positive references from companies or individuals for whom the bidder has completed work during the past 12 months, of a comparable size and nature as this project. References to include fax numbers and e-mail addresses. D) Volume ofWork City yearly expenditures under similar agreements have been in the $100,000 range. No warranty or guarantee is given or implied as to the types or quantities of services that will actually be required or authorized. The quantities stated in this bid are for cost comparison purposes only. E) Award Criteria The awards will be based on the lowest cost for a hypothetical one-hour project using one Master, one Experienced Electrician, and one Electrician's Helper based on cost oflabor, profit, and overhead and the evaluated experience of the proposers. For actual work after contract award, cost of materials will be proven by submittal of invoices (in amounts that exceed $250.00). Page -4- F) Response Time and Hours of Work AGENDA ITEM# 4B JANUARY 11, 2016 Contractor must be available to respond to calls on a 24-hour/7-day per week basis. Contractor must be able to respond on-site within 2 hours of receiving a call for assistance in emergency situations and 24 hours in non-emergency situations. III. GENERAL REQUIREMENTS The City intends to apply very strict requirements for timely and accurate work with additional and more specific requirements as will be necessary. A) The City's Right to Use Other Electrical Contractors The City reserves the right to provide for additional services from other electrical contractors, if the City deems necessary. If the City elects to exercise the right, the contract covered by the bid shall remain in effect as regards all terms, agreements, and conditions without penalty to diminution of ongoing electrical services as contained therein and previously provided by the successful contractor. B) Payment for Services Payment will be at the hourly rate for labor including overhead and profit plus direct costs of materials plus mark-up on materials. Contractor's invoice will include itemized description of hours (date, start and end times, total hours) worked by individual and classification, cost of materials with invoices attached for items specifically ordered, and a final total. The total amount of the invoice shall be paid within 30 days upon receipt of acceptable invoice. C) Emergency Callouts Emergency callouts shall be at double the regular hourly rate after 6:00p.m. and before 7:00a.m., and all weekends and holidays. Holidays included are: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Eve and Christmas Day. Emergency callouts shall be for a minimum of two (2) hours on weekdays, four ( 4) hours on weekends or holidays. D) Travel and Mileage Costs There will be no reimbursements or compensation for travel or mileage. Page -5- ANNUAL CONTRACT AGENDA ITEM# 4B JANUARY 11, 2016 ELECTRICAL TROUBLESHOOTING, REPAIR AND INSTALLATION BID SUMMARY FORM-BID NO. 1516-04 DESCRIPTION A Master Electrician (I hour at regular hour rate) $ B Experienced Electrician (I hour at regular hour rate) $ c Electrician's Helper (I hour at regular hour rate) $ D Subtotal (Total Sum A thru C) $ E Overhead & Profit Rate % % F Cost for Overhead & Profit($)(= D x E) $ TOTAL COST (= D +F) $ G Proposed Mark-up on Material % BIDDER'S INFORMATION: By: __________________________ _ BIDDER Name, Title BIDDER ADDRESS SIGNATURE CITY, STATE AND ZIP CODE TITLE BUSINESS TELEPHONE BUSINESS FAX DATE EMAIL Page -6- C ITY OF ATLANTIC BEACH BID NO. 1516-04 DOCUMENT REQUIREMENTS CHECKLIST AGENDA ITEM #48 JANUARY 11,20 16 ALL REQUIRED DO CUMENTS, AS LISTED BLLOW , MUST BJ: SUBM ITTED rN BID PACKAGE AT BID OPENING AND rN THE SAME ORDER AS LISTED BhLOW 0 Bid Submitted in Triplica te. 0 Signed co py of Doc um ent Requireme nt s Check li s t. 0 Co mpl eted Bid Form . 0 Insurance Ce rtificat es naming the City of Atlantic Beach as Certi ficate Holder, sho wing they ha ve ob tained and will continue to carry Workers' Co mpen sation, Public and Priva te Liability and Property Da mage Insurance during th e li fe of the contract. 0 Comp leted Dru g Free Workp lace Form . 0 Sign ed docum e nt on Public Entit ies Crimes. 0 New Ve ndor Information Fonn. 0 Ponn W-9. 0 Tlu-ee (3) posi tive references from companies o.r ind ividu a ls for whom th e bidder ha s co mpl eted wo rk durin g the past 12 month s, of a comparable size and nature as tlli s project. The Ci ty of Atl antic Beach may not be one of th e three required references. References to include fax numb ers and e-mail addresses . 0 Proo f of B usiness Tax Receipt and Co ntracto r's licenses. Cl Doc um entati on of Ma ster Elec tri c ian Cert ifi cation by North Florid a Building Trades Association in Indu strial Motor Co ntrol school in Water/Wa stewater Treatment Facilities. 0 Documentation o n Mas ter Elec tric ian graduation fro m State approved apprenticeship program and training in indu stri al eJectri city. 0 Clien t li st with ev id ence of5 years ex perienc e w ith Wate r/Was tewater facilitie s. 0 Written co nfinnation of receipt of any addenda. The above reqtlirements have been noted and are understood by bidder. 1 unders tand tbat failure to s ubmit an item list ed above may result in rejection of this b id . SiGNE D: -----------PRIN T: ------------- CO MPANY: --------------ADDRESS : ------------- PHONE: ------------FAX: ----------------- E-M AIL: ------------------DATE: -----------