Loading...
Exh 4EAGENDA ITEM #4E SEPTEMBER 9, 2002 CITY OF ATLANTIC BEACH " CITY COMMISSION MEETING STAFF REPORT ~'"' _ ~_ ; AGENDA ITEM: Design/Build Replacement of Diesel Fuel Storage Tanks at Wastewater ~*± Treatment Plant No. 1 ` - RFP and Bid No. 0102-23 SUBMITTED BY: Donna Kaluzniak; CEP, Utility Director ~V~ DATE: ,; t August 30, 2002 ~^ BACKGROUND: During a recent inspection at Wastewater Treatment Plant No. 1 (1100 Sandpiper Lane), the Regulatory and Environmental Services Department (RESD) informed "' City staff that two of the existing 1200-gallon, above ground diesel fuel storage tanks for the emergency generators no longer met DEP requirements. The tanks were installed in 1986, .: and did not have an interstitial space within the walls to allow for monitoring of potential ~ "° leakage. Per direction from RESD, the tanks had to be taken out of service immediately and officially closed. Two small temporary tanks are currently being used, however, these tanks do not have required capacity in the event of any lengthy power outage. .,~, in order to save on costs and expedite the work, staff advertised adesign/build project to replace the tanks. Contractors were encouraged to provide any innovative ideas or options, """" including replacing both tanks with a single tank, reconstructing the existing tanks or replacing both tanks. Similar to several previous design build projects, the contractors were directed to submit technical proposals, which were scored by staff prior to receipt of bids. ~- Bid award is based on the lowest adjusted score, which is the base bid divided by the technical score. Nine proposals were received on August 23, 2002, and were evaluated by staff and awarded technical scores. Seven bids were received on August 28, 2002. Bid amounts, technical scores and adjusted scores were as follows: ~"'" ~, Contractor Base Bid Technical Score Adjusted Score Ind-Mar $45,000.00 48.67 924.59 K.C. Petroleum $29,558.00 67.00 441.16 MDM Services, Inc. No Bid 67.33 MGI, Inc. $54,056.00 75.00 720.75 Moran Environmental Services, Inc. (Proposal l ) $36,765.00 8332 441.25 Moran Environmental Services Inc. (Proposal 2) $60,355.00 84.00 718.51 Petro ac Solutions $66,4.86.00 8134 81738 Phoenix Products X29,600.00 84.33 351.00 W.W. Gay Mechanical Contractor, Inc. No Bid 75.67 or-s ~, The firm with the lowest adjusted score was Phoenix Products, with a bid in the amount of $29,600. ~"""' ,, ~; 1 it AGENDA ITEM #4E SEPTEMBER 9, 2002 ' ~+ " ` BUDGET: No funds were budgeted for the project, as the requirement to replace the existing tanks was not expected. Funds for the work are available in the sewer fund, as ~^+ projects awarded to date were $211,000 under budget. RECOMMENDATION: Award the contract for Design/Build Replacement of Diesel Fuel ~* Storage Tanks at Wastewater Treatment Plant No. 1, RFP and Bid No. 0102-23 to Phoenix ' Products in the amount of $29,600.00. ~"' ATTACHMENTS: 1. Bid Tabulation 2. Request for Proposal .0102-23 ~* ;U A.• ~"^ ,,.,, ~. a-. ~. 2 F ;~ .+ 4~4 f+*~ a : i ~, .; ~- s .,. N Y $: Z H W ~. _~ Q a r - J r W = s~ i ' ( j~Z Q I- €_ ~ m W Z N H ~ ~- N ~ zwwrn ~ Q i ~~ n az~ ~- w W ~ Ogi-¢ F-CwJ¢ g ~ U _a Q w ~q p J OD Z C7 ~ ~ w ,o E M ' N N O 0 0 0 0 0 0 o 0 M M o a xm o o 0 ~ 0 o o 0 v 0 ~,: ~ ~ ~ 'p K X X X X X X X ~ r N CO CO ~ n'f L O as EH Gf? ff- 0 0 0 0 v ao 00 O N O <`? c? ~ C lf) N N M O N O M M f~- r Q. O ~ ~ X X X X X X X )C ~,Nj ~ N ~ O a ° ~ ~ ~ ~ < n 0 0 0 0 O r '.i ~~ N O O O O ~ O ' O C ~ ~ ~ GO Or 0 C m C j ` X X X X X X X X M ~ ~ ~ f d C7 O ^ p '"~ O U 69 b09 C ~ W ~ O O O O N t(') ~6 r 0 0 0 0 M N ~ O O t!7 ~ M r M ~ ~ ~ O ~ `p G j X X X X X X X X ~ ~ ~ M ~ O U (f3 Efl C ~ W ~ 0 0 0 0 0 0 i4 O O O O O h V O O f0 O 0 0 ~ ~ R O N GOD 0 ^ ti aI ~ ~ ~ ~ ~ r2 ~ X X X x X X X X ~ ~ C N 0 0 0 0 O ~p 0 0 0 0 O r O = O O ~ 00 ~ ~ N- O r O tp C ~ Y N ~C lC X X X X X K " ~ ~ ~ 0 , a~ a 0 0 0 0 n. o~ 0 0 0 0 m ug N 0 0 0 0 00 ~ ~~ X X X X X X X X ~ ~ ~ ~; =~ M r ; fA ' ; W "~ r H N_ ~ Y U d) w t U J m U ~ v Q E .~ ~o W N v o m ~ c o O a~` 'p., a O ~ w ~ d , O a ~ a ~ ~ E U o "~ ~ m ~ V ~ ~ ~ • ~ ~ ~ W :. z ~ ~ ~ LL c a~ , ~ a m x v ~ ~ ~ ~ ~ •d v ~ W w 'o v O W .o ~ 0 ~ ~ 4 ~ I- c m ~«- o rn -'~ o a ~ ~ ~ ~ a ~ ~ V c o ' ~' lS' c ° E o g m ~' o g ~ ~ 0 , n o- N u . ~ C ~ ~ ~ m C N ~ ~ O ~ LLj ~ ` Q ~., .', ~ ~ O ~. Q C O • N 0 U -a y T l6 Q C m m ~ a i 0 c 0 N v. ' ~ m z W Z ~ _ z W Q O r G 0 0 W m J N O a O a 0 ~, >, ; AGENDA ITEM #4E SEPTEMBER 9, 2002 ~. , CITY OF ATLANTIC BEACH REQUEST FOR TECHNICAL PROPOSALS AND :' PRICE PROPOSALS (BIDS) NO.0102-23 PROFESSIONAL ENGINEERING ~'"",' AND CONSTRUCTION SERVICES DESIGN/BUILD REPLACEII~IENT OF DIESEL FUEL ~ STORAGE TANKS AT WASTEWATER PLANT NO. 1 r July 17, 2002 ~, The .City of Atlantic Beach is soliciting for technical proposals and price proposals (bids) for the ~, above design-build project to replace two existing 1200 gallon diesel fuel tanks for emergency generators at Wastewater Treatment Plant No. 1, located at 1100 Sandpiper Lane, Atlantic ^^^ Beach, Florida 32233. Because this is a design-build project, there will be two separate submittals: ,~• rv = Technical Proposals {RFP No. 0102-23): Three (3) copies of the technical proposal(s) are to be delivered to Ms. Donna Kaluzniak, CEP, Utility Director, 1200 Sandpiper Lane, Atlantic Beach, FL 32233 no later than 4:30 p.m., Wednesday, August 21, 2002. The package shalt be marked: "RFF #0102-23 DESIGN/BUILD REPLACEMENT OF DIESELFUEL ~. STORAGE TANKS AT WASTEWATER PLANT N0.1-TECHNICAL PROPOSAL." ~ ,, Technical proposals shall meet the proposal requirements stated in Sectian 2.0 of this Request for °~^ Proposals (RFP), and shall be evaluated on the criteria as stated in Section 3.0 of this RFP.Each proposal will he evaluated and awarded a TECHNICAL SCORE prior to receiving price proposals. ~, N4 COST OR PRICING INFORMATION IS TO BE INCLUDED WITH THE TECHNICAL PROPOSAL. TECHNICAL PROPOSALS THAT CONTAIN PRICING -~ INFORMATION WILL BE DISQUALIFIED: ~. ~, Price Proposals Bid No. 0102-231: Each Design/Builder shall submit three (3) copies of the price proposal (bid) corresponding to their technical proposal in a separate, sealed package to the Purchasing Agent, 800 Seminole Road, Atlantic Beach, FL 32233 no later than 2:30 p.m. on *^~ Wednesday, August 28, 2002. The package shall be marked: "BID #0102-23 - DESIGN/BUILD REPLACEMENT OF DIESEL FUEL STORAGE TANKS AT WASTEWATER PLANT NO. 1". Thereafter, at 3:00 p.m., the price proposals will be opened at City Hall Commission Chambers, 800 Seminole Road, Atlantic Beach, FL. AT THE BID OPENING, TECHNICAL SCORES WII.L BE ANNOUNCED FOR ALL TECHNICAL PROPOSALS RECEIVED, AND THEN PRICE PROPOSALS WILL BE ' OPENED. PRICE PROPOSALS RECEIVED WITHOUT PRIOR SUBMITTAL OF A ,,,~ TECHNICAL PROPOSAL WILL BE DISQUALII~'IED. 1 ~: , €. , sew ;. -: t i AGENDA ITEM #4E ; SEPTEMBER 9, 2002 _ i a. ~a ~. ~' ,. '~" ~ 1.0 PROJECT INFORMATION 1.1 PROJECT NAME ~, DESIGN/BUII::D REPLACEMENT OF DIESEL FUEL STORAGE TANKS AT ~,., WASTEWATER PLANT NO. 1 ` "' 1.2 PROJECT LOCATION .~ The project is located at the City of Atlantic Beach Wastewater Treatment Plant No. 1, 1100 ,Sandpiper Lane, Atlantic Beach, FL 32233: ~'" 1.3 .PROJECT DESCRIPTIQN ~'""' The City of Atlantic Beach is requesting qualifications for adesign/build replacement of two recently closed existing 1200 gallon above ground diesel fuel storage tanks for emergency generator units at Wastewater Treatment Plant No. 1, with associated piping, dispensing systems, leak detection, monitoring, spill protection, alarms and necessary appurtenances. Replacement • ~ may consist of a single 2400 gallon above ground tank or two 1200 gallon above ground tanks. Fuel delivery system and must be in conformity with Caterpillar specifications to provide fuel to the two existing Caterpillar diesel emergency generators. ~` ,.,,, The prospective Contractor shall submit information in the technical proposal as noted in Section ` 2.0 of this RFP. The ability to design, permit and construct the tank or tanks a timely manner is important to this project. Proof of the ability to perform all aspects of the work in conformance t-. ~ with requirements of Florida Administrative Code (FAC} 62-761 Petroleum Storage Systems is of the utmost in consideration of the prospective proposal. Contact with key department staff prior to submitting a proposal is encouraged. A site visit wild be required prior to submitting a ~+ proposal. Appointments can be made by contacting Ms. Donna Kaluzniak, Public Utilities ~ Director, City of Atlantic Beach, at 904-247-5834. Key staffmembers involved in the project are: ""° Donna Kaluzniak, Utifity Director 904-2475$34 Bi:' .. Tim Townsend, Special Projects Manager 904-247-5839 Hang McNally, Plants Division Director 904-247-5838 .~ - This specification covers the design, permitting, registration, supply and installation of a complete diesel fuel storage and dispensing system or systems for emergency generators to include any ~' needed secondary containment, cathodic protection, leak detection, monitoring, alarms and spill or overfill protection methods to meet all Department of Environmental Protection regulations including FAC b2-761. r, 2 ~. AGENDA ITEM #4E SEPTEMBER 9, 2002 I .~ n I.3.1 .SCOPE y In general, the work specified in this section includes furnishing all labor, equipment, material and services necessary to design and install a complete fuel storage system or systems to '"~" receive, store and deliver fuel to two (2) emergency diesel. generators including all fees, charges and permits and registrations necessary. y 1 1.3.2 GET~RAL REQUIREMENTS . ~„ ~„~ a. .Intent - It is the intent of these specifications that the Contractor furnish the new system installed, with all needed piping and appurtenances, ready to fuel and operate " " the two emergency generators. ' ... ;. b. Meetings -After the contract is awarded, the Contractor shall attend a ., preconstruction meeting with the City's representatives prior to providing the final ~-. system design submittals. This meeting will be held at the Conference Room. at 902 - Assisi Lane, Atlantic Beach. ~^" c. Submittals -Three copies of submittals shall be supplied for the City's approval. This 'approval must be given before any equipment can be delivered to the job site. °" _ d. O&M Manuals -Three copies of O&M Manuals shall be supplied for all equipment supplied. All design drawings, piping and wiring diagrams will be supplied in AutoCAD 14 or higher format with complete notation. s e. Equipment Limitation -All equipment furnished under this section of the specifications shall be new and unused. E `~ ` e. Sully ofEquipment -The contractor shall be required to have capability to handle ,,,,,, complete system installation. f. Guarantee -The Contractor shall furnish to the City a written one-year guarantee ,~ covering material and workmanship for all installation, materials, equipment and parts supplied under this contract. The guarantor will, upon notice, without undue delay, and without expense to the City, repair or replace any equipment considered defective by the City within this period. The one-yeaz guarantee period will be extended on repaired or replaced parts to one year from the date of acceptance of the repaired or replaced parts. ~* ~. r~ 3 p . 1.3.3 EQUII'MENT ~"'" Contractor shall provide specifications for proposed equipment for complete dzesel fuel ~ ~ _ storage and dispensvng system(s). Equipment shall meet a1I performance standards for above ground storage {AST) Category-C systems as required by FAC 62-761.500 (1), 62- ~' 761.500 {3), 62-761.600, 62-761.610, and 62-761.640, and be in conformity with Caterpillar specifications to deliver fuel to the two existing Caterpillar emergency generators. 1.3.4 SITING '' Contractor shall include a preliminary site plan in the proposal, in accordance with FAC 62-761.500 (1)(a). Note that there is a community water supply well located at the 1100 ~, Sandpiper Lane facility. 1.3.5 INSTALLATION TESTING ~ deficienc es corrected. All functions of thel sdstemipment tests shall be conducted and any y shall be demonstrated to the ~'^ satisfaction of the City, and shall meet FAC 62-761 requirements. 1.3.5 START-UP AND TRAINING .~. Contractor shall be present during system start-up, and after successful start-up, the Contractor shall conduct a complete training program for owner-selected personnel The ~" training shall include operation, preventative maintenance, and troubleshooting instructions relative to all components of the system provided. All manuals, documentation and .licenses shall be turned over to the City after the training. 1.4 OTHER PROJECT REQUIREMENTS A 5% Bide Bond will be required to be submitted with the bid. Payment and Performance Bonds must be submitted after the contract is awarded. r 1.5 CONTACT ''^ Any questions regarding this project should be directed to Ms. Donna. Kaiuzniak, Utility Director, ~. a at 904-247-5834 or through a-mail at dkaluzniakna,ci.atlantic-beach fl us P-. ~' 4 y AGENDA ITEM #4E SEPTEMBER 9, 2002 ,~ 2.0 TECffi1TICAL PROPOSAL REQUIREMENTS ,~„ 2.1 GENERAL Each Firm, or .,Contractor, being considered for this project is required to submit a Technical Proposal, demonstrating the Firm's understanding of the project information as described in Section 1.0 of this RFP. The Technical Proposal shall include sufficient information to enable the City of Atlantic Beach (City) to evaluate the capability of the Firm to provide the desired services. "" The data shallbe significant to the project and shall be innovative, when appropriate, and practical. Discussions of past performances on other projects shall be minimized except as they relate to the proposed work. Items A, through E. shall be included in the Technical ~' Proposals. Properly reference each of the items A. through E. as they appear in the proposal: A. APPROACH AND UNDERSTANDING OF THE PROJECT ~ The Contractor shall present a plan for completing the specified work. The efficient use of manpower and materials shall be considered. Innovative approaches for providing services may be discussed in the Proposal. Contractors may submit more than one proposal, however, each proposal shall be identified and submitted separately and will be evaluated as such. The Contractor must adequately identify corresponding price proposals. B. SCHEDULE OF EVENTS A summary progress schedule of anticipated major milestones and their associated phasing with other activities shall be provided in the Proposal. Time is of the essence in completion of this project. .; r-^ At a minimum, .this schedule must address the following items: • Anticipated Award Date (September 9, 2002) .. • Preconstruction Meeting. • Design Schedule. • Design Review/Approval Milestones Start of Construction -,, • Substantial Completion Date • Startup and Training • Final .Completion Date for all Work* ~. ~; µ *These dates shall become calendar date for completion of the contract (or part of the ~"'! 5 e^+ AGENDA ITEM #4E ;. SEPTEMBER 9, 2002 ,; eontract), modified by approved extensions of time. ~3 ~" C. QUALIFICATIONS AND STAFFING PLAN ~,,,,, The Contractor shall provide information to demonstrate the firm's capability to perform the ~ ` design and constnzction work as follows: .~ 1. ~ The Contractor shall submit a summary of qualifications, including number of years the firm has performed similar work, and a list. of similaz past projects. The Contractor shall submit proof of experience in the design, permitting and '^" installation above ground fuel storage systems. Contractor shall provide a copy of i current contractor's licenses and certifications. ~" 2. The Contractor shall submit positive references, including fax numbers, from at least five governmental agencies or companies who contract with the firm for design and installation of above ground fuel` storage tanks and fuel delivery ~-, systems. ,~,, 3. The Contractor shall submit copies of their certified financial statements for the last two years. 4. The Contractor shall submit written proof of insurance to serve Atlantic Beach. Required level of insurance can be obtained from the City's Purchasing Department. ` 5. The Contractor shall have a Workers' Compensation Insurazice Experience Modification Rating {"X-Mod") of 1.0 or Less, or a three-yeaz average X-Mod of 1:0 or less. 6. The Contractor shall submit a staffing plan that clearly illustrates the key elements ~'' of the organizational structure proposed to accomplish the management, design, technical, construction, and administrative services required. Project *~ management and key personnel within each area of required services shall be identified and past experience of each, as related to this project, shall be discussed. Other items to be included in the discussion of the staffing plan are: F • Man-loading requirements for all technical services. • Man-loading capabilities for team firm{s). • Man-loading availability for the project. ~.., D. PROXIMITY ~, 6 ~"^ ~. AGENDA ITEM #4E ~*'" - SEPTEMBER 9, 2002 ~. Location of the design and construction and support team members shall be noted. Firms being considered for this project may have more than one office location. The office assigned responsibility for the work shall be identified in the Proposal. If different elements of the ,. work will be done at different locations, those locations shall be listed. Local on-site support " " must be available within 24 hours after receiving a request. E. ABOVE GROUND FUEL STORAGE SYSTEM PROJECT COMPONENTS Preliminary design plans included with the Proposal shall include the following minimum information: '"'" 1. Preliminary site and piping plan. ~: 2. Specifications for fuel storage tank, piping, monitoring, and appurtenances. 3. Information on system maintenance and repair: a. .Parts and equipment availability b. Troubleshooting and diagnostic methods ,,,,~, c. Ease of maintenance, troubleshooting and repair d. Typical annual maintenance and repair costs (Note: NO price information for design or installation of the system can be included) e. Support availability and response times w ' 4. General plan and technical discussion of project components showing the following: "'" • Materials of construction • Electrical or electronic equipment • Methods to minimize interference with system operations during ~' installation_ ~ ' • Coordination with City and/or other agencies ,~ _ • Training 6: k .. F .. _. /meA r.. 'c :.. ~.. w. ,., ~. ,,: AGENDA ITEM #4E ~,,, SEPTEMBER 9, 2002 ~,;, ~. ~"""" ~ , ~ , ~"'' 3.0 TECHNICAL PROPOSAL EVALUATION CRITERIA F The Technical Review Committee shall review the Proposal submitted by each firm and shall establish a technical score for each firm based on the following criteria. Each item shall be scored " and weighted as follows: ITEM A. ~ ' B. C. """„ D. E. - WEIGHT MAX. WEIGHTED SCORE APPROACH AND UNDERSTANDING OF PROJECT 20% 20 SCHEDULE 10% 10 QUALIFICATIONS AND STAFFING PLAN 25% 25 PRO~NIITY 15% 15 FUEL STORAGE SYSTEM PROJECT COMPONENTS 30% 30 TOTAL MAXIlVIUM SCORE.... 100 ~„ 4.0 FINAL SELECTION OF DESIGNBUII.DER E, ` Technical proposals will be evaluated and scored. Technical score results will be placed in a •~• sealed envelope until the bid opening date. Technical scores will be read publicly at the bid opening, just prior to opening the sealed price proposals (bids). "~' After the Bid Analysis has been completed, City staffwill compute the adjusted score, by dividing each DesignBuilder's base bid price by the score received on the Technical Proposal Evaluation Form. The City's intent is to recommend an award to the DesignBuilder with the lowest adjusted score. However, the City reserves the right to recommend any award ` ' deemed in the best interest of the City. An example of how the adjusted score will be computed is as follows: e.., DesignBuilder Price Proposal Technical Score Adjusted Score p A - $95,000 90 1055 B $90,000 80 1125 "" C $85,000 70 1214 ~, Unless all proposals are rejected, City staff intends to recommend that the City Commission ~"'' approve an award to the DesignBuilder with the lowest adjusted score. However, the City reserves the right to reject all proposals, waive technicalities or informalities, and award the contract believed to be in the best interest of the City. ~, .. ,, ~., 8 ,,, k'° 5.0 PRICE PROPOSAL REQUIREMENTS F- ~, .~^+ 5.1 GENERAL Each DesignBuilder shall submit three (3) copies of the Price Proposal (bid} in a separate sealed package to the Purchasing Agent, 800 Seminole Road, Atlantic Beach, FL 32233 by Wednesday, August 28, 2002 at 2:30 p.m. for the DESIGNBUILD REPLACEMENT OF DIESEL FUEL STORAGE TANKS AT WASTEWATER PLANT NO. 1, BID NO. 0102-23. 'Thereafter, at 3:00 p.m., the bids will be opened in the City Hall Commission Chambers, 800 Seminole Road, Atlantic Beach, Florida. ~"`' Bids shall be enclosed in a sealed envelope endorsed "BID NO. 0102-23, DESIGNBUILD REPLACEMENT OF DIESEL FUEL STORAGE TANKS AT WASTEWATER PLANT NO. 1, TO BE OPENED AT 3:00 PM, WEDNESDAY, AUGUST 28, 2002." Each Price Proposal must "~" identify by title the corresponding Technical Proposal. If more than one proposal is submitted by ` any one Contractor, corresponding technical and price proposals must be adequately identified. All price proposals will be opened in a scheduled public bid opening, after evaluation of the Technical Proposals has been completed.. ~_ E , Design-build projects are bid lump sum and are paid through a payout schedule based on major work items or tasks. The Firm's price proposal shall include the lump sum base bid price, and a schedule of values with a detailed cost breakdown for all major items (for '~ progress payment purposes) per Section 5.2. This breakdown of major components or tasks shall be consistent with the major tasks/functions used in the payout. The City shall ,~, determine to either make progress payments based on: a) work accomplished during a specified period of time (i.e., monthly), b) specific tasks completed, c) or both. ' S.2 PRICE PROPOSALBREAKDOWN '"°"'' Each DesignBuilder shall submit a Price Proposal Breakdown, using the format shown below. ~ - Attach a detailed Schedule of Values. Provide units, quantities, unit prices, and total prices for each item of cost in the Schedule of Values for construction work, The quantities provided on the Price Proposal Breakdown will be the basis for verifying monthly ~, pay requests, as well as the base from which to make adjustments to the Contract amount due to -changes requested by the City. 9 AGENDA ITEM #4E SEPTEMBER 9, 2002 TRIPLICATE 1 : BID FORM ~'~ ` FOR DESIGN/BUILD REPLACEMENT OF DIESEL FUEL STORAGE TANKS AT WASTEWATER PLANT NO. 1 ,~„ CITY BID NO. 0102-23 CITY OF ATLANTIC BEACH, FLORIDA k.:_ SUBMITTED BY: DATE:. The undersigned, as Bidder, hereby declares that the only person or persons interested in the proposal as Principals is, or are, named herein and that no other person that herein mentioned has `"~"' any interest in this proposal or in the contract to be entered into; that this proposal is made without connection with any other person, company, or parties making a bid or proposal; and that it is in alI respects fair and in good faith, without collusion or fraud. ..., i The Bidder further declares that he has examined the site of the work and informed himself fully in regard to all conditions pertaining to the places where the work is to be done; that he has ~, examined the specifications for the work and contractual documents relative thereto, and has read ` °' all special provisions furnished prior to the opening of bids, that he has satisfied himself relative to ~,,, the work to be performed. The Bidder proposes and agrees, if this proposal is accepted, to contract with the City of Atlantic ,,.,, Beach, Florida in the form contract specified, to fixrnish all necessary materials, equipment, machinery tools, apparatus, means of transportation and labor necessary to complete the contract in full and complete in accordance with the shown, noted, described, and reasonable intended requirements of the plans and specifications and contract documents to the full satisfaction on the contract with the City of Atlantic Beach, Florida, with a definite understanding that no money will be allowed for extra work except as set forth in the attached general conditions and contract documents, as follows: t , A._ Bid Schedule ~* 1 ~ ~. AGENDA ITEM #4E SEPTEMBER 9, 2402 r^* ,, " = The project consists of design, construction and installation of to replace existing diesel fuel above ~,,, ground storage tanks and systems at Wastewater Treatment Plant No. 1 for the City of Atlantic Beach. Only one (1) contract will be awarded. All entries on the proposal must be typewritten or ' printed clearly and in ink. Bidders must insert extended total item.. prices computed from ,~„ quantities and unit prices in the schedule of values. In case of errors in extensions, unit prices will a. , govern. ,. , ~, .-~ ~.: ~+ ~. ..~ i $: t""! a ~"^ A ,; s~* k; ~'. ~^ t.. ... 4 i. 11 .' _ AGENDA ITEM #4E SEPTEMBER 9, 2002 ~, .*~ ~'"' Description of Work -Base Bid 1. Services: Design/Builder's Design Services k: ; TOTAL SERVICES ,~., 2. FeeslPermits Costs: ~: m, List all fees and permits, and state the cost for each. .~, ~; b ~ TOTAL FEESlPERMITS ~"" 3. Construction: Attach a detailed Schedule of Values identifying all major trades, materials, b and line items of cost. Identify Manufacturer and Supplier for all materials and equipment. For any work subcontracted, note type of work and name of ,., subcontractor. TOTAL CONSTRUCTION TOTAL LUMP SUM BASE BID PROJECT COST (PRICE PROPOSAL) (Add Items 1, 2 ,. and 3): _ ~.~ $ r^ €; ~~ ~-, - 12 ~„ ,: AGENDA ITEM #4E SEPTEMBER 9, 2002 r Accompanying this Bid is a certified or cashier's check or a bid bond in the amount of 5% made k payable to the Owner which may be forfeited as liquidated damages if, in the event this proposal is accepted,. the undersigned fails to execute the Agreement and furnish and pay for the required "" performance and payment bonds for the Owner within 10 days after acceptance of the Bid; g, otherwise said certified or cashier's check or bid bond will be returned to the undersigned. The undersigned Bidder agrees to commence work within 10 days after the date of written Notice to Proceed, and further agrees that substantial completion the work shall be within the time frame as defined in the Technical Proposal and agreed to by the City, after written Notice to Proceed. ~' The Bidder. agrees that this bid shall be good and may not be withdrawn for a period of 90 days ~` after the opening of bids. The Bidder understands that the Owner reserves the right to reject all bids, and to waive informalities in the bid. The Bidder further proposes and agrees to commence work under his contract on a date to be specified in a written order of the Owner and shall °' '' complete all work there under within the time schedule in the Form of Agreement. ~* The undersigned further agrees to forfeit to the Owner, as liquidated damages for each calendar ~, day elapsing between, the date established as the date of final completion for the work and the ~.., actual date of final completion for the work, the amount of $300.00 per calendar day. ,. Addendum Receipt: Bidders shall acknowledge below the receipt of all addenda, if any, to plans -and specifications. ~:; ~, ADDENDUM NO. DATED ~•, ADDENDUM NO. DATED ~ "' ADDENDUM NO. DATED ~~ ADDENDUM NO. DATED Signature Title (typed) ~, ~, ~+ ~. ~., ~: ...,, 13 _ ~; _ _AGENDA ITEM #4E SEPTEMBER 9, 2002 ~+ RESPECTFULLY SUBMITTED: ~_ Signature Street Address ~:;, ~: ~'"' Title ~ ~ City State Zip """ License Number Telephone Number ~; (If Corporation, President, Secretary and Treasurer ~+ _ identification.) -~ SEAL (if Bid is by a Corporation) . ~: _ __ ~, ; Attest Attachments: F Equipment and Material List Subcontractor List A'""' Items as listed in the Documents Requirements Checklist ~. ,, ~; w r- ~. ~.-, ~^* 14 ;. k... <: AGENDA ITEM #4E ~ SEPTEMBER 9, 2002 ~. ..~ 5.3 BID SECURITY F.-, a} Each Bid shall be accompanied by a cashiers check drawn on any State or National ;Bank in Florida, or an acceptable Bidders Bond, payable unconditionally to the 'Owner, in an amount of five percent (5%} of the amount of the total Bid. b) Failure of the successful Bidder to enter into the Contract in accordance with his ~"`', Bid, or failure to furnish the required bonds will be just cause for an annulment of w ° the award with the amount of the bid security being forfeited to -the Owner as liquidated damages, not as a penalty. ~-, c) Should a Bid Bond be used, acceptable Surety companies shall be determined from ~,, the latest United States Treasury Department's list of companies holding certificates of authority as acceptable Sureties on Federal Bonds. d) The Owner may retain the bid security of those Bidders to whom an award may be considered until successful execution of the Contract and bonds, or until all Bids have been rejected. 5.5 OTHER DOCUMENTS TO BE SUBMITTED WITH PRICE PROPOSAL a) W-9 Form b) Drug Free Workplace Form ~.,, c) Public Entity Crimes Form d) Verification of receipt of any addenda ` ` e) Signed copy of Documents Requirements Checklist ~, r- ~- _ . 15