Loading...
Exh 4B4 • ~ f~ AGENDA ITEM NO. ~ ~,B ~ DATE: 5-/0-99 ~, CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM: Recommendation of Award to InsituForm Technologies, Inc. for Lining Sanitary Sewers and Wetwells at Various Locations, City Bid No. 9899-21 SUBMITTED BY: Robert S. Kosoy, P.E., Public Works Director °i~~ DATE: May 4, 1999 BACKGROUND: This project is to repair old, leaking sanitary sewer mains and manholes in the areas near Lift Station "B" on 11`~ Street and Lift Station "C" on Donner Road. These are presently the worst areas for infiltration of rainwater into the sanitary sewer system. Also included in the project is the lining of deteriorated wetwells at the Selva Norte Lift Station, and the West End Lift Station. During a routine inspection of the sewer system this year, we found three manholes on Sea Oats Drive which were extremely corroded and in need of immediate repair. Lining of these three manholes was ~, added to the bid specifications. Bid packages were sent to seven firms, and three firms submitted prequalification packages. The following three firms were notified that they met prequalification requirements: Gri:~cr's Pipeline Services, Inc. InsituForm Technologies, Inc. Lanzo Lining Services, Inc. Bids for Lining Sanitary Sewers and Wetwells at Various Locations were received by the Awards Committee on Apri121, 1999. Only one bidder, InsituForm Technologies, Inc. submitted a bid, in the amount of $239,305.00, which includes a 10% contingency. The bidder submitted the required documents with the bid package, including a 5% Bid Bond. The other two prequalified bidders declined to bid. A representative from Lanzo Lining Services stated they were not interested due to the number of manholes to be lined, as most of their profit is made from sewer main lining. Griner's representative stated the small number of lift station wetwells to be lined made the job less attractive to them. Funds for this project were budgeted in the capital improvements budgets for the Atlantic Beach and Buccaneer sewer utilities in the amount of $210,000.00. A total of $16,400.00 is available for unanticipated expenditures in the Buccaneer operating budget to use on this project. A transfer of l $ i 2,905.00 from reserves will be required to completely fund the work. Alternatively, the entire shortfall of $29,305.00 could be transferred from reserves in order to leave funds in the operating STAFF REPORT May 4,1999 Page No. 2 ~'. budget for emergency use. RECOMMENDATION: Approve the bid of InsituForm Technologies, Inc., for Lining Sanitary Sewers and Wetwells at Various Locations, Bid No. 9899-21, in the amount of $239,305.00, authorize the City Clerk to send notification of award to the low bidder, and authorize the City Manager to sign the construction contract. Authorize a transfer from reserve funds in the amount of $29,305.00 for completion of the project. ATTACHMENTS: 1. Copy of Bid submittal from InsituForm Technologies, Inc. 2. Bid specifications on file with City Cler REVIEVYED BY CITY MANAGER: AGENDA ITEM NO. ~` fdPR-20-99 11:28 AM PURCHASING ATLANTIC 8CH 904 2473819 P.02 ~' CITY OF ATLANTIC BEACH INVITATION TO SID BID N0. 9899-21 DOCU`~NTS REQUIREPI~NYS CHECKLIST t II~^ Bid Bond in the amount of 5X of the bid. l~ / , ORIGINAL Insurance Certificates (copies, Xeroxes, or facsimiles are UNACCEPTABLE}, naming the City of Atlantic Beach as Certificate Holder, showing they have obtained and will continue to carry Workers' Compensation, public A F F •-"~ ~- = * and private liability, • xnd proporty damago • insurance r~ during the life of the contract. / ' ~~~ Three (3) references from companies or individuals for whom the bidder has completed work durins the past 12 months, of s comparable size and nature as this project. However, naming the City of Atlantic Beach as a reference on past completed pro~eets is UNACCEPTABLE. Jt~- ~Z- _ Qv~`11-ICda--tTf..1 ~~ Proaf of Contractorte License(s) for Proof of Undereround Utilities Licence(s). (Copies ARE acceptable) r-~ s --~ i Signed copy of Dacunents Requirements Checklist. ./ ~~, Bid submitted IN TRIPLICATE. The above re iirements have been noted and are understood by bidder. SIGNED: (Bidder or Agent) DATE: ~-- Z` Q~'~ . BID N0. .•_ _ Q ~~ ~ -Z~ SUBMIT IN TRIPLICATE BID FORM FOR LINING SANITARY SEWERS AND WETWELLS AT VARIOUS LOCATIONS CITY BID N0.9899-21 CITY OF ATLANTIC BEACH, FLORIDA SUBMITTED BY: 1 1.151TV ~o2~N1 1 ~ 1.SpLf~(~I [S j '~, DATE: ~_- 2.~ -c1~( 1 loll ~~ ~~~~~ ~ ~ . 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 all respects fair and in good faith, without collusion or fraud. 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 plans and 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 furnish 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: A. Bid Schedule Bidders must submit a bid price on each item as described below. Only one (1) contract will be awarded. All entries on the proposal must be typewritten or printed clearly and in ink. Bidders must insert e.~ctended total item prices computed from quantities and unit prices. In case of errors in extensions, unit prices will govern. BFU-1 • BID SCHEDULE ' Item Estimated Unit ~~ uanti Price $ Amount ($) t BASE BID ITEMS 1 INSTALL LINING IN EXISTING SANITARY SEWER PIPE a. 10" b. 8" 2 RECONNECT EXISTING SERVICES IN LINING a. 4" or 6"SERVICE IN 10" PIPE b. 4" or S"SERVICE IN 8" PIPE 3 INSTALL MANHOLE LINER, IN EXISTING MANHOLE a. 10' DEEP MAX. ad 1220 LF ~5 225 LF spoo do 18 EA '~,oC-7 6 EA ~~C~ ~ 13~.4'EA `~ ~. Z , ~dc~ 4 INSTALL LINER IN EXISTING I WETWELLS AT: SELVA NORTE LIFT STATION, ~ ~O oc~ ~ '.~' COMPLETE 1 EA 3~ 1 ~~~ 5 ~ • NAVY LIFT STATION, COMPLETE 1 EA _ ~~L'ETE17 F T ~ ~ WEST END LIFT STATION, COMPLETE a, 1 EA ZS ~O Z cc~ ~ 6 SITEWORK oc7 1 LS Z~I OLU ' Z~ OOd SUB-TOTAL (ITEMS 1 - 6) ZJ `~O _ TEN PERCENT (10%) CONTINGENCY OF SUBTOTAL ~I •--~ ~~ °`~ I TOTAL BASE BID (ITEMS 1 - 6) Z3- , o~ '~ PLUS 10% CONTINGENC 1 C 5 BFU-2 ~~ NOTE: It is understood that quantities in the Bidding Schedule for unit price items are approximate <--., only, and that payment will be made only upon actual quantities of work complete in place, measured on the basis defined in the Specifications. It is anticipated that the quantities as set forth above for the unit price items are reasonable and that said quantities will not be exceeded. If any work under a unit price item is not performed or if only a small percentage of the quantity listed is used, the Contractor shall not make any claims for not using said item or for higher unit prices because of the small percentage of quantity used. Accompanying this Bid is a certified or cashiers check or a bid bond in the amount of 5% made payable to the Owner which maybe 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 fhe Bid; 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 90 calendar days 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~O~vner reserves the right to reject all bids, and to waive informalities in the bid. The Bidder further proposes and agrees to commence tivork under his contract on a date to be specified in a written order of the Owner and shall complete all work thereunder 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 $200.00 per calendar day. Addendum Receipt: Bidders shall acknowledge below the receipt of alI addenda, if any, to plans and specifications. ADDENDUM NO. ~_ DATED~~ ` ADDENDUM NO. 2 DATED.-_~ s -n1 ADDENDUM NO. DATED ADDENDUM NO. DATED ~tG10-J-ArL ~ c.r ~~~„7E-.~ ~ Signature Title (typed) ~"~,, RESPECTFULLY SUBMITTED: BFU-3 Signature l `I ~CC3~o~1~t V~cF 4~i2~-s,D~~~ Title License Number 11~5t ~ 1~.a t t_s-t~ ~~ S _ Street Address l~Ac~~1 c]~t~r ~~Os~~~ 3zz~~ City State Zip 9b ~ - z ~Z- sg~~-Z Telephone Number (If Corporation, President, Secretary and Treasurer identification.) A-iJ ~ -4oh7`~ oo-aE2 '-' ~Z~S ~~~ ~~ ~Ho.~.~-4w'7 ~, ~1~t~ - S ~Ec2~ET,42y ~-~-t-~s~ ~.5 SEAL (if B' is by a Cc~poration) I ~ ~ ~, Attest Attachments: Equipment and Material List Subcontractor List . Trench Safety Affidavit Items as listed in the Documents Requirements Checklist BFU-4 EQi.TIPMENT AND MATERIAL LISTING THE BIDDER WILL FURNISH THE FOLLOWING ITEMS OF EQUIPMENT AND MATERIAL: 1. PIPE LINER MATERIAL T/IANUFACTURER ~ t~1 S ~i~~bTZ~M ~ ~~ 1~ ~ l-C~~-, ~ ~S SUPPLIER ~~S ~Tt~ ~"IZ,~M ~~ya~G~~s 2. MANHOLE LINER MANUFACTURER (._._ . 1- ~.~G . . ~-,~. ~ 1, SUPPLIER .~ "~ k-3- W ~1 r~CZSTO }~ 3. WETWELL LINER MANUFACTURER ~ . ~ . ~ 1J C . SUPPLIER ~ ~~ ~~c'~~2 -~~~ l ' 4. EPOXY COATING " MANUFACTURER • ~ • T~ ~ . SUPPLIER J `• \~~ r'fZ ~TO~ BFU-5 SUBCONTRACTOR LIST ~~ THE BIDDER HAS FULLY INVESTIGATED EACH SUBCONTRACTOR LISTED AND HAS IN HIS FII.E EVIDENCE EACH SUBCONTRACTOR HAS ENGAGED SUCCESSFULLY IN HIS LINE OF WORK FOR A REASONABLE PERIOD OF TIIviE, THAT HE MAINTAINS A FULLY . EQUIPPED ORGANIZATION CAPABLE, TECHNICALLY AND FINANCIALLY, OF PERFORMING THE WORK REQUIRED, AND THAT HE HAS MADE SIIvIII.,AR INSTALLATIONS IN A SATISFACTORY 1~~IANNER. TYPE OF WORK NAME AND ADDRESS OF SUBCONTRACTOR PIPE LINING TSO ~ - ` . o. ~ ~ ~ ~ 103 MANHOLE LINING J ~ ~ lJ~ ~ ~ i--25~ b 1~ ~ D~2tiAt~G = G~~ ~? PIPE CLEANING/ TELEVISING WETWELL LINING l ~a~F, ~o.3aC 7~(-Ila.3 END OF SECTION BFU-6 TRENCH SAFETY AFFIDAVIT -UNIT PRICE ~' FOR LINING SANITARY SEWERS AND WETWELLS AT VARIOUS LOCATIONS CITY OF ATLANTIC BEACH, FLORIDA Potential Trench excavations on this Project could be in excess of 5 feet deep' The Occupational Safety and Health Administration excavation safety standards, 29 CFR 1926.650 Subpart P trench safety standards will be in effect during the period of construction of the Project. Bidder acknowledges that included in the various items of the Bid and in the Total Bid Price are costs for complying with the Florida Trench Safety Act (90-96, Laws of FL) effective October 1, 1990, and hereby gives assurance that, if awarded the Contract, the Contractor or Subcontractor performing trench excavation work on the Project will comply with the applicable trench safety standards. The Bidder further identifies the costs as follows: Trench Safety Units of Item Unit Measure Unit Extended (Description) Quantity (LF SYl Cost Cost BASE BID ITEMS: -1: S~~ X17 1 ~~ ,oo ,oJ 2. TOTAL $ b~ FAILURE TO COMPLETE THE ABOVE SHALL RESULT IN THE BID BEING DECLARED NON-RESPONSIVE. COMPANY N ~.~~'~ ro2w~ 1;GG~k~JOLOG ~~~ DATE: ~C' ~ Z~ ~c'1~j B . ~~ TSU-1 DRUG-FREE WORKPLACE CERTIFICATION ~~ Section 287.087, Florida Statues, effective January 1, 1991, specifies that preference must be given to vendors submitting a certification with their bidlproposal certifying they have adrug-free workplace. This requirement affects all public entities of the State and is as follows: IDENTICAL TIE BIDS -Preference shall be given to business with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, preference shall be given to a bid received from a business that certifies that it has implemented adrug-free workplace program. In order to have adrug-free workplace program, a business shall: 1) 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 adrug-free workplace, any available drug 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 of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employees 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 five (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 faith effort to continue to maintain adrug-free workplace through implementation of this section. AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE ABOVE REQUI MENTS. VENDOR'S SIGNAT '~'~, CITY OF ATLANTIC BEA R $ID N0.9899-21 LINING SANITARY SEWERS AND WETWELLS AT VARIO S LOCATIONS ADDENDUM NO.1 Apri16, 1999 1. The date for receipt of the PrequaIification Packages has been changed to: FRIDAY, APRIL 9,1999 AT 3:00 P.M. 2. Notification of Acceptance or Rejection of the Prequalification package will be sent to all submitters via FAX on: TUESDAY, APRIL 13,1999 3. The Pre-Bid Meeting date has been changed to: THURSDAY, APRIL 15,1999 AT 2:30 P.M. (The site visit must still be made prior to the Pre-Bid Meeting). .-PLEASE ACKNOWLEDGE RECEIPT OF THIS ADDENDUM N0. Z IN THE SPACE PROVIDED BELOW, A~'1D ENCLOSE IT WITH YOUR BID AT BID OPENING. ~`' .!- ~-;, 5 t-~'~pZ-vin "F~ k-t~ o L'~ ~ ~ c~i~ .-1• t.~ G. NAME OF COMPANY BY • C~ DATE:-- Z~ • 'APR-16-99 08:18 AM PURCHASING ATLANTIC 8CH 904 2473819 P. 02 ~~ CITY OF AT .ANTTC REACH ~.,ININC= $ANITAR~ SEWERS AND W>±~Fl i S AT yA i0 J5 OCATION~ $~~j~IO.9849-Z1 ADDF.rjpilM NIIMRRR 2 9/15199 Please make the fallowing changes to the above referenced project specifications: . 1. Change sp~;cif ieations to s3cictc the Iining of the Navy Li#1: Station wetwell. 2. Change specifications to effete the lining ofManhole Number 45 on Sea Oats Drive. PLEASE ACKNOWLEDGE RECEIPT OF THIS ADDENDUM N0. 1 IN THE SPACE PKOVIDED BELOW, AND ENCLOSE IT WITH YOUR BID. ~_ ~~ COMPANY BY: ~ C~ .~ t