Loading...
Agenda 06/13/2017 Item #16C306/13/2017 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid 17-7096 to One Source Construction Company & Builders, Inc., in the amount of $197,675, for renovation of the South County Water Reclamation Facility Control Room, Project 70119, and authorize the necessary budget amendment. OBJECTIVE: To renovate and update the South County Water Reclamation Facility (SCWRF) Control Room to meet safety and security regulations in compliance with Department of Homeland Security (DHS) standards. CONSIDERATIONS: The SCWRF provides wastewater treatment to the South County Service Area with a capacity of more than 16 million gallons per day. The primary means of effluent disposal is returning highly treated reclaimed water to the community for beneficial reuse as irrigation quality water. On October 30, 2015, an onsite survey of the SCWRF was conducted by a DHS representative. On January 21, 2016, a DHS Infrastructure Survey Security and Resilience Report was generated for the SCWRF. In the report, the DHS states that the facility’s control room should be upgraded to add additional security features. The scope of the project will upgrade the existing, compliant control room with additional features such as additional cameras, card access, a dedicated IT, iFIX-SCADA, PUD Server room and a smaller, more restricted control room that is only open to the operators of the facility. The Procurement Services Division, along with the Public Utilities Department (PUD), decided to place this project out to bid because the architect’s estimate of $198,285 was close to the General Contractors Contract (16-6618) limit of $200,000 that would require Board of County Commissioners (Board) approval. The county advertised the Invitation to Bid 17-7096 in the Naples Daily News on January 26, 2017, and 1,696 firms were notified through the Procurement Services Division’s online procurement system, with 48 firms downloading the specifications. Staff held a pre-bid conference on February 3, 2017. One bid was received by the bid opening date of February 17, 2017, from One Source Construction Company & Builders, Inc. Procurement staff and the architect of record, Disney and Associates, analyzed the bid and verified the references of the bidder and found it to be fair and reasonab le. Staff recommends awarding the contract to the lowest responsive and qualified bidder, One Source Construction Company & Builders, Inc., in the amount of $197,675. FISCAL IMPACT: A budget amendment of $225,000 needs to processed to facilitate award for construction, contruction administration and CEI services. The source of funding is Wastewater (user fee) Capital Projects Fund (414). GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. -SRT RECOMMENDATION: To award Bid 17-7096, “South County Water Reclamation Facility Control Room Renovation,” to One Source Construction Company & Builders, Inc., in the amount of $197,675; authorize the necessary budget amendment; and, authorize the Chair to execute the attached Agreement. Prepared by: Dayne Atkinson, Project Manager, Solid and Hazardous Waste Management Division 16.C.3 Packet Pg. 711 06/13/2017 ATTACHMENT(S) 1. Attachment 1 -17-7096 OneSource_Bid Schedule (PDF) 2. Attachment 2 - Bid Award Recomd-One-Source-01 (PDF) 3. [Linked] Attachment 3 - 17-7096 OneSource_Contract_CAO (PDF) 4. Attachment 5 - 17-7096 SCWRF Control Rm Renovation_NORA (PDF) 16.C.3 Packet Pg. 712 06/13/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.3 Doc ID: 2995 Item Summary: Recommendation to award Invitation to Bid 17-7096 to One Source Construction Company & Builders, Inc., in the amount of $197,675, for renovation of the South County Water Reclamation Facility Control Room, Project 70119, and authorize the necessary budget amendment. Meeting Date: 06/13/2017 Prepared by: Title: Project Manager – Solid and Hazardous Waste Name: Dayne Atkinson 05/10/2017 5:31 PM Submitted by: Title: Division Director - Solid Waste – Solid and Hazardous Waste Name: Dan Rodriguez 05/10/2017 5:31 PM Approved By: Review: Public Utilities Department Margie Hapke Level 1 Division Reviewer Completed 05/11/2017 11:11 AM Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 05/12/2017 10:46 AM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 05/15/2017 4:43 PM Procurement Services Ted Coyman Additional Reviewer Completed 05/19/2017 8:38 AM Procurement Services Sandra Herrera Additional Reviewer Completed 05/21/2017 9:22 PM Water Susan Jacobs Additional Reviewer Completed 05/22/2017 10:10 AM Solid and Hazardous Waste Dan Rodriguez Additional Reviewer Completed 05/22/2017 11:33 AM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 05/26/2017 4:08 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 06/01/2017 9:41 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 06/01/2017 10:40 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 06/01/2017 12:57 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 06/05/2017 8:12 AM County Manager's Office Leo E. Ochs Level 4 County Manager Review Completed 06/06/2017 5:44 PM Board of County Commissioners MaryJo Brock Meeting Pending 06/13/2017 9:00 AM 16.C.3 Packet Pg. 713 CODE DESCRIPTION ESTIMATE % 02003 SURVEYING:0 0.00% 02080 DEMOLITION 9,300 4.70% 02200 EARTHWORK:0 0.00% 02283 SOIL TREATMENT 0 0.00% 02510 CONCRETE WALKS & PAVING : PATCHING 0 0.00% 03104 CONCRETE 0 0.00% 04100 MASONRY 0 0.00% 04500 ARCHITECTURAL PRECAST 0 0.00% 05120 MISCELLANEOUS METALS/STRUCTURAL STEEL 0 0.00% 06102 ROUGH CARPENTRY 6,500 3.29% 06190 WOOD TRUSSES: 0 0.00% 06200 FINISH CARPENTRY: 0 0.00% 06410 CABINETS 30,000 15.18% 06951 COUNTERTOPS 0 0.00% 07100 WATERPROOFING 0 0.00% 07150 DAMPROOFING 0 0.00% 07200 INSULATION 0 0.00% 07210 FIREPROOFING 0 0.00% 07300 ROOFING: PATCHING ALLOWANCE 0 0.00% 07900 CAULKING & JOINT SEALANTS 0 0.00% 08135 WOOD DOORS: 9,800 4.96% 08305 ACCESS PANELS 0 0.00% 08370 WINDOWS: 1,500 0.76% 08710 FINISH HARDWARE: 0 0.00% 09100 STUCCO: 0 0.00% 09200 DRYWALL: 6,500 3.29% 09310 CERAMIC TILE:0 0.00% 09525 ACOUSTICAL CEILINGS 5,500 2.78% 09650 RESILIENT FLOORING:9,000 4.55% 09680 CARPET: 6,000 3.04% 09900 PAINTING 5,800 2.93% 09950 VINYL WALL BASE:1,700 0.86% 10200 SPECIALTIES:600 0.30% 10400 SIGNAGE 0 0.00% 10800 BLINDS:1,600 0.81% 15300 FIRE ALARM:4,500 2.28% 15400 PLUMBING: 1,600 0.81% 15650 HVAC: 27,500 13.91% 16001 ELECTRICAL:36,600 18.52% SUB TOTAL 164,000 82.96% GENERAL CONDITIONS 15,230 7.70% INSURANCE:0.00% BUILDERS RISK 1,070 0.54% GENERAL LIABILITY 2,212 1.12% PAYMENT & PERFORMANCE BOND 5,750 2.91% FEE 9,413 4.76% Owners Allowance 15,000 7.59% TOTAL $197,675 100% SCWRF Control Room Bid 17-7096 SCWRF Control Room Renovations February 17, 2017 General Contractor: One Source Construction Company & Builders, Inc. 16.C.3.a Packet Pg. 714 Attachment: Attachment 1 -17-7096 OneSource_Bid Schedule (2995 : South County Water Reclamation Facility Control Room Renovations) Disney & Associates, P.A. Architecture and Planning 1865 Veterans Park Dr., Suite 301 Naples, Florida 34109-0447 Phone 239.596.2872 Fax 239.596.2874 AA 0002502 April 11, 2017 Collier County Public Utilities Division 3301 East Tamiami Trail Building H, 3rd Floor Naples, Florida 34112 Attn: Mr. Dayne Atkinson, Project Manager Re: SCWRF Control Room Bid Review - Building Cost Dear Mr. Atkinson, We have received the Bid Tabulation Sheets for the referenced project and have reviewed the data contained. Upon review One-Source Construction Company & Builders, Inc. is the apparent low bidder. The overall line item costs are lower than the estimated cost. We have attended a meeting with your office, Purchasing, Plant Staff and the Contractor to discuss the project and the sequence of construction and phasing and have not discovered any omissions on the part of the contractor. The construction estimate was $198,285.00 and the bid received was $197,675.00 which is 0.3% less than the estimated cost. After review of the tabulation we do not find objection to the bid costs. References were checked with the three (3) responses received being positive. It is our opinion and to the best of our knowledge, information and belief that the bid as presented by One-Source Construction Company & Builders, Inc. is fair and reasonable for the project scope as outlined in our construction documents. In the event you may need any additional information or analysis please advise and we shall promptly reply. Sincerely, Dalas D. Disney, AIA Cc: Project File 16.C.3.b Packet Pg. 715 Attachment: Attachment 2 - Bid Award Recomd-One-Source-01 (2995 : South County Water Reclamation Facility Control Room Renovations) 16.C.3.e Packet Pg. 716 Attachment: Attachment 5 - 17-7096 SCWRF Control Rm Renovation_NORA (2995 : South County Water 1 Construction Services Agreement for Public Utilities: Revised 11032016 SCWRF Control Room Renovation COLLIER COUNTY BID NO. 17-7096 COLLIER COUNTY, FLORIDA Swainson Hall, Procurement Strategist Email: swainsonhall@colliergov.net Telephone: (239) 252 - 8935 FAX: (239) 252 - 6334 Design Professional: Disney and Associates 2 Construction Services Agreement for Public Utilities: Revised 11032016 TABLE OF CONTENTS PUBLIC NOTICE ...................................................................................................................................................... 3 PART B - INSTRUCTIONS TO BIDDERS ..................................................................................................................... 5 CONSTRUCTION BID ............................................................................................................................................. 12 BID SCHEDULE...................................................................................................................................................... 13 MATERIAL MANUFACTURERS .............................................................................................................................. 14 LIST OF MAJOR SUBCONTRACTORS ..................................................................................................................... 15 STATEMENT OF EXPERIENCE OF BIDDER .............................................................................................................. 16 TRENCH SAFETY ACT ............................................................................................................................................ 17 IMMIGRATION LAW AFFIDAVIT CERTIFICATION .................................................................................................. 18 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W – 9 ........................................................................................... 19 BID BOND ............................................................................................................................................................ 23 BIDDERS CHECK LIST ............................................................................................................................................ 25 CONSTRUCTION AGREEMENT .............................................................................................................................. 26 EXHIBIT A: PUBLIC PAYMENT BOND..................................................................................................................... 33 EXHIBIT A: PUBLIC PERFORMANCE BOND ............................................................................................................ 36 EXHIBIT B: INSURANCE REQUIREMENTS .............................................................................................................. 39 EXHIBIT C:RELEASE AND AFFIDAVIT FORM ........................................................................................................... 43 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT ........................................................ 45 EXHIBIT E: CHANGE ORDER ........................................................................................................................ 46 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION ...................................................................................... 47 EXHIBIT G: FINAL PAYMENT CHECKLIST ............................................................................................................... 49 EXHIBIT H: GENERAL TERMS AND CONDITIONS ................................................................................................... 51 EXHIBIT J: TECHNICAL SPECIFICATIONS ................................................................................................................ 81 EXHIBIT K: PERMITS ............................................................................................................................................. 82 EXHIBIT L: STANDARD DETAILS ............................................................................................................................ 83 EXHIBIT M: PLANS AND SPECIFICATIONS ............................................................................................................. 84 EXHIBIT N: CONTRACTOR’S KEY PERSONNEL ASSIGNED TO THE PROJECT ............................................................ 85 3 Construction Services Agreement for Public Utilities: Revised 11032016 PUBLIC NOTICE INVITATION TO BID COLLIER COUNTY, FLORIDA SCWRF Control Room Renovation COUNTY BID NO. 17-7096 Separate sealed bids for the construction of SCWRF Control Room Renovation, will be received electronically until 3:00 P.M. LOCAL TIME, on the 17th day of February 2017, on the County’s on-line bidding system: www.colliergov.net/bid. All bids will be publicly opened and read aloud. Any bids received after the time and date specified will not be accepted and shall be returned unopened to the Bidder. A non-mandatory pre-bid conference shall be held at the Procurement Services Division, Conference Room A, at 10:00 a.m. LOCAL TIME on the 3rd day of February 2017, at which time all prospective Bidders may have questions answered regarding the Bidding Documents for this Project. All Bidders shall submit all questions via the OnLine Bidding System located at colliergov.net\bid. All questions will be answered in the OnLine Bidding System. The Engineer’s Estimate for this project is $198,000.00 Dollars. Bids shall be received on line by the Bid Date of February 17, 2017". No bid shall be considered unless it is made on unaltered Bid forms which are included in the Bidding Documents. One contract will be awarded for all Work. Bidding Documents may be examined on the Collier County Procurement Services Division Online Bidding System website: www.colliergov.net/bid. Copies of the Bidding Documents may be obtained only from the denoted website. Bidding Documents obtained from sources other than the Collier County Procurement Services Division website may not be accurate or current. Each bid shall be accompanied by a certified or cashier’s check or a Bid Bond in an amount not less than five percent (5%) of the total Bid to be retained as liquidated damages in the event the Successful Bidder fails to execute the Agreement and file the required bonds and insurance within ten (10) calendar days after the receipt of the Notice of Award. The Successful Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Successful Bidder shall be required to furnish the necessary Payment and Performance Bonds, as prescribed in the General Conditions of the Contract Documents. All Bid Bonds, Payment and Performance Bonds, Insurance Contracts and Certificates of Insurance shall be either be executed by or countersigned by a licensed resident agent of the surety or insurance company having its place of business in the State of Florida. Further, the said surety or insurance company shall be duly licensed and qualified to do business in the State of Florida. Attorneys-in-fact that sign Bid Bonds or Payment and Performance Bonds must file with each bond a certified and effective dated copy of their Power of Attorney. 4 Construction Services Agreement for Public Utilities: Revised 11032016 In order to perform public work, the Successful Bidder shall, as applicable, hold or obtain such contractor's and business licenses, certifications and registrations as required by State statutes and County ordinances. Before a contract will be awarded for the Work contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. The Successful Bidder shall be required to finally complete all Work within Two Hundred and Ten (210) calendar days from and after the Commencement Date specified in the Notice to Proceed. The Owner reserves the right to reject all Bids or any Bid not conforming to the intent and purpose of the Bidding Documents, and to postpone the award of the contract for a period of time which, however, shall not extend beyond one hundred twenty (120) days from the bid opening date without the consent of the Successful Bidder. Dated this 26th day of January 2017 BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Edward F. Coyman, Jr. Director, Procurement Services Division 5 Construction Services Agreement for Public Utilities: Revised 11032016 PART B - INSTRUCTIONS TO BIDDERS Section 1. Definitions 1.1 The term "Owner" used herein refers to the Board of County Commissioners, or its duly authorized representative. 1.2 The term "Project Manager" used herein refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. 1.3 The term "Design Professional" refers to the licensed professional engineer or architect who is in privity with the Owner for the purpose of designing and/or monitoring the construction of the project. At the Owner’s discretion, any or all duties of the Design Professional referenced in the Contract Documents may be assumed at any time by the Project Manager on behalf of the Owner. Conversely, at the Owner’s discretion the Project Manager may formally assign any of his/her duties specified in the Contract Documents to the Design Professional. 1.4 The term "Bidder" used herein means one who submits a bid directly to the Owner in response to this solicitation. 1.5 The term "Successful Bidder" means the lowest qualified, responsible and responsive Bidder who is awarded the contract by the Board of County Commissioners, on the basis of the Owner's evaluation. 1.6 The term "Bidding Documents" includes the Legal Advertisement, these Instructions to Bidders, the Bid Schedule and the Contract Documents as defined in the Agreement. 1.7 The term "Bid" shall mean a completed Bid Schedule, bound in the Bidding Documents, properly signed, providing the Owner a proposed cost for providing the services required in the Bidding Documents. Section 2. Preparation of Bids 2.1 The Bids must be submitted on the standard form herein furnished by the Owner (pages 12 - 25 as bound in these Bidding Documents). By submitting a Bid, Bidder acknowledges and agrees that it shall execute the Agreement in the form attached hereto and incorporated herein. The Bidder shall complete the Bid and shall sign the Bid correctly. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. Bids must be submitted on www.colliergov.net/bid Section 3. Bid Deposit Requirements 3.1 No Bid shall be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashier’s check, a cash bond posted with the County Clerk, a certified check payable to Owner on some bank or trust company located in the State of Florida insured by the Federal Deposit Insurance Corporation, or Bid Bond, in an amount not less than 5% of the bidder's maximum possible award (base bid plus all add alternates) (collectively referred to herein as the "Bid Deposit"). The Bid Deposit shall be retained by Owner as liquidated damages if the Successful Bidder fails to execute and deliver to Owner the unaltered Agreement, or fails 6 Construction Services Agreement for Public Utilities: Revised 11032016 to deliver the required Performance and Payment Bonds or Certificates of Insurance, all within ten (10) calendar days after receipt of the Notice of Award. Bid Bonds shall be executed by a corporate surety licensed under the laws of the State of Florida to execute such bonds, with conditions that the surety will, upon demand, forthwith make payment to Owner upon said bond. Bid Deposits of the three (3) lowest Bidders shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to Owner together with the required bonds and insurance, after which all three (3) Bid Deposits shall be returned to the respective Bidders. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening. No Bid including alternates, shall be withdrawn within one hundred and twenty (120) days after the public opening thereof. If a Bid is not accepted within said time period it shall be deemed rejected and the Bid Deposit shall be returned to Bidder. In the event that the Owner awards the contract prior to the expiration of the one hundred and twenty (120) day period without selecting any or all alternates, the Owner shall retain the right to subsequently award to the Successful Bidder said alternates at a later time but no later than one hundred and twenty (120) days from opening, unless otherwise agreed by the Procurement Director and the Successful Bidder. 3.2 The Successful Bidder shall execute two (2) copies of the Agreement in the form attached and deliver same to Owner within the time period noted above. The Owner shall execute all copies and return one fully executed copy of the Agreement to Successful Bidder within thirty (30) working days after receipt of the executed Agreement from Successful Bidder unless any governmental agency having funding control over the Project requires additional time, in which event the Owner shall have such additional time to execute the Agreement as may be reasonably necessary. Section 4. Right to Reject Bids 4.1 The Owner reserves the right to reject any and all Bids or to waive informalities and negotiate with the apparent lowest, qualified Bidder to such extent as may be necessary for budgetary reasons. Section 5. Signing of Bids 5.1 Bids submitted by a corporation must be executed in the corporate name by the president, a vice president, or duly authorized representative. The corporate address and state of incorporation must be shown below the signature. 5.2 Bids by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 5.3 If Bidder is an individual, his or her signature shall be inscribed. 5.4 If signature is by an agent or other than an officer of corporation or general partner of partnership, a properly notarized power of attorney must be submitted with the Bid. 5.5 All Bids shall have names typed or printed below all signatures. 5.6 All Bids shall state the Bidder's contractor license number. 7 Construction Services Agreement for Public Utilities: Revised 11032016 5.7 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. Section 6. Withdrawal of Bids Any Bid may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the opening of Bids, provided that the withdrawal is requested in writing, properly executed by the Bidder and received by Owner prior to Bid Opening. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid prior to the time specified for Bid opening. Section 7. Late Bids No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. Section 8. Interpretation of Contract Documents 8.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing, addressed to the Procurement Services Division, to be given consideration. All such requests for interpretations or clarification must be received at least ten (10) calendar days prior to the Bid opening date. Any and all such interpretations and supplemental instructions shall be in the form of written addendum which, if issued, shall be sent by mail or fax to all known Bidders at their respective addresses furnished for such purposes no later than three (3) working days prior to the date fixed for the opening of Bids. Such written addenda shall be binding on Bidder and shall become a part of the Bidding Documents. 8.2 It shall be the responsibility of each Bidder to ascertain, prior to submitting its Bid, that it has received all addenda issued and it shall acknowledge same in its Bid. 8.3 As noted in the Legal Advertisement, attendance by all bidders at the Pre-Bid Conference is non-mandatory. Section 9. Examination of Site and Contract Documents 9.1 By executing and submitting its Bid, each Bidder certifies that it has: a. Examined all Bidding Documents thoroughly; b. Visited the site to become familiar with local conditions that may in any manner affect performance of the Work; c. Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and d. Correlated all of its observations with the requirements of Bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an 8 Construction Services Agreement for Public Utilities: Revised 11032016 excuse for any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 9.2 The Owner will make copies of surveys and reports performed in conjunction with this Project available to any Bidder requesting them at cost; provided, however, the Owner does not warrant or represent to any Bidder either the completeness or accuracy of any such surveys and reports. Before submitting its Bid, each Bidder shall, at its own expense, make such additional surveys and investigations as may be necessary to determine its Bid price for the performance of the Work within the terms of the Bidding Documents. This provision shall be subject to Section 2.3 of the General Conditions to the Agreement. Section 10. Material Requirements It is the intention of these Bidding Documents to identify standard materials. When space is provided on the Bid Schedule, Bidders shall specify the materials which they propose to use in the Project. The Owner may declare any Bid non-responsive or irregular if such materials are not specifically named by Bidder. Section 11. Bid Quantities 11.1 Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as set forth in the Bidding Documents. Said unit prices shall be multiplied by the bid quantities for the total Bid price. Any Bid not conforming to this requirement may be rejected. Special attention to all Bidders is called to this provision, because if conditions make it necessary or prudent to revise the unit quantities, the unit prices will be fixed for such increased or decreased quantities. Compensation for such additive or subtractive changes in the quantities shall be limited to the unit prices in the Bid. Subsequent to the issuance of a notice to proceed, the Project Manager and the Successful Bidder shall have the discretion to re-negotiate any unit price(s) where the actual quantity varies by more than 25% from the estimate at the time of bid. 11.2 Alternate Bid Pricing: In the event that alternate pricing is requested, it is an expressed requirement of the bid invitation to provide pricing for all alternates as listed. The omission of a response or a no-bid or lack of a submitted price may be the basis for the rejection of the submitted bid response. Section 12. Award of Contract 12.1 Any prospective bidder who desires to protest any aspect(s) or provision(s) of the bid invitation (including the form of the bid documents or bid procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with Owner’s then current Procurement Ordinance. 12.2 Statement of Award: The Award of Contract shall be issued to the lowest, responsive and qualified Bidder determined by the base bid, and any, or all, selected alternates, and the Owner's investigations of the Bidder. In determining the lowest, responsive and qualified bidder, the Owner shall consider the capability of the Bidder to perform the contract in a timely and 9 Construction Services Agreement for Public Utilities: Revised 11032016 responsible manner. When the contract is awarded by Owner, such award shall be evidenced by a written Notice of Award, signed by a procurement professional of the Owner’s Procurement Services Division or his or her designee and delivered to the intended awardee or mailed to awardee at the business address shown in the Bid. 12.3 Award recommendations will be posted outside the offices of the Procurement Services Division generally on Wednesdays or Thursdays prior to the presentation to the Board of County Commissioners. Award of Contract will be made by the Board of County Commissioners in public session. Any actual or prospective bidder who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest, said protest to strictly comply with Owner’s then current Procurement Ordinance. A copy of the Procurement Ordinance is available at http://www.colliergov.net/Index.aspx?page=762. 12.4 For Bidders who may wish to receive copies of Bids after the Bid opening, The Owner reserves the right to recover all costs associated with the printing and distribution of such copies. 12.5 For Bidders who may wish to receive copies of Bids after the Bid opening, The Owner reserves the right to recover all costs associated with the printing and distribution of such copies. 12.6 Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. Section 13. Sales Tax 13.1 The Successful Bidder acknowledges and agrees that Owner may utilize a sales tax savings program and the Successful Bidder agrees to fully comply, at no additional cost to Owner, with such sales tax savings program implemented by the Owner as set forth in the Agreement and in accordance with Owner’s policies and procedures. Section 14. Exclusion of County Permits in Bid Prices 14.1 To ensure compliance with Section 218.80, F.S., otherwise known as “The Public Bid Disclosure Act”, Collier County will pay the Contractor for all Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amounts in their bid offer. However, the Successful Bidder shall retain the 10 Construction Services Agreement for Public Utilities: Revised 11032016 responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. Owner will not be obligated to pay for any permits obtained by Subcontractors. 14.2 The Successful Bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. Section 15. Use of Subcontractors 15.1 To ensure the Work contemplated by the Contract Documents is performed in a professional and timely manner, all Subcontractors performing any portion of the work on this Project shall be “qualified” as defined in Collier County Ordinance 2013-69, as amended, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements and has the integrity and reliability to assure good faith performance. A Subcontractor’s disqualification from bidding by the Owner, or other public contracting entity within the past twelve months shall be considered by the Owner when determining whether the Subcontractors are “qualified.” 15.2 The Owner may consider the past performance and capability of a Subcontractor when evaluating the ability, capacity and skill of the Bidder and its ability to perform the Agreement within the time required. Owner reserves the right to disqualify a Bidder who includes Subcontractors in its bid offer which are not “qualified” or who do not meet the legal requirements applicable to and necessitated by this Agreement. 15.3 The Owner may reject all bids proposing the use of any subcontractors who have been disqualified from submitting bids to the Owner, disqualified or de-certified for bidding purposes by any public contracting entity, or who has exhibited an inability to perform through any other means. 15.4 Notwithstanding anything in the Contract Documents to the contrary, the Bidders shall identify the subcontractor(s) it intends to use for the categories of work as set forth in the List of Subcontracts attached hereto, said list to be submitted with its bid. Bidders acknowledge and agree that the subcontractors identified on the list is not a complete list of the subcontractors to be used on the Project, but rather only the major subcontractors for each category of Work as established by Owner. Bidders further acknowledge that once there is an Award of Contract, the Successful Bidder shall identify, subject to Owner’s review and approval, all the subcontractors it intends to use on the Project. Once approved by Owner, no subcontractor shall be removed or replaced without Owner’s prior written approval. Section 16. Prohibition of Gifts No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 11 Construction Services Agreement for Public Utilities: Revised 11032016 Section 17. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a response. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from solicitation closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this solicitation, or the vendor’s response, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. Section 18. Public Entity Crimes By its submitting a Bid, Bidder acknowledges and agrees to and represents it is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "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 bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity’; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.” 13 Construction Services Agreement for Public Utilities: Revised 11032016 BID SCHEDULE SCWRF Control Room Renovation Bid No. 17-7096 Project Manager: Dayne Atkinson Notifications Sent: 1696 Procurement Strategist: Swainson Hall Downloaded: 48 Submittals: 1 CODE DESCRIPTION ESTIMATE % 02003 SURVEYING:0 0.00% 02080 DEMOLITION 9,300 4.70% 02200 EARTHWORK:0 0.00% 02283 SOIL TREATMENT 0 0.00% 02510 CONCRETE WALKS & PAVING : PATCHING 0 0.00% 03104 CONCRETE 0 0.00% 04100 MASONRY 0 0.00% 04500 ARCHITECTURAL PRECAST 0 0.00% 05120 MISCELLANEOUS METALS/STRUCTURAL STEEL 0 0.00% 06102 ROUGH CARPENTRY 6,500 3.29% 06190 WOOD TRUSSES: 0 0.00% 06200 FINISH CARPENTRY: 0 0.00% 06410 CABINETS 30,000 15.18% 06951 COUNTERTOPS 0 0.00% 07100 WATERPROOFING 0 0.00% 07150 DAMPROOFING 0 0.00% 07200 INSULATION 0 0.00% 07210 FIREPROOFING 0 0.00% 07300 ROOFING: PATCHING ALLOWANCE 0 0.00% 07900 CAULKING & JOINT SEALANTS 0 0.00% 08135 WOOD DOORS: 9,800 4.96% 08305 ACCESS PANELS 0 0.00% 08370 WINDOWS: 1,500 0.76% 08710 FINISH HARDWARE: 0 0.00% 09100 STUCCO: 0 0.00% 09200 DRYWALL: 6,500 3.29% 09310 CERAMIC TILE:0 0.00% 09525 ACOUSTICAL CEILINGS 5,500 2.78% 09650 RESILIENT FLOORING:9,000 4.55% 09680 CARPET: 6,000 3.04% 09900 PAINTING 5,800 2.93% 09950 VINYL WALL BASE:1,700 0.86% 10200 SPECIALTIES:600 0.30% 10400 SIGNAGE 0 0.00% 10800 BLINDS:1,600 0.81% 15300 FIRE ALARM:4,500 2.28% 15400 PLUMBING: 1,600 0.81% 15650 HVAC: 27,500 13.91% 16001 ELECTRICAL:36,600 18.52% SUB TOTAL 164,000 82.96% GENERAL CONDITIONS 15,230 7.70% INSURANCE:0.00% BUILDERS RISK 1,070 0.54% GENERAL LIABILITY 2,212 1.12% PAYMENT & PERFORMANCE BOND 5,750 2.91% FEE 9,413 4.76% Owners Allowance 15,000 7.59% TOTAL $197,675 100% Opened By: Swainson Hall, Procurement Strategist Witnessed By: Adam Northrup, Procurement Strategist SCWRF Control Room Bid 17-7096 SCWRF Control Room Renovations February 17, 2017 General Contractor: One Source Construction Company & Builders, Inc. 6325 PRESIDENTAL CT SUITE 3 FORT MYERS, FL 33919 Current Principal Place of Business: Current Mailing Address: 6325 PRESIDENTAL CT SUITE 3 FORT MYERS, FL 33919 US Entity Name: ONESOURCE CONSTRUCTION COMPANY & BUILDERS, INC DOCUMENT# P06000138531 FEI Number: 26-1805881 Certificate of Status Desired: Name and Address of Current Registered Agent: CHAUVIN, GEORGE KJR 7941 REFLECTION COVE DRIVE FORT MYERS, FL 33919 US The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Officer/Director Detail : I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: Electronic Signature of Signing Officer/Director Detail Date FILED Jan 27, 2016 Secretary of State CC5137205151 GEORGE CHAUVIN OWNER 01/27/2016 2016 FLORIDA PROFIT CORPORATION ANNUAL REPORT Yes Title P Name CHAUVIN, GEORGE KJR Address 7941 REFLECTION COVE DRIVE City-State-Zip:FORT MYERS FL 33919