Loading...
Agenda 05/14/2019 Item #16C 4 (ITB #19-7545 Orange Tree Wastewater Plant)05/14/2019 EXECUTIVE SUMMARY Recommendation to approve an Agreement for Invitation to Bid No. 19-7545, Orange Tree Wastewater Plant Miscellaneous Metals Improvements, with contractor Atlantic Concrete & Mechanical, Inc., in the amount of $284,201.50, for Project 70239, and authorize the necessary budget amendments. OBJECTIVE: To provide and install the necessary handrails, platform metals, and access point’s improvements at the Orange Tree Wastewater Treatment Plant to remain in safety compliance. CONSIDERATIONS: This safety and compliance related project is consistent with the proposed scope of work under Project No. 70173, “Orange Tree Plant Technical Support Projects,” and is also consistent with the FY2019 Budget approved by the Board of County Commissioners (“Board”) on September 20, 2018. The Orange Tree Wastewater Treatment Plant (WWTP) treatment equipment requires various safety and process improvements in the form of handrails, walkways, stairs, platforms, and covers. To obtain the best price, these needs were grouped together into one project because they all had metalworking in common. The plant is staffed with personnel that are required to perform maintenance and sampling on a regular basis and need safe access and working platforms to perform their duties. Due to safety concerns and limited existing access to sampling points, the following improvements are required: • Existing handrails across the sludge digesters are located on top of the walkway area and restrict the walkway width. The handrails will be relocated and supported from the side for safer access. • Miscellaneous areas of the handrails across the aeration basins and clarifiers need spot repairs. • Stairs to the headworks do not meet the safe and uniform tread spacing requirements. The support platform will be widened at the top of the headworks for easier access. • The WWTP is currently provided with a single access point to the top of the treatment process. A second access stairway will be installed at the clarifiers for ease of access for plant personnel to perform their duties. • The kick plate at the headworks area has been cut to allow the piping for the influent screen No. 2 to be installed. This kick plate will be reinstalled with minimal spacing from the piping for safety. • The aqua-disk filters do not have access stairs or a walkway. This project will add a single stairway and a platform/walkway that extends from the existing stairway to both disks for personnel access. • The aqua-disk filters do not have protection from the elements. Installation of an ultraviolet (UV) resistant cover to protect two aqua-disk filters will be completed. The cover will be accessible/removable in conjunction with the proposed walkway. On December 12, 2018, the Procurement Services Department released Invitation to Bid No. 19-7545 to seventeen thousand five hundred eighty-one (17,581) vendors for the "NESA (Orange Tree Wastewater Treatment Plant) Miscellaneous Metals Improvements" project. Interested vendors downloaded seventy- four (74) bid packages, and the County received three (3) submittals by the January 23, 2019 deadline. Two (2) bidders were found to be responsive and responsible and one (1) bidder (B&B Interior Systems) did not submit a bid, citing “not available for the project.” Staff is recommending award to the lowest, responsive/responsible bidder: Atlantic Concrete & Mechanical, Inc. 16.C.4 Packet Pg. 1293 05/14/2019 Company Name City County State Bid Amount Responsive/ Responsible Atlantic Concrete & Mechanical, Inc. Jacksonville Duval FL $284,201.50 Yes/Yes E&D Contracting Services, Inc. Savannah Chatham GA $361,653.60 Yes/Yes B&B Interior Systems NO BID Staff and the project design engineer, Tetra Tech, have determined that the lowest bid is fair and reasonable and recommend awarding the bid to Atlantic Concrete & Mechanical, Inc., as the lowest responsive, responsible, and qualified bidder. The design engineer’s estimate is $308,489.50. Atlantic Concrete & Mechanical’s bid is $24,288 less than the engineer’s estimate, or approximately 8% less. Atlantic Concrete & Mechanical, Inc. has a satisfactory performance history on previous wastewater utility-related projects based on reference checks. The total bid amount incorporates an allowance of $25,836.50 (Combination Time & Materials and Lump Sum), for unforeseen conditions that may be encountered in the field or during metals fabrication. Staff will negotiate all pricing for any unforeseen conditions prior to start of any additional work to ensure that it is fair and reasonable, consistent with the Procurement Ordinance, policies and procedures. FISCAL IMPACT: Funding for this project is available in the FY2019 Capital Budget approved by the Board on September 20, 2018. The source of funds is Wastewater User Fees, Fund (414). A budget amendment in the amount of $285,000 is required to reallocate funding from Project 70173 to Project 70239. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATION: That the Board of County Commissioners, Ex-officio the Governing Board of the Collier County Water-Sewer District, approves an Agreement for Invitation to Bid No. 19-7545, “NESA (Orange Tree Wastewater Plant) Miscellaneous Metals Improvements,” with contractor Atlantic Concrete & Mechanical, Inc., in the amount of $284,201.50, for Project 70239; authorizes the necessary budget amendments; and authorizes the Chairman to sign the attached Agreement. Prepared By: Peter Schalt, PMP, Senior Project Manager, Public Utilities Engineering and Project Management Division ATTACHMENT(S) 1. [Linked] 19-7545 AtlanticConcrete&Mechanical_Contract_VendorSigned (PDF) 2. 19-7545 ACM_Insurance_3-27-19 (PDF) 3. TT Bid Recommendation Letter 012919 (PDF) 4. 19-7545 Bid Tab (PDF) 5. 19-7545 ACM_Proposal (PDF) 6. 19-7545 NORA_Executed (PDF) 16.C.4 Packet Pg. 1294 05/14/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.C.4 Doc ID: 7913 Item Summary: Recommendation to approve an Agreement for Invitation to Bid No. 19 -7545, Orange Tree Wastewater Plant Miscellaneous Metals Improvements, with contractor Atlantic Concrete & Mechanical, Inc., in the amount of $284,201.50, for Project 70239, and authorize the necessary budget amendments. Meeting Date: 05/14/2019 Prepared by: Title: Project Manager, Senior – Public Utilities Planning and Project Management Name: Peter Schalt 03/28/2019 9:14 AM Submitted by: Title: Division Director - Public Utilities Eng – Public Utilities Planning and Project Management Name: Tom Chmelik 03/28/2019 9:14 AM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 03/28/2019 10:57 AM Procurement Services Sandra Herrera Additional Reviewer Completed 03/28/2019 1:21 PM Procurement Services Barbara Lance Additional Reviewer Completed 03/28/2019 2:51 PM Public Utilities Planning and Project Management Tom Chmelik Additional Reviewer Completed 03/28/2019 3:16 PM Public Utilities Operations Support Joseph Bellone Additional Reviewer Completed 04/02/2019 7:49 AM Public Utilities Operations Support Tara Castillo Additional Reviewer Completed 04/10/2019 4:17 PM Public Utilities Planning and Project Management Craig Pajer Additional Reviewer Completed 04/17/2019 9:06 AM Procurement Services Ted Coyman Additional Reviewer Completed 04/17/2019 9:35 AM Procurement Services Swainson Hall Additional Reviewer Completed 04/18/2019 11:07 AM Public Utilities Department Sarah Hamilton Level 1 Division Reviewer Completed 04/22/2019 11:06 AM Public Utilities Department George Yilmaz Level 2 Division Administrator Review Completed 04/22/2019 12:59 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 04/23/2019 8:55 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 04/23/2019 11:09 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 04/24/2019 3:49 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 05/03/2019 11:42 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 05/06/2019 11:22 AM 16.C.4 Packet Pg. 1295 05/14/2019 Board of County Commissioners MaryJo Brock Meeting Pending 05/14/2019 9:00 AM 16.C.4 Packet Pg. 1296 03/25/2019 Sena & Whitney LLC 190 Glades Rd Suite C Boca Raton, FL 33432 Debbie Adametz 561-210-8715 561-210-8716 dadametz@thesenagroup.com 00000000-0 6 ATLANTIC CONCRETE & MECHANICAL PO BOX 551315 JACKSONVILLE, FL 32255-1315 Evanston Insurance Company, 35378 35378 A Y 3AA318570 02/04/2019 02/04/2020X X X 1,000,000 100,000 5,000 1,000,000 2,000,000 2,000,000 Progressive Express Ins. Co.10193 B Y 03508978-4 02/11/2019 02/11/2020 X 1,000,000 Evanston Insurance Company, 35378 35378 A EZXS3004207 02/04/2019 02/04/2020 X X 2,000,000 2,000,000 Westchester Surplus Lines Ins. Co., 10172 10172 C G71156722001 07/10/2018 07/10/2019Pollution General Aggregate 2,000,000 Westchester Surplus Lines Ins. Co., 10172 10172 C G71156722001 07/10/2018 07/10/2019Pollution Each Claim 1,000,000 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS OR BOARD OF COUNTY COMMISSIONERS IN COLLIER COUNTY OR COLLIER COUNTY GOVERMENT OR COLLIER COUNTY ARE ADDITIONAL INSURED WITH RESPECTS TO COMMERCIAL LIABILITY & AUTO AS PER WRITTEN CONTRACT.PRIMARY & NON-CONTRIBUTORY INCLUDED ON GENERAL LIABILITY. COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS 3295 TAMIAMI TRAIL E. NAPLES, FL 34112 (DEA) Printed by DEA on March 25, 2019 at 03:37PM ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTED CLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGG $JECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE 16.C.4.b Packet Pg. 1297 Attachment: 19-7545 ACM_Insurance_3-27-19 (7913 : Orange Tree Wastewater Plant Misc. Metals Project) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 3/27/2019 SUNZ Insurance Solutions, LLC. ID: (Kymberly) c/o Kymberly Group Payroll Solutions, Inc. 3218 E. Colonial Drive, Ste F Orlando , FL 32803 407-228-6428 SUNZ Insurance Company 34762 A WC010-00001-019 3/1/2019 3/1/2020 3 1,000,000N 1,000,000 1,000,000 Rick Leonard Phil Martina Kymberly Group Payroll Solutions, Inc. 3218 E Colonial Drive Suite F Orlando FL 32803 47752193 Client Effective: 4/27/2015 1186 Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples FL 33412 Coverage provided for all leased employees but not subcontractors of: Atlantic Concrete and Mechanical, Inc. Owner:Collier County Florida Project: 19-7545 NESA Miscellaneous Metals Improvements 47752193 | Kymberly Group Payroll PEO 010 MASTER CERT | Karen DeAvila | 3/27/2019 12:53:19 PM (EDT) | Page 1 of 1 16.C.4.b Packet Pg. 1298 Attachment: 19-7545 ACM_Insurance_3-27-19 (7913 : Orange Tree Wastewater Plant Misc. Metals Project) Tetra Tech, Inc. 10600 Chevrolet Way, Suite 300 Estero, FL 33928 Tel 239.390.1467 Fax 239.390.1769 www.tetratech.com January 28th, 2019 Peter Schalt, PMP Collier County Public Utilities 3339 Tamiami Trail East, Suite 303 Naples, FL 34112 Subject: Engineer’s Letter of Recommended Award for Orange Tree WWTP Miscellaneous Metals Improvements Project Tt#200-08486-17021 Dear Mr. Schalt, Collier County recently received bids for the Orange Tree Wastewater Treatment Plant (WWTP) Miscellaneous Metals Improvements Project. As shown in the attached documentation, three submittals were received, of which one was a “No Bid”. The two other bids received were from Atlantic Concrete and Mechanical, Inc. (ACM) in the amount of $284,201.50 and E&D Contracting Services, Inc. in the amount of $361,653.60. Both bids included a 10% owner directed allowance for unforeseen conditions. Based on Tetra Tech’s review of the documents provided, it appears that both bidders provided all documentation necessary and are therefore responsive bidders. With ACM being the apparent lowest responsive bidder. Compared to the Engineer’s Estimate of $308,489.50, ACM’s bid comes in under the estimated cost by $24,288 or roughly 8%. According to their website and the documentation provided, ACM is a Florida Certified General Contractor specializing in water and wastewater construction. ACM is based out of Jacksonville, Florida but does work throughout the state. ACM has provided documentation showing completed work similar to the proposed project and has been in business for 16 years. ACM provided six references in Florida for projects that have been completed within the last four years. Of the six references, four were contacted and of those four only three responded to the inquiries at the time this letter was written. A log of the reference inquiries and responses is shown on the following page. 16.C.4.c Packet Pg. 1299 Attachment: TT Bid Recommendation Letter 012919 (7913 : Orange Tree Wastewater Plant Misc. Metals Project) Mr. Peter Schalt January 28th, 2019 P a g e 2 Reference Inquiry and Response Log Orange Tree WWTP Misc. Metals Improvements Reference # from Form 5 Owner Representative Response 1 City of Marco Island John Pratt, RWPF Chief Operator Very satisfied with ACM. Cost conscious and responsible. 4 City of Edge Water Bob Polizzi, Water Plant Manager No issues with ACM 6 City of Apopka Vladimir Simonovski, P.E., Senior Designer Very satisfied with ACM. Best contractor ever. Finished ahead of schedule. References were contacted on January 28th, 2019, by Steven Agapi, E.I. Of the refences who responded, nothing negative was said of ACM, on the contrary the City of Marco and Apopka both had high regards for ACM. It should be noted that ACM listed G & G Industries as a subcontractor responsible for the mechanical portion of the project. Tetra Tech has not worked with ACM but has worked with G & G Industries in the past involving metal fabrication at a wastewater plant in Cape Coral and is confident they are capable to handle the job. Based on the above information, Tetra Tech Inc. recommends that the contract for the Orange Tree Wastewater Treatment Plant Miscellaneous Metals Improvements be awarded to Atlantic Concrete and Mechanical, Inc. in the bid amount of $284,201.50 Sincerely, Tetra Tech Tyler Wainright, P.E. Project Manager 16.C.4.c Packet Pg. 1300 Attachment: TT Bid Recommendation Letter 012919 (7913 : Orange Tree Wastewater Plant Misc. Metals Project) Project Manager: Peter Schalt Notices Sent:17,581 Procurement Strategist: Barbara Lance Bid Packages Downloaded:74 Submittals:2 Contractor Name: B&B Interior Systems Bid Item #Description Unit QTY Unit Price Total Unit Price Total Unit Price Total 1 Sludge Conditioning Tank Stairwell LS 1 $14,768.00 $14,768.00 $41,303.00 $41,303.00 $29,500.00 $29,500.00 2 Filter Platform and Stairwell LS 1 $167,860.00 $167,860.00 $83,224.00 $83,224.00 $192,350.00 $192,350.00 3 Digester Handrail improvements LS 1 $48,675.00 $48,675.00 $98,056.00 $98,056.00 $28,100.00 $28,100.00 4 Headworks Improvements LS 1 $3,575.00 $3,575.00 $75,293.00 $75,293.00 $5,000.00 $5,000.00 5 General Requirements LS 1 $23,487.00 $23,487.00 $30,900.00 $30,900.00 $25,495.00 $25,495.00 $258,365.00 $328,776.00 $280,445.00 6 Allowance (10% of the sum of items (1-5)LS 1 $25,836.50 $32,877.60 $28,044.50 $284,201.50 $361,653.60 $308,489.50 Bid Response Form (Form 1) Contractors Key Personnel Assign to Proj - (Form 2) Material Manufacturers (Form 3) List of Major Subcontractors (Form 4) Statement of Experience of Bidder (Form 5) Trench Safety Act Acknowledgement (Form 6) Bid Bond (Form 7) Insurance and Bonding Requirements (Form 8) Conflict of Interest Affidavit (Form 9) Vendor Declaration Statement (Form 10) Immigration Affidavit Certification (Form 11) Vendor Substitute W-9 (Form 12) Bidders Checklist (Form 13) Business Tax Receipt Addendums (2) Opened By: Jim Flanagan Witnessed By: Kris Lopez Bid Open Date: January 23, 2019 Yes Yes TOTAL RESPONSIVE CHECK (YES/NO) Allowance Yes Yes Yes Yes Yes Yes YesYes Responsive Responsive N/A Yes Yes Yes Yes Yes Subtotal Yes Yes N/A Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes BID SCHEDULE 19-7545 NESA (Orange Tree WW Plant) Miscellaneous Metals Improvements Project Atlantic Concrete & Mechanical, Inc E&D Contracting Services, Inc.Engineer's Estimate No Bid -not avail for proj Page 1 of 1 PRINTED 3/28/2019 16.C.4.d Packet Pg. 1301 Attachment: 19-7545 Bid Tab (7913 : Orange Tree Wastewater Plant Misc. Metals Project) Contractor Name: Bid Item #Description Unit QTY Unit Price Total 1 Sludge Conditioning Tank Stairwell LS 1 $14,768.00 $14,768.00 2 Filter Platform and Stairwell LS 1 $167,860.00 $167,860.00 3 Digester Handrail improvements LS 1 $48,675.00 $48,675.00 4 Headworks Improvements LS 1 $3,575.00 $3,575.00 5 General Requirements LS 1 $23,487.00 $23,487.00 Sub-Total $258,365.00 6 Allowance (10% of the sum of Items 1-5)LS 1 $25,836.50 $284,201.50 19-7545 NESA (Orange Tree WW Plant) Miscellaneous Metals Improvements Project Atlantic Concrete and Mechanical Inc. Total BID SCHEDULE Allowance Page 1 of 1 PRINTED 1/23/2019 16.C.4.e Packet Pg. 1302 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project) FORM 1 -BID RESPONSE FORM BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA NESA (Orange Tree WW Plant) Miscellaneous Metals Improvements Project BID NO.19-7545 Full Name of Bidder Main Business Address Place of Business Telephone No.Fax No. State Contractor's License # State of Florida Certificate of Authority Document Number Federal Tax Identification Number DUNS #CCR#Cage Code To:BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully examined the location of the proposed Work, the proposed form of Agreement and all other Contract Documents and Bonds, and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agre ement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points, and in the case where further decimal points areinadvertentlyprovided,roundingtotwodecimalpointswillbeconductedbyProcurementServices Division staff. 16.C.4.e Packet Pg. 1303 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project)Atlantic Concrete and Mechanical Inc. P.O. Box 551315 Jacksonville FL 32255-1315 Jacksonville FL 32255-1315 (904) 866-0392 None CGC 1522907 P02000113899 04-3726862 847005027 FORM 2 -KEY PERSONNEL ASSIGNED TO THE PROJECT NESA (Orange Tree WW Plant) Miscellaneous Metals Improvements Project Bid No.19-7545 Name Personnel Category Construction Superintendent Project Manager 16.C.4.e Packet Pg. 1304 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project)Stephen Bone Joe Brown FORM 3 -MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON-RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications, including compliance with Florida Statute 255.20 to provide lumber, timber and other forest products produced andmanufactured inthe StateofFloridaas longastheprice, fitness andqualityareequal. Exceptions (when equals are acceptable) may be requested by completing the Material Manufacturer Exception Lis t below. If an exception for a manufacturer and/or material is proposed and listed below and is not approved by Engineer/Project Manager, Biddershallfurnishthemanufacturernamedinthespecification. Acceptanceofthisformdoesnotconstitute acceptance of material proposed on this list. Complete and sign section A OR B. Section A (Acceptance of all manufactures and materials in Bid specifications) On behalf of my firm, I confirm that we will use all manufacturers and materials as specifically outlin ed in the Bid specifications. Company: _____________________________________________________________ Signature: ___________________________________________Date: _________ Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL EXCEPTION MANUFACTURER 1. 2. 3. 4. 5. Please insert additional pages as necessary. Company:__________________________________________________-_________________ Signature:______________________________________________________Date ________ 16.C.4.e Packet Pg. 1305 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project)Atlantic Concrete and Mechanical Inc. Joe H Brown Jr / President 01/23/19 Atlantic Concrete and Mechanical Inc. 01/23/19Joe H Brown Jr / President None None FORM 4 -LIST OF MAJOR SUBCONTRACTORS THIS LIST MUST BE COMPLETED OR BID MAY BE DEEMED NON-RESPONSIVE The undersigned states that the following is a list of the proposed subcontractors for the major categories outlined in the requirements of the Bid specifications. The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major categories listed -08 and Section 15 of Instructions to Bidders) and meet all legal requirements applicable to and necessitated by the Contract Documents, incl uding, but not limited to proper licenses, certifications, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non-compliant or non-qualified Subcontractors in its bid offer. Further, the Owner may direct the Successful Bidder to remove/replace any Subcontractor, at no additional cost to Owner, which is found to be non -compliant with this requirement either before or after the issuance of the Award of Contract by Owner. (Attach additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and in accordance with the requirements of the Contract Documents, the Successful Bidder shall identify all Subcontractors itintends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion of work on this Project must be qualified as noted above. Major Category of Work Subcontractor and Address 1.Electrical 2.Mechanical 3.Plumbing 4.Site Work 5.Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule Company: ___________________________________________________________________ Signature: __________________________________________________Date: _________ 16.C.4.e Packet Pg. 1306 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project)None G & G Industries None Self-Perform None Atlantic Concrete and Mechanical Inc. 01/23/19Joe H Brown Jr / President FORM 5 -STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within the last five (5) years is a judge of its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. 1. _______________________________________ ____________________________________________ (project name) (project owner) _______________________________________ ____________________________________________ (project location) _______________________________________ _________________________ __________________ le) ________________________$_____________ _________________ _________________________ (project start/completion dates) (contract value) (phone) (email) 2. ___________________________________________________________________________________ (project name) (project owner) ___________________________________________________________________________________ (project location) _______________________________________ _________________________ __________________ (proje ________________________ $_____________ _________________ _________________________ (project start/completion dates) (contract value) (phone) (email) 3. _______________________________________ ____________________________________________ (project name)(project owner) _______________________________________ ____________________________________________ (project location)ddress) _______________________________________ _________________________ __________________ ontact person) (title) ________________________ $_____________ _________________ _________________________ (project start/completion dates) (contract value) (phone) (email) 16.C.4.e Packet Pg. 1307 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project)Marco Island RWPF - MLE #1 Tank Recoating City of Marco Island, Florida 50 Bald Eagle Drive Marco Island FL 34145 Jeff Westrick - Cypress Coatings PresidentStructural Steel Tank Repairs and Recoating (239) 822-8427 jeff@cypresscc.net 807 East Elkcam Circle Marco Island FL34145 June 2016 - Dec 2016 126,100.00 Rehabilitation of Lime Silo Supports City of Miramar Florida Miramar East WTP 2600 SW 66th Terrace Miramar FL 33023 Rehabilitation of Lime Silo Supports Structural Steel Repairs and Grating Replacement May 2017 / June 2017 28,000.00 13900 Pembroke Road Miramar FL 33027 Stephen Glatthorn, P.E.Utility Engineer (954) 268-0433 sglatthorn@ci.miramar.fl.us Stormwater Pump Station No. 1 48" Steel Pipe Replacement SWPS #1 - Sawgrass Expressway Coral Springs FL Removal and Replacement of Existing 48" Steel Outfall Pipe August 2015 / Dec 2015 595,095.00 North Springs Improvement District 9700 NW 52nd Street Coral Springs FL 33076 Rod Colon Deputy District Manager (954) 796-6628 rodc@nsidfl.gov FORM 5 -STATEMENT OF EXPERIENCE OF BIDDER 4. _______________________________________ ____________________________________________ (project name)(project owner) _______________________________________ ____________________________________________ (project location) _______________________________________ _________________________ __________________ (project description) ________________________ $_____________ _________________ _________________________ (project completion date)(contract value) (phone)(email) 5. _______________________________________ ____________________________________________ (project name)(project owner) _______________________________________ ____________________________________________ (project location) _______________________________________ _________________________ __________________ (project description) ________________________ $_____________ _________________ _________________________ (project completion date)(contract value) (phone)(email) 6. _______________________________________ ____________________________________________ (project name)(project owner) _______________________________________ ____________________________________________ (project location) _______________________________________ _________________________ __________________ (project description) ________________________ $_____________ _________________ _________________________ (project completion date)(contract value) (phone)(email) Company: ___________________________________________________________________ Signature: __________________________________________________Date: _________ 16.C.4.e Packet Pg. 1308 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project)Removal / Replacement Carbon Dioxide Tank City of Edgewater Florida Alan R Thomas WTF 3315 State Road 442, Edgewater FL 32132 104 N Riverside Drive Edgewater FL 32132 Removal / Replacement of Existing CO2 Tank Robert Polizzi Water Plant Manager March 2018 / April 2018 240,450.00 (386) 424-2400 Ext 4031 rpolizzi@cityofedgewater.org Rehabilitation of Wells 1,3,4,5,8 and 9 Parkland FL / Coral Springs FL Complete Rehab of Existing Raw Water Wells Includes - Piping, Concrete, Electrical and I & C June 2016 / Dec 2017 952,789.00 North Springs Improvement District 9700 NW 52nd Street Coral Springs FL 33076 Eric Mills Virtual Design Group President (954) 938-3060 eric@virturaldesigngroup.net Reclaimed Water System Extension Golden Gem Road City of Apopka Florida 748 East Cleveland Street Apopka FL 32703 Vladimir Simonovski, P.E.Senior Designer (407) 389-0677 vsimonovski@apopka.net Golden Gem Road and West Ponkan Road Installation of 2,700 LF - 24" Ductile Iron Pipe, Valves and Fittings Sept 2018 / Nov 2018 137,609.00 Atlantic Concrete and Mechanical Inc. 01/23/19Joe H Brown Jr / President FORM 6 -TRENCH SAFETY ACT 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 Florida) effectiveOctober 1, 1990. TheBidder further identifies t hecost to besummarized below: Trench Safety Measure (Description) Units of Measure (LF,SY) Unit (Quantity) Unit Cost Extended Cost 1. 2. 3. 4. 5. TOTAL $ Failure to complete the above may result in the Bid being declared non-responsive. Company: __________________________________________________________________________ Signature: __________________________________________________Date: ________________ 16.C.4.e Packet Pg. 1309 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project)Trench Layback Trench Shields LS LF 100 1 5.00 500.00 500.00 500.00 1,000.00 Atlantic Concrete and Mechanical Inc. 01/23/19Joe H Brown Jr / President 16.C.4.e Packet Pg. 1310 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project) 16.C.4.e Packet Pg. 1311 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project) 16.C.4.e Packet Pg. 1312 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project) FORM 8 -INSURANCE AND BONDING REQUIREMENTS The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. separate Vendors, Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, exce pt such rights as they may have to the proceeds of such insurance. The Vendor a nd County shall, where appropriate, require similar em to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Collier , or, the specific solicitation number and title. The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Flor ida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of intere sts provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contr act Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County . The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of InsuranceServicesOffice(ISO)forms andendorsementsor theirequivalents. IfVendorhas anyself -insuredretentionsor deductibles under anyofthebelowlisted minimum requiredcoverage, Vendor mustidentifyontheCertificateofInsurancethenatureandamount of such self-insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self- Coverage(s)shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation,whichever is longer. The Vendor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take s teps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverage (s)required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage (s)and charge the Vendor for such coverage(s)purchased. If Vendor fails to reimburse the Countyfor suchcosts within thirty(30) days after demand, the Countyhas the right to offset thesecosts from any amount due Vendor under this Agreement or any other agreemen t between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage (s)purchased or the insurance company or companies used. The decision of the County to purchase such insuranc e coverage(s)shall in no way be construed to be a waiver of any of its rights under the Contract Documents. Iftheinitial or any subsequentlyissued Certificate of Insuranceexpires prior to the completionof the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration d ate on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justifi cation for the County to terminate any and all contracts. 16.C.4.e Packet Pg. 1313 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project) Collier County Florida Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1.Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements ption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2.$____1,000,000__single limit per occurrence 3.Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $__1,000,000___single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors;Products and Completed Operations and Contractual Liability. 4.Indemnification To the maximum extent permitted by Florida law,the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5.Automobile Liability $___1,000,000_Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6.Other insurance as noted:Watercraft $__________Per Occurrence UnitedStatesLongshoreman'sandHarborworker's Actcoverageshallbemaintained where applicable to the completion of the work. $__________Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $__________Per Occurrence Aircraft Liability coverageshallbe carried inlimits of notless than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $__________Per Occurrence Pollution $__________Per Occurrence Professional Liability $ ___________Per claim & in the aggregate Project Professional Liability $__________Per Occurrence Valuable Papers Insurance $__________Per Occurrence Cyber Liability $__________Per Occurrence Technology Errors & Omissions $__________Per Occurrence 16.C.4.e Packet Pg. 1314 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project) 7.Bid bond or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sumequal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8.Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amo unt, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as - better as to general policyholders ratingandClass V or higher ratingas to financial size surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9.Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10.Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required.This insurance shall be primary and non-contributory with respect to any other insurance maintained 11.The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must s tate the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on beh alf of Collier County. 12.On all certificates,the Certificate Holder must read:Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13.Thirty (30)Days Cancellation Notice required. 14.Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary.Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questio ns 12/2/18 -CC ___________________________________________________________________________________________________________ We understand the insurance requirements of these specifications and that the evidence of insurability may be required with in five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from t he date of award. Name of Firm _______________________________________Date ____________________________ Vendor Signature _________________________________________________________________________ Print Name _________________________________________________________________________ Insurance Agency _________________________________________________________________________ Agent Name ___________________________________Telephone Number ________________ 16.C.4.e Packet Pg. 1315 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project)Atlantic Concrete and Mechanical Inc.01/23/19 Joe H Brown Jr / President The Sena Group Ty Whitney (954) 448-1971 FORM 9 -CONFLICT OF INTEREST AFFIDAVIT The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules The firm has not set the for affiliated past or current Collier County project identified above (e.g.,writing a statement of work,specifications,or performing systems engineering and technical direction for the procurement)which appears to skew the competition in favor of my firm. Impaired objectivity The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals /past performance of itself or a competitor,which calls into question the ability to render impartial advice to the government. Unequal access to information The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate)with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor /vendor must provide the following: 1.All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned project; and, 2.Indicate if the information produced was obtained as a matter of public record -public (not in Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identif ied, may result in the disqualification for future solicitations affiliated with the above referenced project(s). Bythesignaturebelow, thefirm(employees, officers and/or agents)certifies, andherebydiscloses, that, to thebestoftheir knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: ____________________________________________________________________________ Signature and Date:_________________________________________________________________ Print Name: _______________________________________________________________________ Title of Signatory: __________________________________________________________________ 16.C.4.e Packet Pg. 1316 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project)Atlantic Concrete and Mechanical Inc. 01/23/19 Joe H Brown Jr President FORM 10 -VENDOR DECLARATION STATEMENT BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples,Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firmand Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed bythe above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal,beawarded, orperformasasub-vendor foranyfutureassociatedwithworkthatisaresultofthisawarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on thi s _____ day of _____________, 20__ in the County of _______________, in the State of _____________. Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Signature by: (Typed and written) Title: 16.C.4.e Packet Pg. 1317 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project)Joe H Brown Jr / President (904) 866-0392 04-3726862 P02000113899 Atlantic Concrete and Mechanical Inc. P.O. Box 551315 Jacksonville FL 32255-1315 23rd January 19 Duval Florida Additional Contact Information Send payments to: (required if different from above)Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Secondary Contact for this Solicitation: Email: Phone: 16.C.4.e Packet Pg. 1318 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project)Atlantic Concrete and Mechanical Inc. Joe Brown President P.O. Box 551315 Jacksonville FL 32255-1315 (904) 866-0392 jbrown@acmfla.com Not Applicable None 16.C.4.e Packet Pg. 1319 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project) FORM 12 -VENDOR SUBSTITUTE W 9 Request for Taxpayer Identification Number and Certification In accordance with the I nternal Revenue Service regulations,Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County(including social security numbers if used by the individual or company for tax reporting purposes).Florida Statute 119.071(5)requires that the county notify you in writing of the reason for collecting this information,which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1.General Information (provide all information) Taxpayer Name ________________________________________________________________________________ (as shown on income tax return) Business Name (if different from taxpayer name) Address ____________________________________City ______________________________________________ State ______________________________________Zip______________________________________________ Telephone __________________Email_____________________ Order Information (Must be filled out) Address ___________________________________ Remit / Payment Information (Must be filled out) Address ____________________________________________ City __________State ________Zip ___________City _____________State _________Zip______________ Email ____________________________________Email ____________________________________________ 2.Company Status (check only one) Individual / Sole Proprietor Corporation Partnership Tax Exempt (Federal income tax-exempt entity under Internal Revenue Service guidelines IRC 501 (c) 3) Limited Liability Company Enter the tax classification (D = Disregarded Entity,C =Corporation, P = Partnership) 3.Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN)_______________________________________________________________ (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4.Sign and Date Form:Certification: Under penalties of perjury,I certify that the information shown on this form is correct to my knowledge. Signature ___________________________________________________________ Date ______________________________ Title _______________________________________________________________ Phone Number ________________________ 16.C.4.e Packet Pg. 1320 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project)Atlantic Concrete and Mechanical Inc. P.O. Box 551315 Jacksonville Florida 32255-1315 (904) 866-0392 jbrown@acmfla.com P.O. Box 551315 Jacksonville FL 32255-1315 jbrown@acmfla.com P.O. Box 551315 Jacksonville FL 32255-1315 jbrown@acmfla.com X 04-3726862 01/23/19 (904) 866-0392Joe H Brown Jr / President FORM 13 -BIDDERS CHECKLIST IMPORTANT: Please read carefully, sign in the spaces indicated and return with your Bid.Bidder should check off each of the following items as the necessary action is completed: 1.The Bid has been signed. 2.The Bid prices offered have been reviewed. 3.The price extensions and totals have been checked. 4.Bid Schedule has been completed and attached. 5.Any required drawings, descriptive literature, etc. have been included. 6.Any delivery information required is included. 7.The following on-line standard documents have been reviewed in Bidsync: 1.Construction bid instructions form 2.Construction services agreement 3.Purchase order terms and conditions 8.All of the following bid forms have been completed and signed: 1.Bid Form (Form 1) 2.Contractors Key Personnel (Form 2) 3.Material Manufacturers (Form 3) 4.List of Major Subcontractors (Form 4) 5.Statement of Experience (Form 5) 6.Trench Safety Act (Form 6) 7.Bid Bond Form (Form 7) 8.Insurance &Bonding Requirements (Form 8) 9.Conflict of Interest Affidavit (Form 9) 10.Vendor Declaration Statement (Form 10) 11.Immigration Law Affidavit Certification (Form 11) 12.Vendor Substitute W-9 (Form 12) 13.Bidders Checklist (Form 13 this form) 14.Business tax Receipt (Collier County Businesses Only) 15. Signed Grants Provisions Package (if applicable) 9.Copies of required information have been attached 1.C E-Verify profile page or memorandum of understanding 2.Certificate of Authority to Conduct Business in State of Florida 3.Any required professional licenses valid and current (ie: General Contractors license, Underground Utility and Excavation, Builders, Trade Contractors, etc., as applicable, requested and/or required.) 10.If required, the amount submitted. 11.Any addenda have been signed and acknowledgement form attached and included. 12.The Bid will be uploaded in time to be received no later than the specified opening date and time, otherwise the Bid cannot be considered. Bidder Name Signature & Title Date 16.C.4.e Packet Pg. 1321 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project)Atlantic Concrete and Mechanical Inc. Joe H Brown Jr / President 01/23/19 Page 13 of 17 E-Verify MOU for Employers |Revision Date 06/01/13 Company ID Number: Approved by: Employer Name (Please Type or Print)Title Signature Date Department of Homeland Security –Verification Division Name (Please Type or Print)Title Signature Date 1313419 Atlantic Concrete and Mechanical Inc. Joe Brown Electronically Signed 06/10/2018 USCIS Verification Division Electronically Signed 06/10/2018 16.C.4.e Packet Pg. 1322 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project) 11560 RIVA RIDGE COURT JACKSONVILLE,FL 32218 Current Principal Place of Business: Current Mailing Address: P.O. BOX 551315 JACKSONVILLE,FL 32255 Entity Name:ATLANTIC CONCRETE AND MECHANICAL, INC. DOCUMENT#P02000113899 FEI Number:04-3726862 Certificate of Status Desired: Name and Address of Current Registered Agent: BROWN JR, JOE H 11560 RIVA RIDGE COURT JACKSONVILLE,FL 32218 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 JOE H BROWN JR FILED Jan 15,2018 Secretary of State CC3669644932 JOE H BROWN JR PSTD 01/15/2018 2018 FLORIDA PROFIT CORPORATION ANNUAL REPORT No 01/15/2018 Title PSTD Name BROWN JR, JOE H Address 11560 RIVA RIDGE COURT City-State-Zip:JACKSONVILLE FL 32218 16.C.4.e Packet Pg. 1323 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project) 16.C.4.e Packet Pg. 1324 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project) ADDENDUM # 1 Memorandum Date: January 9, 2019 From: Barbara Lance, Procurement Strategist To: Interested Parties Subject: Addendum # 1 – 19-7545 NESA (Orange Tree WW Plant) Miscellaneous Metals Improvements This addendum has been issued for the following item(s) identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. Addition: “19-7545 Pre-Bid Sign-In Sheet” has been uploaded to BidSync. CC: , Project Manager Please acknowledge receipt of this Addendum and include with your bid. (Signature) Date (Name of Firm) If you require additional information, please post a question on BidSync on -line or contact me using the above contact information. Email: Barbara.Lance@colliercountygov.net Telephone: 239-252-8998 16.C.4.e Packet Pg. 1325 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project)January 23, 2019 Atlantic Concrete and Mechanical Inc. Joe H Brown Jr / President ADDENDUM # 2 Memorandum Date: January 11, 2019 From: Barbara Lance, Procurement Strategist To: Interested Parties Subject: Addendum # 2 – 19-7545 NESA (Orange Tree WW Plant) Miscellaneous Metals Improvements This addendum has been issued for the following item(s) identifying clarifications, changes, deletions, or additions to the original solicitation documents and bid schedule for the above referenced solicitation. Changes: Please see “19-7545 Addendum 2_Engineer of Record.pdf” for details on changes made to the below documents. Revision 2 docs have been uploaded to BidSync: 19-7545 Addendum 2_Bid Schedule_Rev 2 19-7545 Addendum 2_Measurement and Payment_Rev 2 19-7545 Addendum 2_Summary of Work_Rev 2 19-7545 Addendum 2_Exhibit M_Plans_Rev 2 (replaces 19-7545 Exhibit M_Plans) CC: Peter Schalt, Project Manager Please acknowledge receipt of this Addendum and include with your bid. (Signature) Date (Name of Firm) If you require additional information, please post a question on BidSync on -line or contact me using the above contact information. Email: Barbara.Lance@colliercountygov.net Telephone: 239-252-8998 16.C.4.e Packet Pg. 1326 Attachment: 19-7545 ACM_Proposal (7913 : Orange Tree Wastewater Plant Misc. Metals Project)Atlantic Concrete and Mechanical Inc. January 23, 2019 Joe H Brown Jr / President 16.C.4.f Packet Pg. 1327 Attachment: 19-7545 NORA_Executed (7913 : Orange Tree Wastewater Plant Misc. Metals Project)