HomeMy WebLinkAbout00300SECTION 00300
BID FORM
SUBMITTED:
Date
PROJECT IDENTIFICATION: CITY OF CAPE CANAVERAL
WWTP IMPROVEMENTS FOR
OXIDATION DITCH REHABILITATION
NAME OF BIDDER:
BUSINESS ADDRESS:
Phone No.: Fax No.:
E-Mail Address:
CONTRACTOR'S FLORIDA LICENSE NO.:
THIS BID IS SUBMITTED TO: City of Cape Canaveral, Florida (hereinafter called Owner) acting through its City Commission.
1. The undersigned Bidder offers and agrees to enter into an Agreement with Owner in the form included in the Bidding Documents, to complete all work for the Contract Price and within
the Contract Time, all in accordance with the Contract Documents.
2. Bidder accepts all of the terms and conditions of the Bidding Documents, including without limitation those dealing with the Owner's time for accepting for Bid and the disposition
of Bid Bond.
3. In submitting this Bid, Bidder makes all representations required by the Instructions to Bidders and further warrants and represents that:
(a) Bidder has examined copies of all the Bidding Documents and of the following addenda:
No. _____ Dated _______; No. _____ Dated _______
No. _____ Dated _______; No. _____ Dated _______
No. _____ Dated _______; No. _____ Dated _______
No. _____ Dated _______; No. _____ Dated _______
(Receipt of all which is hereby acknowledged) and also copies of the Advertisement for Bids and the Instructions to Bidders.
(b) Bidder has examined the site and locality where the Work is to be performed and the legal requirements (Federal, State and local laws, ordinances, rules and regulations) and conditions
affecting cost, degree of difficulty, progress or performance of the Work and has made such independent investigations as Bidder deems necessary.
(c) This Bid is genuine and not made in the interest or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any
group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited
or induced any person, firm or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner.
(d) Bidder hereby agrees if this Bid is accepted, to commence work under this contract on or before a date to be specified in the Notice to Proceed and to fully complete all work of
the Project within the Contract Time stipulated in the Agreement (Section 00500). Bidder further agrees to pay as liquidated damages the amount stated in the Agreement for each consecutive
calendar day completion of the work is delayed.
4. Bidder submits the following unit prices to perform all the Work as required by the Drawings and Specifications for the City of Cape Canaveral. Bid shall be awarded based on Total
Base Bid. Estimated quantities may exceed items listed. Payment based on installed quantities.
5. All Bid Items shall include all materials, equipment, labor, permit fees, taxes, tests, miscellaneous costs of all types, overhead, and profit for the item to be complete, in place,
and ready for operation in the manner contemplated by the Contract Documents.
BID SUMMARY
Item No.
Description
Estimated Quantity
Unit
Unit Price
Total Price
WWTP Improvements for Oxidation Ditch Rehabilitation
1
Mobilization and Demobilization
1
LS
$
$
2
General Requirements
1
LS
$
$
3
Indemnification
1
LS
$ 1,000.00
$ 1,000.00
4
Drain the Oxidation Ditch
460
1000 gallons
5
Clean the Oxidation Ditch
3,000
TON
$
$
6
Structural Repair/Rehabilitation Allowance
1
LS
$ 60,000.00
$ 60,000.00
7
All Other Work Not Included in Items 1 through 6
1
LS
$
$
WWTP IMPROVEMENTS FOR OXIDATION DITCH REHABILITATION
(SUM OF NUMBERS 1 THROUGH 7)
$
5. The following documents are attached to and made a condition of this Bid:
(a) Bid Bond/Bid Security (Section 00410 and surety bond or cashier's check).
(b) Power of Attorney (for surety bond only).
(c) Public Entities Crime Form (Section 00470).
(d) Noncollusion Affidavit (Section 00480).
(e) Trench Safety Affidavit (Section 00490).
(f) Corporate authority to execute Bid (for any corporate employee other than president or vice president.
(g) Questionnaire and Subcontractor Listing (Sections 00301 and 00301-A).
(h) Evidence of Bidder’s Certification and License to perform the work.
(i) Experience and financial statement demonstrating the Bidder’s ability to successfully complete the work.
(j) References (Section 00302).
(k) Similar Projects (Section 00303).
(l) Drug Free Workplace (Section 00310).
6. The terms used in this Bid, which are defined in Article 1 of the General Conditions shall have the meanings assigned to them in the General Conditions as amended by the Supplementary
Conditions.
7. COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT (90-96, LAWS OF FLORIDA)
Bidder hereby acknowledges that all costs for complying with the Florida Trench Safety Act (90-96, Laws of Florida) are included in the various items of the proposal and in the Total
Bid Price. For informational purposes only, the Bidder is required to further identify these costs, to be summarized below:
Trench Safety
Measure
Description
Units of
Measure
(LF, SY)
Unit
(Quantity)
Unit
Cost
Extended
Cost
A
$
$
B
$
$
C
$
$
D
$
$
TOTAL:
$
THIS IS NOT A PAY ITEM. The purpose of this form is to disclose information on the costs associated with trench safety measures and to insure that the Bidder has considered these costs
and included them in the Bid Price. Contractor will not receive additional payment if actual quantities differ from those estimated above or if the Contractor uses a safety measure
different than those listed.
Failure to complete the above may result in the Bid being declared non-responsive.
NAME OF BIDDER: _________________________________________________
If Bidder is: (ALL SIGNATORIES MUST HAVE THEIR NAME PRINTED OR TYPED BELOW THEIR SIGNATURE)
SOLE PROPRIETORSHIP
________________________________________________________(SEAL)
(Individual's Signature)
________________________________________________________(SEAL)
(Individual's Name)
Doing Business as: ___________________________________________
Business Address: ___________________________________________
_____________________________________________________________
Phone No.: _________________________________________________
Fax No.:
E-Mail Address:
Florida Licence No.: _________________________________________
A PARTNERSHIP
________________________________________________________(SEAL)
(Partnership Name)
________________________________________________________(SEAL)
(General Partner's Signature)
________________________________________________________(SEAL)
(General Partner's Name)
Business Address: __________________________________________
_____________________________________________________________
Phone No.: _________________________________________________
Fax No.:
E-Mail Address:
Florida License No.: _______________________________________
NAME OF BIDDER: _________________________________________________
A CORPORATION
______________________________________________________________
(Corporation Name)
______________________________________________________________
(State of Incorporation)
By ___________________________________________________________
(Name of Person Authorized to Sign)
______________________________________________________________
(Title)
______________________________________________________________
(Authorized Signature)
(Corporate Seal)
Attest _______________________________________________________
(Secretary)
Business Address: __________________________________________
_____________________________________________________________
Phone No.: _________________________________________________
Fax No.:
E-Mail Address:
Corporation President:: _____________________________________
Florida License No.: _______________________________________
NAME OF BIDDER: _________________________________________________
A JOINT VENTURE
By _____________________________________________________(SEAL)
(Name)
______________________________________________________________
(Address)
By _____________________________________________________(SEAL)
(Name)
______________________________________________________________
(Address)
Business Address: __________________________________________
_____________________________________________________________
Phone No.: _________________________________________________
Fax No.:
E-Mail Address:
Florida License No.: _______________________________________
(Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above).
8. List the following in connection with the Surety which is providing the Bid Bond.
Surety's Name: __________________________________________
Surety's Address: __________________________________________
__________________________________________
__________________________________________
Name and address of Surety's resident agent for service of process in Florida:
______________________________________________________________
______________________________________________________________
______________________________________________________________
SCHEDULE OF MANUFACTURERS/SUPPLIERS
The Contract Documents are based upon the equipment or products available from the manufacturers/suppliers denoted as "A", "B", etc. However, the Bidder must indicate in his Bid which
Base Bid manufacturer/supplier he intends to use for each item of equipment listed by circling one (1) of the listed manufacturers/suppliers. Should the Bidder fail to circle a named
supplier, he hereby agrees to provide the item listed as "A". After receipt of bids, the Bidder may not substitute for any manufacturer or supplier circled.
If the Bidder desires to propose one (1) or more substitution or "or equal" manufacturers/ suppliers, he may write in the name of such substitution or "or equal" in the spaces provided
on the pages following the lists, but he must, nevertheless, also circle one of the listed manufacturers/suppliers. All substitutions or "or equal" items must be identified at the
time of Bid (see Paragraph 6.05 of the General Conditions as amended by the Supplementary Conditions). Substitutions or "or equal" items will not be considered when determining the
Apparent Low Bidder. Substitutions or "or equal" items will not be evaluated or considered until after the "Effective Date" of the Agreement. The Bidder shall base his Bid on providing
one of the listed manufacturers and shall assume for bidding purposes that all substitutions or "or equal" items will not be accepted.
If the proposed substitution or "or equal" manufacturer/supplier is determined "not equivalent" by the Engineer, the Bidder must use the circled manufacturer/supplier. If the Bidder
fails to indicate which listed manufacturer/supplier he intends to use or if a substitution or "or equal" is rejected, he must use the supplier listed as "A". Also, if the Bidder circles
more than one listed manufacturer/supplier, he must use the first manufacturer/supplier circled (unless a substitution or "or equal" is approved).
Each proposed substitution or "or equal" will be evaluated in accordance with Paragraph 6.05 of the General Conditions following the Effective Date of the Agreement.
In addition to the reimbursement required under Paragraph 6.05 of the General Conditions, the Contractor shall also reimburse the Owner for any engineering costs directly attributable
to the change in manufacturers/suppliers, caused by the acceptance of proposed substitutions or "or equal" items, such as; additional field trips for the Engineer, additional redesign
costs, and additional review costs, etc. Other costs directly attributable to the change in manufacturers/suppliers caused by the acceptance of proposed substitutions or "or equal"
items such as increased electrical requirements, larger buildings, modifications to structures, additional pumps, piping or tankage, etc., shall be borne by the Contractor and not by
the Owner. Bidder further agrees that the use of substitute equipment offered will not affect the completion date.
The Owner may request, and the Bidder shall supply any additional information on proposed substitutes or "or equal" items prior to Notice of Award.
SCHEDULE OF BASE BID MANUFACTURERS/SUPPLIERS
Item
No.
Equipment Item
or Material
Specification
Section No.
Base Bid
Manufacturer/Supplier
1.
Paintings
09900
A. Carboline
B. Tnemec Company, Inc.
C. Keeler & Long, Inc.
D. Porter International
2.
Fabricated Aluminum Slide and Weir Gates
11287
A. Waterman Industries
B. Rodney Hunt Company
C. Fontaine
D. Whipps
3.
Fine Bubble Diffused Aeration System
11376
A. Aquarius
B. Sanitaire
4.
Oxidation Ditch Aeration Equipment
11377
A. Ovivo
5.
FRP Carousel Aerator Cover System
11380
Midwestern Fabricators
Enduro Composites
6.
Positive Displacement Blowers and Accessories
11450
A. Universal Blower Pac Inc.
B. Excelsior
7.
Control Systems Supplier
13600
A. Santis Engineering
B. Rocha Controls
8.
Ductile Iron Pipe
15050
A. American
B. U.S. Pipe
C. Clow/McWane
9.
Ductile Iron Fittings
15050
A. Tyler/Union
B. Clow/McWane
C. American
10.
Plug Valves
15050
A. Mueller/Pratt
B. Clow/Kennedy
C. Dezurik
11.
Gate Valves (3” and larger)
15050
A. American-Darling Valve
Company
B. Clow
C. U.S. Pipe
D. M&H
E. Kennedy
F. Mueller
G. Tyler
12.
Tapping Sleeves and Valves
15050
A. JCM
U.S. Pipe
Mueller
American
13.
Bypass Pumping
11312
A. Godwin Pumps
B. Thompson
C. Rain for Rent
SUBSTITUTIONS AND "OR EQUAL"
The undersigned as Bidder agrees that substitutions, or "or equal" items will not be considered until after the "Effective Date of the Agreement" and will be evaluated in accordance
with Paragraph 6.05, of the General Conditions as amended by the Supplementary Conditions. If Bidder intends to propose substitutions or "or equal" items after the "Effective Date
of the Agreement", it is agreed that these items will be listed on the Substitution List that must be included with the Bid (form provided herein). Only the proposed substitutions
or "or equal" items listed on the Substitution List and submitted at the time of Bid will be evaluated by the Engineer in accordance with the General Conditions.
SUBSTITUTION LIST OF
MANUFACTURERS/SUPPLIERS
Bidder proposes the following substitutions and "or equal" items of alternate manufacturers/suppliers for the equipment of material categories so identified:
Equipment Substitute/"or equal"
Item Drawing Spec. Manufacturer/Supplier Proposed
Material No. Section (List One Only) Price Deduct
1.
2.
3.
4.
5.
6.
7.
9.
10.
END OF SECTION