2021 Annual Water and Reclaimed Water Repair and Improvements

Closed November 10, 2021, 02:00 PM

  • Reference number21-0025-UT
  • StatusAwarded
  • SummaryThe intent of this bid is to obtain competitive prices to establish an annual contract for on-call (as-needed) services for water and reclaimed water infrastructure repairs and improvements on a non-emergency (scheduled) or emergency basis; and on-call (as-needed) services for utility related asphalt repair and resurfacing; and on-call (as-needed) services.
  • Winning entity
    Group A: TLC Diversified, Inc.
  • ValueCumulative annual not-to-exceed amount of $6,000,000.00 for a period of one (1) year, with three (3), one (1) year renewal options
  • Date awardedJanuary 06, 2022

PUBLIC NOTICE

21-0025-UT

2021 ANNUAL WATER AND RECLAIMED WATER REPAIR AND IMPROVEMENTS

INVITATION TO BID

Notice is hereby given that the City of Clearwater (City) is accepting sealed bids on the work of: The intent of this bid is to obtain competitive prices to establish an annual contract for on-call (as-needed) services for water and reclaimed water infrastructure repairs and improvements on a non-emergency (scheduled) or emergency basis (Group A); and on-call (as-needed) services for utility related asphalt repair and resurfacing (Group B); and on-call (as-needed) services for utility related concrete aprons, sidewalks, and curbs (Group C) plans will not be provided upon initial bid. The City of Clearwater owns, operates, and maintains 586 miles of potable water main and 140 miles of reclaimed water mains. The work that may be included as part of this Contract Group A may include but is not limited to point repairs, pipe installation/replacement (with various different installation methods), valve installation/replacement, service line installation, hydrant installation, etc. The work that may be included as part of Group B may include but not be limited to asphalt milling, asphalt replacement, patch repairs, base removal and repair, etc. The work that may be included as part of Group C may include but not be limited to concrete sidewalk, apron, and curb repair. Specific work for this contract (all groups) will be at the request of the City by a work order request. All quantities are estimates only and the city of Clearwater (City) is not obligated to purchase any minimum or maximum amount during the life of the contract. All of the work is to be administered per Section III, Section 11.3, Unit Price Work, of the Contract Documents.

The city reserves the right to increase funds during the contract term if work exceeds original estimates, subject to required authorizations. Beyond the initial one-year term, the city reserves the right to renew the contract for up to three (3) years, for a total contract length of four (4) years.

The successful contractor for Group A will be required to enter into a contract with the City of Clearwater and provide all labor, equipment, and materials for water and reclaimed water infrastructure improvements and repairs. The City has an expectation as part of this contract that the successful contractor(s) will mobilize in an expedited manner during emergencies in order to minimize water and reclaimed water outages for City residents. The City shall define what constitutes as an emergency. For emergency repairs, estimates shall be provided by the contractor within 3 hours and mobilization shall occur within 6 hours. Mobilization, whether nonemergency or emergency, shall be per work order request as defined by the City. Each work order may include more than one individual project. Estimates are required to be provided by the Contractor for all work unless otherwise authorized by the City Project Manager (PM).

The successful contractor for Group B will be required to enter into a contract with the City of Clearwater and provide all labor, equipment, and materials for asphalt milling and resurfacing repairs. The successful contractor for Group C will be required to enter into a contract with the City of Clearwater and provide all labor, equipment, and materials for concrete apron, sidewalk, and curb repair. Each work order for Group B and C may include more than one individual project as defined by the City. Mobilization shall be per work order request as defined by the City. Estimates are required to be provided by the Contractor for all work unless otherwise authorized by the City PM.

The various items shall be performed in accordance with City of Clearwater specifications and in conformity with the existing condition of the pipe, its grade, and dimensions. All work shall be completed in accordance with the City of Clearwater Construction Standard Details, Index No. 101 through 120 and 400 through 608 unless otherwise directed. Products, materials, dimensions specified in this section (IV) and preferred products list shall supersede those products, materials, and dimension called out in the City of Clearwater Construction Standard Details, Index 101 through 120 and 400 through 608.

The Contract will be on the basis of materials and equipment specified or described in the bidding documents. The materials and equipment described herein establish a standard of required type, function, and quality. No item of material or equipment will be considered by the Engineer and/or City as an “or-equal” item unless written request for approval has been submitted by the Bidder and has been received by the City at least 15 days prior to the date for receipt of Bids. Each request shall conform to the requirements of the General Conditions. The City’s decision of approval or disapproval of a proposed item will be final. Warranty for all work conducted under this contract shall be one (1) year for labor. Materials shall comply with the individual products installed.

The Contractor shall provide copies of a current Contractor License/Registration with the state of Florida and Pinellas County in the bid response.

The Contractor shall provide portable project signs as described in Section III, Section 23 of the Contract Documents. The final number of project signs will be determined at the beginning of the project based on the Contractor’s schedule of work submitted for approval. Additional project signs may be required at no additional cost to the city due to the Contractor’s schedule of work.

See Section 448.095. Florida Statutes (2020).

(2) PUBLIC EMPLOYERS, CONTRACTORS, AND SUBCONTRACTORS —

(a) Beginning January 1, 2021, every public employer, contractor, and subcontractor shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees. A public employer, contractor, or subcontractor may not enter into a contract unless each party to the contract registers with and uses the E-Verify system.

(b)1. If a contractor enters into a contract with a subcontractor, the subcontractor must provide the contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien.

2. The contractor shall maintain a copy of such affidavit for the duration of the contract.

 

The City may terminate Contract for any violation of this Article 6.7. See Article 15.2 and Section 448.095. Florida Statutes (2020) 

  • Plans and / or documents are available below.
  • Please email Carrie.Szurly@myclearwater.com if you have questions or concerns about the bid documents. 
  • Please email Carrie.Szurly@myclearwater.com with your contact information to be considered a plan holder. 
  • Please email Todd.Kuhnel@myclearwater.com if you have questions about the project.
  • The Contractor shall provide copies of a current Contractor License/Registration with the state of Florida and Pinellas County in the bid response. 
  • See Section IV of the Specifications to see full Scope of Work. 
  • Vendor Information sheet: Please submit with your bid proposal.
  • Contract Period: 365 Consecutive Calendar Days with option of 3 (1 Year) renewals

Pre-Bid meeting date: October 20, 2021, at 10:00 AM (EST) RECOMMENDED

ZOOM MEETING DETAILS BELOW

Requests for information deadline: October 27, 2021

Pre-qualification submittal deadline: October 27, 2021

For pre-qualification process instructions please see https://www.myclearwater.com/government/city-departments/finance-budget/doing-business-with-the-city/bid-information/construction-management.

Questions about pre-qualification should be sent to Carrie.Szurly@myclearwater.comPlease add the project name and number with all pre-qualification inquiries or submittals.

 

This project will require pre-qualification in the category of

  • Group A - Water / Reclaimed Distribution Mains in the amount of 6 million
  • Group B - Asphaltic Concrete Resurfacing in the amount of 1 million
  • Group C - Concrete Flatwork (Curbs/Walks/Courts/Etc.) in the amount of 1 million

 

Bid Opening date: November 10, 2021, at 2:00PM (EST)

 

ZOOM MEETING DETAILS BELOW

 

FedEx or Bid drop off: Bids will be received until November 10, 2021, at 2:00 PM (EST) by the City of Clearwater Procurement Division, Attn: Lori Vogel Municipal Services Building, 100 S. Myrtle Ave., Clearwater, FL 33756. 

 

Bid opening procedures: Sealed bids shall be submitted to the City and shall be properly identified on the envelope with bid number, title, opening date, and company name

  • 21-0025-UT
  • 2021 Annual Water and Reclaimed Water Repair and Improvements
  • November 10, 2021, at 2:00PM (EST)
  • Company Name – Please provide your company name

Bids shall be opened in public (via Zoom) by the Procurement Division at the time and place stated in the notices. A tabulation of all bids received shall be made available to the public. In the event of price extension errors, the unit price will determine the bid amount.


See below for meeting schedule and details:


Pre-Bid Meeting:

The Bid Opening will be a Zoom virtual meeting: The meeting details are as follows:

October 20, 2021, at 10:00 AM (EST)

Join Zoom Meeting
https://us02web.zoom.us/j/84625988833?pwd=REhFa2VaazFNUmxLYmdMVDhsN3ZjQT09

Meeting ID: 846 2598 8833
Passcode: 598624
One tap mobile
+19292056099,,84625988833# US (New York)
+13017158592,,84625988833# US (Washington DC)

Dial by your location
        +1 929 205 6099 US (New York)
        +1 301 715 8592 US (Washington DC)
        +1 312 626 6799 US (Chicago)
        +1 669 900 6833 US (San Jose)
        +1 253 215 8782 US (Tacoma)
        +1 346 248 7799 US (Houston)
Meeting ID: 846 2598 8833
Find your local number: https://us02web.zoom.us/u/kdKHDazgE1

Bid Opening:

The Bid Opening will be a Zoom virtual meeting: The meeting details are as follows: 

November 10, 2021, at 2:00PM (EST)

Join Zoom Meeting
https://us02web.zoom.us/j/82605673862?pwd=YktsSGZyMDhCOW5jNzYxeGNiRGU1dz09

Meeting ID: 826 0567 3862
Passcode: 490028
One tap mobile
+13126266799,,82605673862# US (Chicago)
+19292056099,,82605673862# US (New York)

Dial by your location
        +1 312 626 6799 US (Chicago)
        +1 929 205 6099 US (New York)
        +1 301 715 8592 US (Washington DC)
        +1 346 248 7799 US (Houston)
        +1 669 900 6833 US (San Jose)
        +1 253 215 8782 US (Tacoma)
Meeting ID: 826 0567 3862
Find your local number: https://us02web.zoom.us/u/kdL4BRygpb

End of Notice


DOCUMENTS

THERE ARE NO ADDENDUMS FOR THIS PROJECT

RECORDING SHEET: 210025UT_PRELIMINARY-Recor.pdf(PDF, 104KB)

NOTICE OF AWARD - GROUP A: ITB_210025UT_NOTICE_OF_AWA.pdf(PDF, 191KB)