24-013 Raw Water Production Well No. 408 Replacement - ITB

Agency: City of Naples
State: Florida
Level of Government: State & Local
Category:
  • 46 - Water Purification and Sewage Treatment Equipment
  • J - Maintenance, Repair, and Rebuilding of Equipment
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD15227270954213160
Posted Date: Nov 29, 2023
Due Date: Dec 12, 2023
Source: Members Only
24-013 Raw Water Production Well No. 408 Replacement - ITB
Bid/RFP Status:
Open - accepting bids and proposals
Bid/RFP Due Date:
Tuesday, December 12, 2023 - 2:00pm
Bid/RFP Reference Number:
24-013 Raw Water Production Well No. 408 Replacement - ITB
Designer/Engineer:
Agnoli, Barber, & Brundage
Estimated Budget/Cost Estimate:
$2.0 million
Engineer's Estimate:
$2.06 million

The purpose of this Invitation to Bid (ITB) is for the City of Naples to obtain prices from qualified contractors to furnish all supervision, management and labor personnel, equipment, and materials as necessary to complete construction of a new lower Tamiami aquifer raw water production well (replacing City Well No. 408), a new well house, driveway & parking area, pump, wiring, bonding & grounding, and instrumentation. Also included is the removal of the existing Well No. 408 and building that is located in the right-of-way. The proposed project is located on 6th Ave SE on an existing well site owned by the City of Naples; actual address: 3871 6th Ave SE, Naples FL 34117.

Attachment Preview

REQUEST FOR PROPOSAL
CITY OF NAPLES
PURCHASING DIVISION
CITY HALL, 735 8TH STREET SOUTH
NAPLES, FL 34102
PH: 239-213-7100 FX: 239-213-7105
COVER SHEET
NOTIFICATION
DATE:
11/09/2023
Raw Water Production Well No.
408 Replacement - ITB
SOLICITATION
NUMBER:
24-013
OPENING DATE & TIME:
12/12/2023
2:00 PM
PRE-PROPOSAL CONFERENCE DATE, TIME AND LOCATION:
A Non-Mandatory Pre-Proposal Conference will be held November 14th 2023, at 10:00 A.M. local
time in the Utilities Department located at 380 Riverside Circle, Naples FL, 34102
Questions regarding this proposer packet must be received in writing in the Purchasing Division NO LATER THAN
TEN CALENDAR DAYS PRIOR TO THE BID OPENING DATE TO ENSURE AN ANSWER IS PROVIDED PRIOR
TO CLOSING. Last day for questions is 12/02/2023.
Direct all questions to:
Felix Gomez, CPPB, NIGP-CPP
Procurement and Contracts Manager
City of Naples, Purchasing Division
735 8th Street South
Naples, Florida 34102
PH: (239) 213-7101 FX: (239) 213-7105
fgomez@naplesgov.com
LEGAL NAME OF PARTNERSHIP, CORPORATION OR INDIVIDUAL:
MAILING ADDRESS:
CITY-STATE-ZIP:
PH:
FX:
AUTHORIZED SIGNATURE
DATE
EMAIL:
WEB ADDRESS:
PRINTED NAME/TITLE
I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or
person submitting a bid for the same materials, supplies, or equipment and is in all respects fair and without collusion
or fraud. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder.
In submitting a bid to the City of Naples the bidder offers and agrees that if the bid is accepted, the bidder will convey,
sell, assign or transfer to the City of Naples all rights, title, and interest in and to all causes of action it may now or
hereafter acquire under the Anti-trust laws of the United States and the State of FL for price fixing relating to the
particular commodities or services purchased or acquired by the City of Naples. At the City's discretion, such
assignment shall be made and become effective at the time the City tenders final payment to the bidder.
FEI/EIN Number ______________________ DUNS Number________________________
_____Addendum #1
_____Addendum #5
Please initial by all that apply, I acknowledge receipt/ review of the following addendum
_____Addendum #2
_____Addendum #3
_____Addendum #4
_____Addendum #6
_____Addendum #7
_____Addendum #8
PLEASE NOTE THE FOLLOWING
> This page must be completed and returned with your bid.
> Bids must be submitted in a sealed envelope, marked with solicitation number & opening date.
> All submissions must be received, and date stamped by Purchasing staff prior to the above “OPENING DATE & TIME”.
> Submission received after the above opening date and time will not be accepted.
> Bid tabulations will be available on the City of Naples web site https://www.naplesgov.com/rfps
City of Naples
Raw Water Production Well No. 408 Replacement - ITB
1
Rev. 7/23
GENERAL CONDITIONS
TO ENSURE ACCEPTANCE OF THE PROPOSAL, PLEASE FOLLOW THESE
INSTRUCTIONS. ANY AND ALL SPECIAL CONDITIONS, ATTACHED HERETO, HAVE
PRECEDENCE.
1. SEALED PROPOSAL: All proposals must be submitted in a sealed envelope. The
face of the envelope shall contain the proposal name and proposal number.
Proposals not submitted on attached proposal form shall be rejected. All proposals
are subject to the conditions specified herein. Those which do not comply with these
conditions are subject to rejection.
2. DEFINITIONS: Uses of the following terms are interchangeable as referenced:
“vendor, contractor, supplier, proposer, company, parties, persons”, “purchase order,
PO, contract, agreement”, “city, City of Naples, Naples, agency, owner, requestor,
parties”, “bid, proposal, response, quote”.
3. BID EXPENSES: Bidders shall bear all costs and expenses incurred in
developing, preparing, and submitting bids.
4. EXECUTION OF PROPOSAL: Proposal must contain a manual signature of
authorized representative in the proposal section. Proposal must be typed or printed
in ink. Use of erasable ink is not permitted. All corrections made by proposer to his
proposal must be initialed.
5. BID FORMATTING: Vendor should type or electronically enter the information onto
its bid submittal to prevent errors in the evaluation. Failure to type or electronically
enter the information may result in bid disqualification.
6. NO PROPOSAL: If not submitting a proposal, respond by returning the Statement of
No Proposal and explain the reason in the spaces provided. Failure to respond 3
times in succession without justification shall be cause for removal of the supplier's
name from the proposal mailing list. NOTE: To qualify as a respondent, proposer
must submit a "NO PROPOSAL," and it must be received no later than the stated
proposal opening date and hour.
7. PROPOSAL OPENING: Shall be public, on the date and at the time specified on the
proposal form. It is the proposer's responsibility to assure that his proposal is
delivered at the proper time and place of the proposal opening. Proposals which for
any reason are not so delivered will not be considered. Offers by telegram; telephone;
or fax are not acceptable. Proposal files may be examined during normal working
hours.
8. WITHDRAWAL OF PROPOSALS: Withdrawal of a proposal within sixty (60) days
after the opening of proposals is subject to suspension or debarment in accordance
with Section 2-668(2) of the City Code.
9. PRICES, TERMS and PAYMENT: Prices shall be proposed if required by this
request for proposal and include all packing, handling, shipping charges and delivery
City of Naples
Raw Water Production Well No. 408 Replacement - ITB
2
Rev. 7/23
to the destination shown herein. Proposer is encouraged to offer cash discount for
prompt invoice payment. Terms of less than 20 days will not be considered.
A. TAXES: The City of Naples does not pay Federal Excise and Sales taxes on
direct purchases of tangible personal property. See exemption number on
face of purchase order. This exemption does not apply to purchases of
tangible personal property made by contractors who use the tangible personal
property in the performance of contracts for the improvement of City- owned
real property.
B. MISTAKES: Proposers are expected to examine the specifications, delivery
schedule, proposal prices, extensions, and all instructions pertaining to
supplies and services. Failure to do so will be at proposer's risk. In case of
mistake in extension, the unit price will govern.
C. CONDITION AND PACKAGING: It is understood and agreed that any item
offered or shipped as a result of this proposal shall be a new, current standard
production model available at the time of this proposal. All containers shall be
suitable for storage or shipment, and all prices shall include standard
commercial packaging.
D. SAFETY STANDARDS: Unless otherwise stipulated in the proposal, all
manufactured items and fabricated assemblies shall comply with applicable
requirements of Occupational Safety and Health Act and any standards there
under.
E. UNDERWRITERS' LABORATORIES: Unless otherwise stipulated in the
proposal, all manufactured items and fabricated assemblies shall carry U.L.
approval and re-examination listing where such has been established.
F. PAYMENT: Payment will be made by the buyer after the items awarded to a
vendor have been received, inspected, and found to comply with award
specifications, free of damage or defect and properly invoiced. All invoices
shall bear the purchase order number. Payment for partial shipments shall not
be made unless specified in the proposal. Failure to follow these instructions
may result in delay in processing invoices for payment. In addition, the
purchase order number must appear on bills of lading, packages, cases,
delivery lists and correspondence.
G. CREDIT CARD PAYMENT: The City of Naples may, at its discretion, use
VISA/MASTER card credit network as a payment vehicle for goods and
services purchased as a part of this contract. The City of Naples will not accept
any additional surcharges (credit card transaction fees) as a result of using the
City's credit card for transactions relating to this solicitation.
10. DELIVERY: Unless actual date of delivery is specified (or if specified delivery
cannot be met), show number of days required to make delivery after receipt of
purchase order in space provided. Delivery time may become a basis for making an
award (see Special Conditions). Delivery shall be within the normal working hours of
the user, Monday through Friday, unless otherwise specified. Unless otherwise
specified, all prices are to be FOB-Destination.
11. MANUFACTURERS' NAMES AND APPROVED EQUIVALENTS: Any
manufacturers' names, trade names, brand names, information and/or catalog
City of Naples
Raw Water Production Well No. 408 Replacement - ITB
3
Rev. 7/23
numbers listed in a specification are for information and not intended to limit
competition. The proposer may offer any brand for which he is an authorized
representative, which meets or exceeds the specification for any item(s). If
proposals are based on equivalent products, indicate on the proposal form the
manufacturer's name and number. Proposer shall submit with his proposal, cuts,
sketches, and descriptive literature, and/or complete specifications. Reference to
literature submitted with a previous proposal will not satisfy this provision. The
proposer shall also explain in detail the reason(s) why the proposed equivalent will
meet the specifications and not be considered an exception thereto. Proposals
which do not comply with these requirements are subject to rejection. Proposals
lacking any written indication of intent to quote an alternate brand will be received and
considered in complete compliance with the specifications as listed on the proposal
form.
12. SPECIAL CONDITIONS: The Purchasing Department has the authority to issue
Special Conditions as required for any solicitation. Any Special Conditions that vary
from these General Conditions will take precedence over the General Conditions.
The special additions are supplemental and in addition to the General Conditions. To
the extent that there is a conflict between the General Conditions and the Special
Conditions, the Special Conditions will apply and control to the extent of the conflict.
13. ADDENDA AND INTERPRETATIONS: No interpretations of the meaning of the
plans, specifications or other contract documents will be made orally to any bidder.
Prospective bidders must request from the Purchasing and Contracts Manager such
interpretation in writing. To be considered, such request must be received 10
calendar days prior to the bid opening. Request must reference the date of bid
opening, bid title, and bid number. Failure to comply with this condition will result in
bidders waiving their rights to dispute the proposal. Any and all interpretations and
any supplemental instructions will be in the form of a written addenda which, if
issued, will be posted on the City website and DemandStar.com not later than (3)
days prior for the opening of bids. Failure of any bidder to receive any such addenda
or interpretation shall not relieve any bidder from any obligation under their bid as
submitted. All addenda so issued shall become a part of the contract document.
14. CONFLICT OF INTEREST: All proposal awards are subject to Section 2-72 Conflict
of Interest, City of Naples Code of Ordinances, which states: "No public officer or
employee shall have or hold any employment or contractual relationship with any
business entity or any agency which is subject to the regulation of or is doing
business with the city; nor shall an officer or employee have or hold any
employment or contractual relationship that will create a continuing or frequently
recurring conflict between his private interests and the performance of his public
duties or that would impede the full and faithful discharge of his public duties. Any
member of the city council or any city officer or employee who willfully violates this
section shall be guilty of malfeasance in office or position and shall forfeit his office or
position. Violation of this section with the knowledge, express or implied, of the person
or corporation contracting with or making a sale to the city shall render the contract or
sale voidable by the city manager or the city council.".
15. CONE OF SILENCE: "Cone of Silence" means a prohibition on any
City of Naples
Raw Water Production Well No. 408 Replacement - ITB
4
communication regarding a particular Request for Proposals (RFP), Request
for Qualifications (RFQ), Invitation to Bid (ITB), or other competitive solicitation
between:
Any person who seeks an award therefrom, including a potential vendor or vendor's
representative, and
The City Council, City Attorney, and all City employees, and any non-
employee appointed to evaluate or recommend selection in such procurement
process.
The Cone of Silence shall not apply to communications with the Procurement
Official to obtain clarification or information concerning the subject solicitation. Any
such contact other than the Procurement Official may be considered grounds
for disqualification. The City shall not be responsible for oral interpretations given
by any City employee or its representative. For purposes of this section, "vendor's
representative" means an employee, partner, director, or officer of a potential
vendor, or consultant, lobbyist, or actual or potential subcontractor or sub-
consultant of a vendor, or any other individual acting through or on behalf of any
person seeking an award.
16. ETHICS REQUIREMENT: As required by Section 2-975(h)(3), except as
otherwise prohibited by law, all contracts executed between the City and a vendor
shall 1) prohibit the vendor from employing, or offering to employ any
compensated public official or city employee who is substantially involved with the
regulation, oversight or management of the contract or the transaction of business
during the term, and for a period of two years after termination, of the contract;
and 2) provide for liquidated damages in favor of the City for violation of this
subsection in the amount equal to the greater of: (i) the compensation received by
the compensated public official or city employee from the vendor; and (ii) the
amount equal to the total of the compensated public official's or City employee's
last two years of gross compensation from the City.
17. E-VERIFY REQUIREMENT: All contracts between the vendor and the City shall
require the vendor to be obligated to comply with the provisions of Section
448.095, Florida Statutes (2023) “Employment Eligibility,” as amended from time
to time. This includes, but is not limited to, registration and use of the E-Verify
System to verify the work authorization status of all newly hired employees and
requiring any and all subcontractors to provide an affidavit to vendor attesting that
the subcontractor does not employ, contract with, or subcontract with, an
unauthorized alien. The vendor shall require any subcontractor to insert into any
subcontracts the requirements of this section and shall be responsible for insuring
compliance by all subcontractors. The Vendor shall agree to maintain a copy of
such affidavit for the duration of the Agreement. Failure to comply will result in the
termination of the Agreement as provided in Section 448.095, Florida Stat. (2023),
as amended; and the vendor will not be awarded a public contract for at least one
(1) year after the date on which the contract was terminate. Vendor will also be
City of Naples
Raw Water Production Well No. 408 Replacement - ITB
5
Rev. 7/23
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >