Request for Proposal # 1703 Water Damage Repair of Murray Mansion

Size: px
Start display at page:

Download "Request for Proposal # 1703 Water Damage Repair of Murray Mansion"

Transcription

1 Request for Proposal # 1703 Water Damage Repair of Murray Mansion The City of Lindsay/Lindsay Public Works Authority, Oklahoma, is accepting sealed proposals for Water Damage Repair of a historic public structure identified as the Lindsay Murray Mansion Type of Work: repair of water damage to the upstairs bathroom, upstairs hall, main floor kitchen, etc. Information relative to this project and/or a complete proposal package may be obtained on our website or from City Hall, 312 South Main Street., Lindsay, OK or contact same at (405) Sealed proposals shall be addressed to Gina Snedeker, Interim City Manager, City of Lindsay, Oklahoma, PO Box 708, 312 South Main Street, Lindsay, Oklahoma and shall be labeled "RFP-1703, DO NOT OPEN" and "Water Damage Repair of Murray Mansion". Proposals shall be submitted no later than 2:00 p.m., May 30, It is the sole responsibility of the proponent to ensure that this proposal is actually in the City Hall of the City of Lindsay prior to the expiration of the time and date stated above. The bidder should familiarize themselves with the work areas and can schedule a visit by contacting the City Clerk at There will be no mandatory pre-bid conference for this project. Upon consideration of the proposals, the City of Lindsay reserves the right to accept or to reject any and all proposals, to waive technicalities and to make any investigation deemed necessary concerning the proponent's ability to provide the services as covered by the specifications, and to accept what in their judgment is the most advantageous proposal. Gina Snedeker Interim City Manager C E R T I F I C A T I O N I certify that the above "Request for Proposal" was posted on the bulletin board of City Hall, City of Lindsay, Oklahoma, on the 9th day of May, Kathy Hammans, City Clerk

2 INSTRUCTION TO PROPONENTS Water Damage Repair of Murray Mansion 1. RECEIPT AND OPENING OF PROPOSALS The City of Lindsay/Lindsay Public Works Authority (the "City") invites and will receive Proposals on the forms attached hereto, all information on which must be appropriately completed. Proposals will be received at the office of the City Manager until 2:00 p.m. Central Daylight Savings Time on May 30, The envelope containing the Proposals must be sealed and addressed to Gina Snedeker, Interim City Manager, City of Lindsay and plainly marked "RFP-1703, DO NOT OPEN" and "Water Damage Repair of Murray Mansion". By Mail: PO Box 708 By Other Carrier: 312 South Main Street Lindsay, OK Lindsay, OK PREPARATION OF THE PROPOSAL All Proposals must be prepared and signed by the Proponent in the form attached hereto. Additional copies of the Proposal form may be obtained from the City's website or by at All blank spaces in each Proposal Form together with appropriate schedules must be completed in full, in ink or typewritten, in both words and figures. If a unit price or a lump sum already entered by the Proponent on the Proposal Form is to be altered, it shall be crossed out with ink and the new unit price or lump sum entered above or below it, and initialed by the Proponent in ink. Each Proposal, together with appropriate schedules, must be submitted in a sealed envelope bearing on the outside the name of the Proponent, the Proponent address, and plainly marked "RFP-1703, DO NOT OPEN" and "Water Damage Repair of Murray Mansion". If forwarding by mail, the sealed envelope containing the Proposal must be enclosed in another envelope addressed as specified in the Proposal. Any Proposal may be withdrawn in writing to the City Manager prior to the above scheduled time for the opening of Proposal or authorized postponement thereof. Any Proposal received after the time and date specified shall not be considered. 3. SCOPE OF SERVICE AND STANDARDS OF WORK Contractor Obligations: The Contractor is to supply labor, tools, and equipment specified as necessary to provide forces capable of independently performing the scope of services as presented. All work is to be accomplished in accordance with the directions of the designated representative of the City, within the scope of this RFP. Clean Worksite: It shall be the financial and physical responsibility of the Contractor to ensure that the worksite is maintained in a manner that minimizes impact to the public use by removing rubbish and debris from worksite daily, or placing waste in appropriate roll-off with a pre-determined pick-up schedule, and securing all work-related materials in an orderly fashion as to not create a property maintenance issue.

3 SCOPE OF SERVICE AND STANDARDS OF WORK (cont) Special Instructions: Because this is a limited fund project it is imperative that you be as specific as possible regarding questions or any additional costs. Project Containment Please Note: Containment must be in place to protect all areas of the building that are not to be worked on as part of the RFP specifications of this project. KITCHEN AREA 1. Remove and Replace exterior door to kitchen with 8 high grade wood or metal 2. Remove and Replace wood door frame and trim to kitchen exterior door with hardwood. 3. Remove and Replace kitchen exterior door lockset. 4. Prime & Paint kitchen exterior door slab inside and out and kitchen interior doors (2 coats of paint on all painted surfaces) Exterior & Interior Door Dimensions 2 8 x x x x Remove and Replace Oak flooring in Kitchen, Select Grade (approx SF) (Historical Society has requested that removed wood floor remain on the grounds) 6. Sand, stain and finish new wood floor, (approx SF) 7. Remove and Replace T molding for wood flooring (approx. 8 LF) 8. Remove Emergency lighting (battery, Commercial) 9. Install new Emergency lighting (battery, Commercial) 10. Remove and Replace light fixtures 11. Detach and reset commercial gas range 12. Remove, Replace and Paint Trim Board Baseboard (1 x 4 pine, approx LF, 2 coats of paint on all painted surfaces) 13. Remove, Replace and Paint Trim Board SW Door Frame (approx. 19 LF, 2 coats of paint on all painted surfaces) 14. Seal & paint trim on all 4 doors (approx. 70 LF) 15. Remove, Replace and Paint chair rail 2 ½ (approx LF, 2 coats of paint on all painted surfaces) 16. Remove, Replace and Paint bead board wainscoting 1/4 to 3/8 hardwood (approx. 187 SF, 2 coats of paint on all painted surfaces)

4 SCOPE OF SERVICE AND STANDARDS OF WORK (cont) 17. Scrape loose and bubbled plaster from walls and ceiling 18. Repair Interior Plaster 19. Seal, Prime and Paint walls and ceiling after plaster is repaired (approx SF, 2 coats of paint on all painted surfaces) 20. Remove and Replace window trim set (casing and stop)-hardwood (approx. 38 LF) 21. Paint door/window trim & jamb (2 coats of paint on all painted surfaces) 22. Detach, Reset, Prime and Paint Ornamental iron handrail (6.25 LF) 23. Sand & Paint steps/risers in kitchen (11.50 LF) 24. Detach & Reset single sink. (store on-site and reinstall after other work done) 25. Detach & reset countertop laminate (approx. 5.5 LF) 26. Remove, Repair and Paint/Stain (inside & outside) base cabinet after removing sink (approx. 5.5 LF) 27. Detach and Reset 20-gallon electric water heater under base cabinet 28. Remove, Repair and Paint/Stain full height cabinet (approximately LF, 2 coats of paint on all painted surfaces) DOWNSTAIRS BATHROOM 1. Detach & Reset Toilet 2. Sand, Stain and Finish wood floor (approx SF) UPSTAIRS BATHROOM 1. Detach & Reset Sink 2. Detach & Reset laminate countertop (3.58 LF) 3. Remove, Repair, Seal and Paint Vanity (paint inside and outside 3.58 LF 2 coats of paint on all painted surfaces) 4. Detach & Reset Toilet 5. Prep floor and install heavy resilient sheet vinyl floor covering (approx SF) 6. Remove, Replace, Seal and Paint ¾ quarter round (approx LF) UPSTAIRS HALL OFFSET 1. Sand, Stain and Finish wood floor (approx SF) UPSTAIRS MAIN HALL 1. Sand, Stain and Finish wood floor (approx. 263 SF)

5 4. SAFETY Job site activities shall, at all times be conducted in accordance with applicable Federal, State and Local requirements. 5. WORK WEEK /HOURS OF OPERATION The work week shall typically coincide with the City of Lindsay normal working hours. These hours are 8:00 AM to 5:00 PM, Monday through Friday, excluding holidays. The City observes ten holidays per year. The Contractor s hours of operation may be extended to Saturdays and Sundays by approval of the City of Lindsay s designated representative, but in no cases shall the hours of operation be extended beyond the hours of 6:00 AM to 7:00 PM. 6. DAMAGE TO FACILITIES / INSURANCE REQUIREMENTS The Contractor shall be responsible for damages by its forces to any City of Lindsay facilities. The Contractor shall submit proof of Comprehensive General Liability Insurance carried in the minimum amount of $1,000,000 bodily injury and $1,000,000 property damage and Workers Compensation Insurance as required by the State of Oklahoma. Proof of insurance must be submitted to the City of Lindsay prior to execution of the contract for services. 7. SUPERVISION / CUSTOMER NOTIFICATION The Contractor shall remain in close communication with the City of Lindsay designated representative. No work shall commence that has not been directed by the City of Lindsay designated representative. Contractor shall not respond to customer requests or make any representations to City of Lindsay customers, and instead shall refer such requests to the City s representative. Customer notification of work to be performed at or near customer premises shall be made by the City of Lindsay designated representative. 8. CONTRACTOR EMPLOYEES All employees of the Contractor, while working will maintain a professional attitude toward the work being performed and toward any and all customer contacts incurred while working on the Mansion. 9. CONTRACTOR EQUIPMENT All equipment used by the Contractor on the City of Lindsay Murray Mansion shall be in good working condition and have a good general appearance. All safety systems shall be properly engaged and utilized by Contractor and its employees. 10. PAYMENT Invoices may be submitted by Contractor for payment at completion and final acceptance of the work performed. Payment terms for each invoice shall be Net 30 Days from the date the invoice is received by the City of Lindsay. The Proponent's attention is directed to the fact that all applicable State and Federal laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the work to be performed shall apply to the Contract throughout, and they will be deemed to be included in the Contract as though written out in full in the Contract.

6 11. ASSIGNMENT No assignment, subcontracting, subletting, or transferring of the Contractor s obligations or the Contractor s right to receive payment hereunder shall be permitted without written approval of the City of Lindsay. 12. TERM / LIMITATION OF TIME TO COMPLETE WORK The contractor is expected to start work promptly after the execution of the contract. Work shall begin within 10 days of the execution date of the contract, and all work shall be completed within 90 days (approximating 3 months) of the execution date of the contract, unless otherwise specified in the bid submittal. 13. LIMITATION ON NUMBER OF WORK CREWS There is no limitation of work crews assigned to the work under the contract. 14. INDEMNIFICATION The Contractor agrees to and shall indemnify and hold the City of Lindsay harmless from and against all liability, loss, damages or injury, and all costs and expenses (including attorneys fees and costs of any suit related thereto), suffered or incurred by the City, arising from or related to Contractor s negligent performance under this contract. 15. REFERENCES The Contractor shall supply, with its bid, professional references of companies or organizations for which it has performed similar work within the last 24 months. At least three (3) references shall be included with a contact name and telephone number.

7 INSTRUCTIONS AND CONDITIONS These conditions are an integral part of this bid, and the bidder must comply with them. 1. Bidder must bid on the bid sheet and submit references as requested. 2. Bidder should make a copy of bid for his/her file. 3. All costs for the service must be included in the total bid price. 4. The City of Lindsay reserves the right to accept or reject any or all bids, reserves all rights granted to it by law, reserves the right to waive formalities and to take such action as it deems necessary in the best interest of the City of Lindsay. 5. Each bidder must sign the bid with his/her signature and shall give his/her full business address on the form provided in this bid. 6. The City of Lindsay operates on an equal opportunity basis in its bidding policy. Bidding is open to all interested parties, in compliance with national, state and local laws. 7. No late bids will be accepted. 8. Bids will be opened and read publicly in City Hall, 312 South Main Street, Lindsay, Oklahoma, on the specified date and time. 9. No bid award will be made at the time of the opening. The successful bidder will be contacted immediately following bid approval by the Lindsay City Council. Bidders may contact the City Clerk s Office at to find out the results of the bid award. 10. The City of Lindsay is exempt from all federal excise tax and state sales and use taxes. However, depending upon the situation, the vendor may not be exempt from said taxes, and the City of Lindsay is making no representation as to any such exemption. 11. Exceptions. The bidder shall furnish a statement on company letterhead giving a complete description of all exceptions to the terms, conditions and specifications. Failure to furnish the statement will mean that the bidder agrees to meet all requirements of the terms, conditions and specifications.

8 BID SHEET & CERTIFICATION The City of Lindsay is seeking competitive sealed bids on the water damage repair to the Murray Mansion. Bidders may bid on each segment of the project; however bidders are encouraged to bid on the entire project. Turnkey amounts will be assumed to include every segment and will not require completion of amounts on individual segments, unless bidder would like consideration of segments independent of a turnkey award on the bid. Bid amount per segment: KITCHEN AREA: Completion of all work as described above. DOWNSTAIRS BATH: Completion of all work as described above. UPSTAIRS BATH: Completion of all work as described above UPSTAIRS OFFSET HALL: Completion of all work as described above UPSTAIRS HALL: Completion of all work as described above Specify any warranties. Any additional charges or costs. (Please attach explanation to bid packet.) _ TOTAL BID PRICE: _ Estimated time of completion 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, equipment or service, that it meets or exceeds all the specifications contained herein, and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law, and can result in fines, prison sentences, and civil damage awards. I agree to abide by all conditions of this bid, all specifications as stated, all bid prices, and certify that I am authorized to sign for the bidder. Company Name: Company Address: Taxpayer Identification Number (T.I.N.): Telephone No. Cell No. Fax No. Address: Print Name: Signature: Date:

9 BIDDER REFERENCE FORM The Contractor shall supply, with its bid, professional references of companies or organizations for which it has performed similar work within the last 24 months. At least three (3) references shall be included with a contact name and telephone number. REFERENCE # 1 COMPANY NAME CONTACT NAME CONTACT PHONE CONTACT DATES OF SERVICE RENDERED BRIEF DESCRIPTION OF SPECIFIC SERVICES RENDERED REFERENCE # 2 COMPANY NAME CONTACT NAME CONTACT PHONE CONTACT DATES OF SERVICE RENDERED BRIEF DESCRIPTION OF SPECIFIC SERVICES RENDERED REFERENCE # 3 COMPANY NAME CONTACT NAME CONTACT PHONE CONTACT DATES OF SERVICE RENDERED BRIEF DESCRIPTION OF SPECIFIC SERVICES RENDERED