CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904)

Similar documents
City of Augusta SIDEWALK REPLACEMENT PROGRAM

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

Addendum 1. Valve & Valve Vault Replacement. Issued June 13, 2018

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

Sample. Bid Proposal. Not Valid for Use

BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of. a Partnership consisting of

BID FORM (LUMP SUM CONTRACT)

Addendum No. 1 Page 1 of 2

INVITATION TO BID ON TOWN PAVING PROJECTS

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131

Contained within this addendum: Time Extension, Revised Bid Sheet, questions and answers received.

SECTION B1 BITUMINOUS CONCRETE PAVING GENERAL

CITY OF ELIZABETHTON Building Department Excavations and Cuts Permit Application

CITY OF THREE RIVERS, MICHIGAN Specifications for Bids. Tree and/or Stump Removal Performance Bids

JUDD STREET LIFT STATION DEWATERING CONTRACT

General Water Bid Items Item No.

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PUBLIC WORKS DEPARTMENT

WINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m.

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

BID PROPOSAL CITY OF HOMESTEAD, FLORIDA WWTP INFLUENT PUMP STATION

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE

Public Works Department 305 West Third Street, East Wing, Third Floor Oxnard, California Tel

West Valley Library Parking Lot Repair with Porous Asphalt

ADDENDUM #1 MARCH 10, CENTRAL WINDS PARK ROADWAY IMPROVEMENTS Bid # ITB-02/16/BF

City of Jacksonville Finance Department

~lamance <tount!' 9'~UUJ ;i)epwdment 124 We6t ElmStltm (j,taluun,.ncjjdli &vwfina 27253!Jefepfwae(336) :Jax(336)

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

SECTION MAINTENANCE OF EXISTING CONDITIONS

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

LAPEER COUNTY ROAD COMMISSION ANNUAL BID TRAFFIC CONTROL SIGNS AND RELATED MATERIALS

CITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS

TO THE SAN ANTONIO WATER SYSTEM:

SECTION PAVING AND SURFACING

BASE BID Description Written & Numeric Price

AD 1-1 ITB U CITATION BLVD./OLD KINGS ROAD TO S.R. 100 WATER MAIN

*Note: Please contact the Soil Erosion Specialist at with questions regarding application requirements

Highlands Housing Authority

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

ADDENDUM NO. 1 NOVEMBER 8, 2016

INVITATION TO BID FOR CONSTRUCTION OF A MID-BLOCK PEDESTRIAN CROSSING Gateway85 Gwinnett CID May 25, 2018

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

SECTION MINOR CONCRETE

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

A D D E N D U M N O. 4

TO THE SAN ANTONIO WATER SYSTEM:

PUBLIC AND PRIVATE IMPROVEMENTS CODE OF THE TOWNSHIP OF UPPER ST. CLAIR

REQUEST FOR PROPOSAL DEMOLITION & REMOVAL OF THE OLD TOWN HALL 2278 US ROUTE 4 EAST

ATTACHMENT A. Bid # 6793

Request for Proposal Maintenance 30X50 Storage Building Located West of Maintenance Office 902 West Trimble Berryville School District 27

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

SPECIAL SPECIFICATION. Water and Sewer System and Appurtenances

GENERAL SPECIFICATION FOR THE REHABILITATION OF SEWERS USING THE THERMOFORM (PVC) PIPE LINING SYSTEM

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS

Q18-06 REQUEST FOR PROPOSALS REPAINT EPOXY PAVEMENT MARKINGS ON S. MAIN STREET. RFP Issuance Date: April 17, 2018 Proposal Due Date: May 8, 2018

RFB for Wastewater Force Main #3. October 2, Addendum 3: Clarifications and Questions from Pre-Bid Meeting Answered

Application for Right of Way Permit

SECTION MEASUREMENT AND PAYMENT

SECTION CONCRETE CURBS, GUTTERS AND SIDEWALKS

BUILDING & INSPECTIONS DIVISION 200 East Wood Street Palatine, IL Telephone (847)

Document B101 TM. Standard Form of Agreement Between Owner and Architect

ENGINEERING BUILDING ROOF REPLACEMENT

ROAD CUT PERMIT APPLICATION & INSTRUCTIONS

Public Works Department

SAN ANTONIO WATER SYSTEM 2013 REHABILITATION WORK ORDER CONSTRUCTION CONTRACT 4 SAWS Job No SAWS Solicitation No.

November 2, 2018 CITY OF BERKELEY FY 2018 MEASURE M STREET REHABILITATION SPECIFICATION NO C (Re-Issued) ADDENDUM NO. 1

SPECIAL PROVISIONS - SP2014 BOOK Page 1 October 8, 2013

PAVING BIDS. Week of June 05th, 2017 Escanaba Daily Press. Bacco Construction Company, Inc. P.O. Box 458 Iron Mountain, MI 49801

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

FENCING AND FENCE REPAIR

ADDENDUM NO. 1 TO THE INVITATION TO BID - ITB # RAMP & SIDEWALK REPAIR PROJECT CITY OF ANN ARBOR, MICHIGAN

CHARLEVOIX COUNTY CHARLEVOIX COUNTY ROAD COMMISSION BOARD 2018 ANNUAL PAVEMENT MARKINGS BID

Finance & Technology Administrator (815) ext 223

SECTION UNIT PRICES. A. This Section specifies administrative and procedural requirements for the unit prices.

SIDEWALK CONSTRUCTION AND REPAIR

C. The Joint Utility Committee regularly meets on the 2 nd Wednesday of each month at 9 A.M. unless otherwise rescheduled.

NEW CONSTRUCTION APPLICATION

DOCUMENT ADDENDA AND MODIFICATIONS

The following information is required when submitting a building permit application:

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

2015 UV CIPP Sanitary Sewer Construction Package VII Solicitation Number: CO Job No.:

Sub-Chapter B To Chapter 14, Building Code

B. Reinforcing. Materials shall be as specified in Section 2000 Concrete or as indicated on the plans.

CITY OF THREE RIVERS, MICHIGAN SPECIFICATIONS FOR DRINKING WATER CHEMICAL BIDS

1.03 Submittals A. Submit the following in accordance with Section 01300:

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SPECIFICATIONS FOR EPHESUS PARK IMPROVEMENTS 1501 EPHESUS CHURCH ROAD CHAPEL HILL, NORTH CAROLINA 27517

All American Asphalt Annual Street Improvement Contract Audit

CONTRACTOR S PROPOSAL FISCAL YEAR STREET IMPROVEMENT PROJECT AND MAIN STREET BRIDGE REHABILITATION

Town of Chebeague Island 192 North Road Chebeague Island, ME 04017

Form CITY OF SILVER BAY BUILDING PERMIT APPLICATION INFORMATION SHEET

Transcription:

CITY OF ATLANTIC BEACH BID NUMBER 1314-08 PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA 32233 (904) 247-5880 REQUEST FOR BID CONTRACT - CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES DEPARTMENTS 1. Resulting Contract It is the intention of the City of Atlantic Beach to retain two concrete contractors for concrete repairs to existing sidewalks, driveways, curb & gutter and other miscellaneous small repairs. Any agreement or contract resulting from acceptance of a bid shall be on forms either supplied by, or approved by, the City and shall contain, as a minimum, applicable provision of the Request for Bid. The City reserves the right to reject any agreement which does not conform to the Request for Bid and any City requirements for agreements and contracts. 2. Renegotiation During the contract period, the City reserves the right to restate and/or renegotiate with the Concrete Contractors such additions, deletions, or changes to the contract as may be necessitated by law or changed circumstances. In the event that the City and the Contractor cannot come to mutual agreement and negotiation on any such addition, deletion or change to the contract, that portion of the contract concerning the services in the addition, deletion or change shall be Null and Void. 3. Contractor Contract Performance During the contract period, the Public Works Director or his or her designee, shall assess the concrete repair Contractor s performance on the contract and reserves the right to inspect the Contractor s work, materials and methods during any specific project. In the event of a breach of the contract by the Contractor or unsatisfactory performance as assessed by the Public Works Director, or if the Contractor performs in a manner that precludes the City from administering its functions in an effective and efficient manner, and if, after (30) days following written notice to the Contractor, improvements have not been seen, the City may cancel the contract, thereafter reserving the right to proceed against the Contractor for any and all damages permitted by law arising from said breach. The Contractor shall not be held responsible for any failure due to any action or inaction on the part of the City. 4. Tax Identification Number Bidder must note Federal Employer I.D. Number on Bid Summary Form. The City s Federal Employer I.D. Number is 59-60000267.

CONTRACT - CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES DEPARTMENTS Page 2 of 10 II. BID SCOPE 1. Intent and Duration It is the intent of the City to select two concrete repair Contractors to provide repair work needed for the City s Public Works/Utilities Departments. The objectives are to obtain the best repair services while minimizing cost to the City. The period of the contract for concrete repair services shall commence upon commission approval and shall terminate one (1) year after the date of commencement. The City reserves the right to renew the contract for two additional one-year periods pending a mutual agreement between the City and the Contractor, and a review of contract performance by the Contractor for the previous year. The contractors must put in writing 60 days before the end of each year that he wishes to renew for the following year at the same prices of the previous year. Prices, terms and conditions shall remain firm through this contract period unless modified or canceled in accordance with the provisions of the bid. Bids shall be received at the office of the Purchasing Agent at 800 Seminole Road. 2. Bid Forms Bids are to be submitted on the attached Bid Summary Form or copies thereof. Bids will not be considered unless they are submitted on this form. a. Concrete repair services which are offered, must meet or exceed the requirements as stated in the current City of Jacksonville or Florida Department of Transportation specifications. The contractor or agent is required to know these specifications prior to construction of each location. This Bid Invitation presents the City s requirements under proposed methods of operation. Responses to this request should address these requirements. For small projects under approximately 20 sq ft, contractor may use bag mix and preparing concrete on site with COAB approval. b. All work and materials shall be done in conformity with the appropriate Standards. c. Contractor is responsible for (1) maintenance of traffic, if required, (2) erosion and sediment control, if required, (3) backfilling and leveling area around the finish concrete,(4) total worksite cleanup, (5) restoration of any damage to the surrounding area caused by work crews or equipment including sod replacement/restoration and, removal of ALL material from repair/job performed. Debris left on site at final inspection will delay payment until all issues are settled. Finished concrete with graffiti or imperfections present 48 hrs after poured will not be accepted

and must be removed and replaced. REQUEST FOR BID CONTRACT - CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES DEPARTMENTS Page 3 of 10 d. Concrete & clean dirt removed from job sites may be placed in designated location in PW Yard. Concrete must be clean and free of wire / reinforcement. 3. Minimum Qualifications Minimum five (5) years experience for all types of concrete work. a. Submit at least three (3) references other than COAB from companies or municipalities for whom the bidder has completed work during the past 12 (twelve) months, of a comparable size and nature. If contractor has previously completed work for COAB please include as fourth reference. 4. Volume of Work No warranty or guarantee is given or implied as to the types, quantities or location of services that will actually be required during this contract. 5. Award Criteria The bid award will be based on the lowest total of the unit prices for ITEMS 1 18 on the Bid Summary Form (pages 6 & 7) and with positive references. The two lowest qualified bids will be selected. III. GENERAL REQUIREMENTS 1. The City s Right to Use Other Contractors: The City reserves the right to provide for additional services from other concrete repair or other type Contractors, if the City so deems necessary. If the City elects to exercise this right, the contract covered by the bid shall remain in effect as regards all terms, agreements and conditions without penalty or diminution of ongoing concrete repair services as contained therein and previously provided by the successful Contractor in this bid. 2. Payment for Services Payment will be based on work completed in accordance with the unit prices furnished on the concrete bid summary form. Invoices shall reference the proper city purchase order number and exact location of work performed and the total amount of an invoice shall be paid within 14 days upon receipt.

CONTRACT - CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES DEPARTMENTS Page 4 of 10 3. Insurance The Contractor shall provide insurance coverage naming the City of Atlantic Beach as Certificate Holder in amounts no less than that specified below and shall hold the City harmless for any damages arising as a result of this (see Indemnification): Worker s Compensation Per State Requirement. Public Liability and Property Damage $300,000 Single Liability Automotive Liability Per State requirements. 4. Notification of Project: Subsequent to notification of a project, the Contractor shall commence work no later than three (3) working days after receipt of a purchase order. With advance concurrence of the Public Works Director or Conveyance Division Director for water/sewer repairs and the City Inspector, response may be delayed in order to accumulate several small work orders for simultaneous completion. If an emergency condition exists, the Contractor shall respond in one work day or quickly as reasonably possible following Public Works notification.

CONTRACT - CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES DEPARTMENTS Page 5 of 10 Details.

CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES DEPARTMENTS Page 6 of 10 CONCRETE REPAIR BID SUMMARY FORM BIDDER S NAME: This bid will be base on square foot and linear foot prices. Removed concrete may be placed in container at the Public Works Yard at 1200 Sandpiper Lane. Contractor will not overfill container or dump concrete on ground without consulting with the Public Works management. All new surfaces to have light broom finish and must be graffiti free. Minimum 3000-psi (28 days) concrete. All surfaces to have light broom finish and must be graffiti free. (Contractor to furnish the concrete) TOTAL FOR TEAR OUT, REMOVAL, POUR AND FINISH 1) 4 inch thick concrete Per SF 2) 5 inch thick concrete Per SF 3) 6 inch thick concrete Per SF 4) 18 inch curbing City Standard Curb Per LF 5) 18 inch curbing Drop Curb Per LF 6) 18 inch curbing Median Curb Per LF 7) 18 inch curbing Miami Curb Per LF 8) 18 inch Ribbon Curb Per LF 9) Expansion joint Per LF 10) Sod Strip (16 x24 ), as needed Per Ea POUR AND FINISHING ONLY This section will include square foot and linear foot prices for grade work, form work, pour and finish and using minimum 3000-psi (28 days) concrete. (Contractor to furnish the concrete) 11) 4 inch thick concrete Per SF 12) 5 inch thick concrete Per SF

CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES DEPARTMENTS Page 7 of 10 13) 6 inch thick concrete Per SF 14) 18 inches City Standard curbing, see detail sheet Per LF 15) 18 inch Drop Curb, see detail sheet Per LF 16) 18 inch Median Curb, see detail sheet Per LF 17) 18 inch Miami Curb, see detail sheet Per LF 18) 18 inch Ribbon Curb, see detail sheet Per LF GRAND TOTAL ITEMS 1 thru 18 $ The bid award will be based on the lowest total of the unit prices for items 1-18 and on positive references. OTHER: Brick Stamped Concrete 5 Thick Colored Concrete 5 Thick Install/Repair Brick Pavers Additional charge for fiber mesh if required Adjust Manhole Ring & Covers per attachment B Adjust Water Valve Jackets per attachment C Replace concrete collar around manhole per attachment B Per SF Per SF Per SF Per SF Each Each Each Replace concrete collar around water valve jacket per attachment C Each

CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES DEPARTMENTS Page 8 of 10 SUBMITTAL: BIDDER BY BUSINESS ADDRESS SIGNATURE CITY, STATE & ZIP CODE TITLE DATE BUSINESS TELEPHONE

CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES DEPARTMENTS Page 9 of 10

CONCRETE REPAIRS FOR THE PUBLIC WORKS/UTILITIES DEPARTMENTS Page 10 of 10