Alabama State Port Authority

Similar documents
Alabama State Port Authority

REQUISITION & PROPOSAL ALABAMA STATE PORT AUTHORITY DATE: June 18, 2008 ENGINEERING DEPARTMENT ORIGINATING DEPT NO.

Alabama State Port Authority

Project. To: Alabama State. Notes #1 Mobile, AL. Port Authority. demolishing, facility. The. drawings, Demolition. shall be in.

Alabama State Port Authority

Alabama State Port Authority

Alabama State Port Authority

Demolition of 2 Elevated Water Tanks

REQUISITION & PROPOSAL ALABAMA STATE PORT AUTHORITY DATE March 22, 2010 ENGINEERING DEPARTMENT ORIGINATING DEPT NO.

Alabama State Port Authority SPECIAL PROVISIONS DIVISION III INDEX

Alabama State Port Authority

Project# CN # Location. the. limited to. collection of. insurance. necessary. receipt of. 1 P age

REQUISITION & PROPOSAL

Alabama State Port Authority

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

Alabama State Port Authority

ALABAMA STATE PORT AUTHORITY REQUEST FOR PROPOSAL

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

Alabama State Port Authority

BID SOLICITATION FOR PURCHASE OF PROPERTY

REQUISITION & PROPOSAL

Alabama State Port Authority

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

Alabama State Port Authority

Alabama State Port Authority

REQUISITION & PROPOSAL

Alabama State Port Authority

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

Alabama State Port Authority

ASPA TERMINAL RAILWAY MP-15 LOCOMOTIVE REPOWERS. Project No: Task No: Date: December 16, 2013

REQUISITION & PROPOSAL

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

PROPOSAL LIQUID CALCIUM CHLORIDE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

ALABAMA STATE PORT AUTHORITY PEST CONTROL SERVICES CONTRACT

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

FIRST NATIONAL BANK BUILDING 332 MINNESOTA STREET, ST. PAUL, MN TENANT MOVE-IN / MOVE-OUT INSTRUCTIONS

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUISITION & PROPOSAL

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

REQUISITION & PROPOSAL

Cherokee Nation

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

Alabama State Port Authority Request for Proposal January 12, 2018

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

Champaign Park District: Request for Bids for Playground Surfacing Mulch

REQUISITION & PROPOSAL

Scofield Ridge Homeowners Association

RFP GENERAL TERMS AND CONDITIONS

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

TABLE OF CONTENTS. Table of Contents 3 List of Drawings 1. Procurement Requirements Advertisement for Bids 2

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

Town of Islip Housing Authority Bid Specifications Waste removal

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

REQUEST FOR PROPOSAL (RFP) PW CONCRETE SIDEWALK REPLACEMENT 370 LINEAR FEET WITHIN THE VILLAGE OF PORTLAND

There will be a pre-bid meeting held at the Park s and Cemetery office located at 429 E 24 th St, Holland, MI on Monday, September 18, 2017 at 10am.

REQUEST FOR QUOTATION

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

THE CITY OF MOBILE MOBILE, ALABAMA

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

Snow Removal Services Request for Proposals December 1, April 30, 2019

SHORELINE AREA TREE TRIMMING

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

Description Cost PRE-BID CONFERENCE

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

Transcription:

To: Prospective Bidders Date: March 2016 Please procure the following and deliver to the address below: Delivery of Proposal: Alabama State Port Authority Location identified below in Notes #1 Delivery of Purchase or Performance of Work: Alabama State Port Authority Pinto Terminal Dredge Material Containment Facility (DMCF), Mobile, AL Description of Work This Requisition solicits proposals to remove dredged material from within the dredge disposal area at the Alabama State Port Authority Pinto Terminal in Mobile, AL. The project includes, but is not limited to excavating approximately 157,000 cubic yards of material, most of which will be disposed at an approved off site facility. Work will be in accordance with the requirements stated herein; attached Scope of Work Specifications, reference drawings, Insurance Requirements; and applicable State of Alabama Laws. The work will include providing bonds, labor, materials, equipment, insurance, and supervision necessary for appropriate performance. A Pre-Bid Meeting is Scheduled for Friday, March 18, 2016 at 10:00 a.m. at the Pinto Terminal DMCF parking lot. Bidder attendance is MANDATORY. All Contractors submitting bids are to carefully examine the site of the proposed work and thoroughly review the contract requirements prior to submission of a bid proposal. Each Bidder shall satisfy oneself as to the character, quality, and quantities of work to be performed, and as to the requirements of the proposed contract. The submission of a proposal shall be proof that the bidding Contractor has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed Contract. On bids of $50,000 or more, bidding Contractor must hold a current license from the State Licensing Board for General Contractors, Montgomery, AL, with the classification being (H/RR) Heavy / Railroad; (H/RR-S) Heavy / Railroad: Dredging, Levees, & Dikes; (HS) Highways & Streets; (HS-S ) Highways & Streets: Earthwork. The work performed under this contract shall not commence until the Contractor has submitted a Performance Bond, Labor & Material Bond, and acceptable Certificate of Insurance. Performance Bond shall be in an amount equal to 100% of the contract price; Labor & Material Bond equal to 100% of the contract price; and Certificate of Insurance shall be as per the attached requirements and countersigned by a licensed resident agent in the State of Alabama. The Contractor will be required to adequately staff the project to complete the work under the Contract within 60 calendar days after receipt of a Notice to Proceed. Time is essential on this project as all work must be completed before dredging commences in June. The work will have to be scheduled and performed in a manner that will not interfere with operations of the facility or ongoing construction activities operating in the immediate and adjacent areas. Work will start not later than 10 calendar days after receipt of notice to proceed. ASPA intent is that work hours will be during normal day light hours.

2 P age The Contractor shall comply with all Federal and State laws, local ordinances and regulations, and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. The Contractor shall place a competent superintendent on the Project who shall have experience in the work being performed under the Contract. The assigned superintendent shall have the responsibility for the day-to-day operations of the work and shall remain on the Project site while the work under the Contract is being performed. Time is an essential element in the contract. As the prosecution of the work will inconvenience the tenant and interfere with business, it is important that the work be pressed vigorously to completion. Also, the cost to the Alabama State Port Authority of the administration of the contract, supervision, inspection and engineering will be increased as the time occupied in the work is lengthened. Therefore, exclusive of Sundays and national holidays, for each day that the work remains incomplete after the time specified, an amount of $500.00 shall be paid by the contractor to the Alabama State Port Authority as liquidated damages for the loss sustained by the State because of failure of the contractor to complete the work within the specified time. IMPORTANT NOTICE TO BIDDERS REGARDING EMPLOYMENT PRACTICES: Effective October 1, 2011, the Beason-Hammon Alabama Taxpayer and Citizen Protection Act ( the Act ) requires that any business entity contracting with or providing any grant or incentives to the state, including the Alabama State Port Authority, certify compliance with the Act. All Bidders must certify such compliance by executing the enclosed Certificate of Compliance and returning it to the Alabama State Port Authority along with proof of the bidding company s enrollment in the e-verify program with your bid package. The following E-Verify website link is provided for convenience: http://www.dhs.gov/files/programs/gc_1185221678150.shtm.

3 P age Contractor s Proposal The Contractor hereby agrees to perform the specified work for the prices outlined in the following schedule. The quantities listed are estimates and may be increased or decreased during project execution. In the event the quantities do change the bid unit prices shall still govern for the new quantity. Description Est. Qty. UOM Unit Price Value 1. Project, Bonds, and Insurance LS LS LS $ 2. Mobilization & Demobilization LS LS LS $ 3. Pre-Excavation Survey LS LS LS $ 4. Dewater site LS LS LS $ 5. Post-Excavation Survey LS LS LS $ 10306 - Pinto On-Site Placement Description Est. Qty. UOM Unit Price Value 6. Excavate 8,000 cubic yards from within DMCF & place atop levee as shown on reference drawings with surface grading 8,000 CY $ $ 10336 & 10337 Off-Site Disposal Description Est. Qty. UOM Unit Price Value 7. Construct Interior Haul Roads LS LS LS $ 8. Excavate 149,000 cubic yards from within DMCF and haul/dispose as approved offsite location 149,000 CY $ $ TOTAL BID $ Bid Alternate Description Est. Qty. UOM Unit Price Value 9. Excavate 149,000 cubic yards from DMCF and haul/dispose at ASPA Blakely Disposal Site, West Lake 149,000 CY $ $ TOTAL ALTERNATE $

4 P age NOTES: 1. Sealed bid proposals will be received via courier to the Alabama State Port Authority, 1400 Alabama State Docks Blvd, Suite 216, Administration Building, Mobile, AL 36602 by 1:30 P.M. on Wednesday, March 23, 2016. Sealed bid proposals can also be hand delivered to the Killian Room between 1:45 P.M. and 2:00 P.M. on the date of the official bid opening. The official bid opening will be held at 2:00 P.M. on Wednesday, March 23, 2016 at the Alabama State Port Authority in the International Trade Center building, 250 North Water Street, 1 st floor Killian Room, Mobile, AL. No faxed or electronic bids will be accepted. 2. Bid proposals must be submitted in sealed envelopes with the words Bid Document Enclosed clearly marked on the outside of the envelope. The sealed enveloped shall also have the bidder s name, contractor s license number, project name, and time and date of bid opening shown on the outside. 3. A Bid Bond or Certified Check made payable to the Alabama State Port Authority and equal to five percent (5%) of the amount bid, not to exceed $10,000, must accompany the Bid Proposal. 4. Authority reserves the right to refuse to issue a proposal form or a contract to a prospective bidder for any of the following reasons: a) Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contract in force with the Authority. b) Contractor default under previous Contract with the Authority. c) Proposal withdrawal or Bid Bond forfeiture on previous project with the Authority. d) Unsatisfactory work on previous contract with the Authority. e) Lack of competency and adequate machinery, personnel, plant and other equipment for performing the project. 5. Authority may make such investigations as deemed necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish all such information and data for this purpose as the Authority may request. The Authority reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the Authority that such bidder is properly qualified to carry out the obligations of the Contract. 6. Any questions regarding the procurement should be directed to Austin Bobo, E.I., Project Manager, at phone number (251) 441-7260 or at the email address abobo@asdd.com. 7. The right is reserved, as the interest of the Alabama State Port Authority may require, to reject any and all bids and to waive informalities in bids received.

6 P age Project shall include the following: Scope of Work 1. Contractor shall provide bid, performance, and labor and materials bonds for this project. 2. Contractor shall provide labor, materials, equipment, and supervision necessary to execute work efficiently and safely as outlined in contract documents. 3. Work shall be in accordance with the requirements stated herein and all referenced documents and drawings. 4. Contractor shall abide by all laws and regulations regarding erosion and sediment control within their construction limits. Any fines incurred by ASPA due to the contractors methods or negligence shall be paid in full by the contractor. 5. The cost of all items ancillary to the project, including material for haul roads, and erosion and sediment control, shall be absorbed into the cost of the bid items. No separate payment shall be made for these items. 6. The contractor shall dewater the site as necessary. 7. All access roads shall be left in as-good or better condition than the pre-construction condition at the discretion of the ASPA on-site representative. 8. Prior to excavation, the contractor shall perform a pre-excavation topographical survey of the excavation area. 9. Contractor shall excavate approximately 157,000 cubic yards of dredged material from the Pinto Terminal DMCF in the designated area on figure 1 and 2 below. Refer to the referenced drawings for detail on the excavation work. Final payment shall be based on the cut volume as determined by the pre- and post- excavation surveys. Refer to bid item No. 6, No. 8, and No. 9 for breakdown on cubic yardage. 10. Material to be hauled out is everything inside the dredge site, excluding the exterior and interior levees, down to hard bottom. Hard bottom elevation varies across the site but is at approx. 10ft. 11. After all excavation is complete, the contractor shall perform a post-excavation topographical survey of the excavation area. The contractor shall provide a signed and sealed final topographical drawing of the area with the pre and post contours shown and the final cut volume and final in-place fill volume on top of levee listed on the drawing. 12. The contractor shall haul approx. 149,000 CY of the excavated material away and dispose of it properly in accordance with all applicable laws and regulations. 13. Approx. 8,000 CY of dry material will be placed on top of the levee and shaped. 14. Survey to be taken from outside edge of crown of perimeter levee. Contractor will use pre and post survey to calculate cut volume as well as volume added to the levees. The volume added to the levees will be paid on an in-place fill basis. The hauled out amount will be paid on a cut basis by taking the total cut volume and subtracting the fill volume that was added to the levees. 15. All surveys shall be performed by a state of Alabama professionally licensed surveyor and shall be in accordance with the Standards of Practice for Surveying in the State of Alabama. 16. Submittals for surveys to the ASPA include: o Hard copy signed and sealed copies with all specified information included.

7 P age o All specified surveys (pre- and post- construction) shall be submitted in digital form in the form of a CAD drawing and an ASCII file with X, Y, and Z coordinates. 17. Contractor shall clean work site upon completion of construction.

8 P age Pinto Terminal Spoil Area Excavation Site (see Figure 2 below) Figure 1. Project Location Map

9 P age Meeting location for pre-bid Figure 2. Pinto Spoil Area, Close-up

10 P age Blakely West Cell (see Figure 2 below) Figure 3. Blakely West Cell

11 P age Blakely West Cell Figure 4. Blakely West Cell, close-up

A Bobo/TSV Removal of Dredge Material from DMCF Pinto Re: Project#10336/10337 CN#2384 KM-lb 3/14/16 ALABAMA STATE PORT AUTHORITY INSURANCE REQUIREMENTS FOR CONTRACT WORK INDEMNIFICATION The Contractor shall assume all liability for and shall indemnify and save harmless the State of Alabama and the Alabama State Port Authority, doing business as Alabama State Docks (ASD), and its officers and employees from all damages and liability for injury to any person or persons, and injury to or destruction of property, including the loss of use thereof, by reason of an accident or occurrence arising from operations under the contract, whether such operations are performed by himself or by any subcontractor or by anyone directly or indirectly employed by either of them occurring on or about the premises, or the ways and means adjacent during the term of the contract, or any extension thereof, and shall also assume the liability for injury and/or damages to adjacent or neighboring property by reason of work done under the contract INSURANCE REQUIREMENTS The Contractor shall not commence work under the contract until he has obtained all insurance required under the following paragraphs and until such insurance has been approved by ASD, nor shall the Contractor allow any subcontractor to commence work until all similar applicable insurance has been obtained by the subcontractor or the Contractor has provided coverage for the subcontractor. The Contractor shall provide, at his expense, insurance in accordance with the following: General Requirements (applicable to all policies)(required for this project) All policies of insurance must be written with companies acceptable to ASD. The Contractor shall furnish to ASD certificates of insurance, signed by the licensed agent evidencing required coverages. ASD reserves the right to require certified copies of any and all policies. Each policy of insurance shall provide, either in body of the policy or by endorsement, that such policy cannot be substantially altered or cancelled without thirty (30) days written notice to ASD and to the insured. Except for Workers Compensation, said policies will identify Alabama State Port Authority, its officers, officials, agents, servants and employees as Primary and Non-contributory Additional Insureds in connection with work performed for, on behalf of, or on the property of ASD, including a waiver of all rights of subrogation. General Liability (Required for this project) The Contractor shall take out and maintain during the life of the contract Commercial General Liability insurance, including Blanket Contractual and Completed Operations coverages, in an amount not less than $5,000,000 for any one occurrence for bodily injury, including death, and property damage liability. Automobile Liability (Required for this project) The Contractor shall take out and maintain during the life of the contract Business Automobile Liability insurance covering any auto in an amount not less than $1,000,000 for any one occurrence for bodily injury, including death, and property damage liability. Workers Compensation (Required for this project) The Contractor shall take out and maintain during the life of the contract Workers Compensation and Employers Liability insurance providing coverage under the Alabama Workers Compensation Act in an amount not less than that required by Alabama law. Where applicable, Contractor shall take out and maintain during the life of the contract insurance providing coverage as required by Federal statute, including but not limited to U.S. Longshoremen and Harborworkers Compensation Act (USL&H), Jones Act, and Railroad Federal Employers Liability Act (FELA).