QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

Similar documents
Village of Fife Lake 616 Bates/Box 298 Fife Lake, MI Phone: (231) Fax: (231)

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

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. RE-Bid # D05083 Bid Opening: May 8, 10:00AM

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

APPLICATION FOR RIGHT-OF-WAY PERMIT City of Swartz Creek 8083 Civic Drive Swartz Creek, MI

TRENCH PERMIT. CITY OF SOMERSWORTH NH 18 Lilac Lane - (603) Please Fax at (603) Date: Permit# Dig Safe # Fee = $70.

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

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to:

Montour Area Recreation Commission (MARC) North Branch Canal Trail Construction Invitation to Bid. Application Terms and Conditions

TOWN OF TIBURON ENCROACHMENT PERMIT APPLICATION EP Number:

Landscaping Services - Request for Quotations

REQUEST FOR QUOTATION

TOWN OF FARMINGTON DEPARTMENT OF PUBLIC WORKS & DEVELOPMENT SERVICES ENGINEERING DIVISION

FOR OFFICE USE ONLY CONTRACTOR/DEVELOPER APPLICATION AND PERMIT TO CONSTRUCT, OPERATE, USE AND/OR MAINTAIN WITHIN THE RIGHT-OF-WAY/EASEMENT

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

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

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER

EXCAVATION PERMIT GUIDELINES

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

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

BERRIEN COUNTY ROAD COMMISSION

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

Request for Bids/Proposals for City-Wide Stump Grinding Project

Macon-Bibb County, Georgia

GENERAL INSTRUCTIONS TO BIDDERS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

Warner Robins Housing Authority

PERMIT APPLICATION PLEASE PRINT CLEARLY AND FILL IN ALL APPLICABLE SECTIONS

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location:

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES

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

Fees: An application fee of one hundred dollars ($100) shall be included with the application submission.

REQUEST FOR PROPOSAL

REQUEST FOR QUALIFICATIONS & PROPOSALS. Julie Wilkie Assistant City Manager:

ASPHALT PATCHING AND RESURFACING. at Prairie Stone Sports and Wellness Center ; Cannon Crossings Park and Freedom Run Park Paths

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

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

City of Bowling Green Department of Public Works

TOWN OF CUMBERLAND, RI BID #

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS

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

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

INVITATION TO BID Retaining Wall

City of Leavenworth Public Works Department June 13, 2017 Request for Bids 2017 Asphalt Paving Repair Work

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

SPECIAL CONDITIONS: Description:

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

Warner Robins Housing Authority

INSTRUCTIONS TO BIDDERS

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

ADDENDUM 1. Bid# , Bosque Bonito Units 1 and 2 Sewer System Improvement Project

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

THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS AUDIT SERVICES CONTRACT #17-4

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

Invitation for Bid. Gondola Generator Enclosure Framing

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

REQUEST FOR PROPOSALS. Demolition

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

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

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

City of Shawano Park and Rec Dept. 220 E Division St., Shawano, (715) Fax: (715)

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

Warner Robins Housing Authority

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as

RIGHT-OF-WAY PERMIT APPLICATION

SECTION INSTRUCTIONS TO BIDDERS

BID DOCUMENTS FOR. Sludge Thickener Improvement Project

NEVADA IRRIGATION DISTRICT. Appendix B

RFP GENERAL TERMS AND CONDITIONS

MERAMEC VALLEY R-III SCHOOL DISTRICT 126 North Payne Street Pacific, MO REQUEST FOR PROPOSAL #2 FUEL OIL

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

TOWN OF FARMINGTON DEPARTMENT OF PUBLIC WORKS & DEVELOPMENT SERVICES ENGINEERING DIVISION

.z:> By: Dan Tadic, P.E. Acting Public Works Director

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

REQUEST FOR SEALED BIDS FOR MOWING OF WEEDY LOTS

Spartanburg County Roads & Bridges 9039 Fairforest Road Spartanburg, South Carolina Telephone Fax

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

Model #48TTF007501BW Efficiency rating 9 EER Replace with three new Bryant High Efficiency roof top package Heating & Cooling Units:

WATER CHAPTER 8 PIPE INSTALLATION SYSTEM SPECIFICATIONS JUNE 2016

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

Gladwin County Road Commission 2016 Hot Mix Asphalt (HMA) Paving. Page 1 of 5

TULLAHOMA UTILITIES BOARD TULLAHOMA, TENNESSEE INVITATION TO BID FOR UNDERGROUND TRENCH LESS CONDUIT INSTALLATION

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.

ARTICLE RIGHT-OF-WAY RULES AND REGULATIONS

Town of Lee Septic Tank Pumping Services

INVITATION TO BID Lawn and Landscape Maintenance Services Town of Palm Beach Shores

2015 SIDEWALK REPAIR REQUEST FOR TENDER

VILLAGE OF LIBERTYVILLE, ILLINOIS STREETLIGHT MAINTENANCE

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

All equipment will be assembled and installed by the Supplier and or Contractor.

Franklin Redevelopment and Housing Authority

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

Transcription:

QUONSET DEVELOPMENT CORPORATION (QDC) A BID is solicited for the following work: INVITATION TO BID Name of Project: Background & Description of Work: Pavement Repairs: Utility Connections: On-Call Pavement Repair & Utility Services Connections within the Quonset Business Park Quonset Development Corporation (QDC) maintains and operates the water, sanitary sewer and stormwater drainage systems throughout the Quonset Business Park (QBP). QDC also maintains the roadway system. This work is to provide pavement repairs and/or utility connection services on an as needed when required basis, the Contractor will agree to be contact with QDC staff within 48 hours of the request to assess each task. The work includes but in not limited to: Includes removing and disposing of deteriorated bituminous pavement, preparing the repair area and furnishing, placing and compacting the bituminous patch material in the repair area(s). Also includes crack sealing. Includes the utility connection(s) that is the piece of pipe that joins new development parcels with QDC s collection and distribution systems or repairs as needed. The work consists of providing all labor, equipment, tools, materials and appurtenances to complete the work. Examples of work include traffic control, erosion and sedimentation control, pavement/grass removal, excavation, pipe connections, installing valves, road boxes, corporation stops, backfill and pavement and grass restoration. Contract Number: 2018-029 Bidding Information Where Received: Quonset Development Corporation Quonset Business Park 95 Cripe Street North Kingstown, Rhode Island 02852 Closing Date: All written bids must be received on or before December 28, 2018 4:00 PM local time, not a public opening. Bid Form and Specifications: A Project Manual (consisting of Bid Form, Form of Contract, Contract General Provisions, Contract Supplementary Provisions and Technical Specifications) and Drawings may be examined at the office where bids are to be received. Electronic copies of these INVITATION TO BID 00020-1

documents may be obtained, upon request directed to Ms. Christine Andrews, Development Services. Quonset Development Corporation, Quonset Business Park, 95 Cripe Street, North Kingstown, Rhode Island (Telephone No. 401-295-0044 ext. 218 or info@quonset.com). Bonding Requirements: Bids shall be accompanied by a Bid Guarantee in the amount of Twenty Percent (20%) of the Base Bid Amount. The Contractor to whom the contract is awarded will be required to post performance and payment bonds in the amount of One-Hundred Percent (100%) of the contract price. Bonds shall be executed on Engineer's Joint Contract Documents Committee format (EJCDC No. C-610, EJDC No. C-615 or on comparable format which is approved in advance by the Quonset Development Corporation). The bonds shall be issued by a company that is acceptable to the Quonset Development Corporation. A minimum requirement for acceptability shall be that the Surety Company is currently listed on U.S. Department of the Treasury Circular #570 as holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as holding a Surety License in the State of Rhode Island. An appropriate Certificate of Corporate Authority shall accompany the required performance and payment bonds. Inquiries and Inspection of Premises: Inquiries regarding the project can be addressed to Mr. Jack Sprengel, Operation Director, (401-295-0044 x 216) or Mr. William Young, Engineering Manager, (401-295-0044 x 224) Prospective bidders are encouraged to examine the premises and schedule an appointment with the Quonset Development Corporation Operations Office, 95 Cripe Street, Quonset Business Park, North Kingstown, Rhode Island, during normal working hours (Monday through Friday, 8:30 AM to 4:30 PM). Waiver and Acceptance: The Quonset Development Corporation reserves the right to reject any or all of the bidders and to waive any informalities in bids received and to accept that bid which, in its judgment, best serves the interest of the Corporation. Method of Award: Award of this contract will be made to the responsive, responsible Contractor. The bids will be evaluated by the Bid Evaluation and Bonding form and Contractor s that meet the minimum qualifications set forth in this solicitation. These qualifications are as follows: Experience: A minimum of five year s experience in pavement repair and utility service connections is required for all Contractors. Contractors shall provide a list of work successfully performed. Contractors shall have completed a minimum of five similar jobs in the past two years. INVITATION TO BID 00020-2

Equipment: List of equipment to complete the work required. All equipment must be in good condition and in running order. Equipment list must be submitted with the Bid Proposal. OSHA Ten Hour Construction Safety Program: For task that have a total cost value of One Hundred Thousand ($100,000.00) or more will require all Contractor s employees working that task to have a current OSHA Ten Hour Construction Safety Program certification. Confined Space Training and Equipment: Successful Contractor must have employee(s) that have taken and passed or can take and successfully pass the OSHA Subpart AA of 29 CRF 1926, 1910.146 requirements for Confined Space Entry Training. The Contractor must have or be able to obtain the necessary equipment for Confined Space Entries, for task that will require this work. Contract Terms: This contract will be for one year with two one year options. Instruction to Contractors Bid Prices: Site Conditions: Bid Form: For the purpose of the Award, all bids received shall be good for a period of ninety days from the date of the bid opening. Bid prices must include cost of labor, supplies, taxes, insurance, overhead, bonds, and all other cost associated with doing business and procurring the work. If bidder is awarded contract no price adjustments will be allowed unless approved by the Quonset Development Corporation. Bidders should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, and the general and local conditions which can affect the work of the cost thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. Quonset Development Corporation will assume no responsibility for any misunderstanding or representations concerning conditions made by and of its officers or agents prior to the execution of the contract, unless included in the invitation to bid, the specifications or related documents. Bids shall be submitted on the forms furnished, or copies thereof, and must be manually signed. If erasures or other changes appear on the forms, each erasure or change must be initialed by the person signing the bid. Telegraphic bids will not be considered. The bidder shall bid on all items, failure to do so will disqualify the bid. INVITATION TO BID 00020-3

Bid form for Public Copy : Delivery Requirements: Wage Requirements: Equal Opportunity Requirements: Execution of Agreement: Pursuant to RI General Law 37-2-18(b) each bidder must submit a PUBLIC COPY of their bid proposal to be available for public inspection upon opening of all bids. Therefore, an original bid proposal and a copy of the bid proposal shall be submitted. Each bid shall be addressed to the Quonset Development Corporation and shall be delivered to the address given in the invitation to bid on or before the day and hour set for the opening of bids. Each bid shall be enclosed in a sealed envelope bearing the title of the work, the name of the bidder, and the date and hour of the bid opening. It is the sole responsibility of the bidder to see that the bid is received on time. The attention of the bidder is particularly called to the requirements as to conditions of employment to be observed and wage rate to be paid under the contract. In conformity with the provisions of Chapter 134 of Title 37 of General Laws, Rhode Island 1956, as amended. Prevailing wage rates are those that are in effect ten days prior to the bid opening and can be obtained from the Rhode Island Department of Labor and Training at www.dlt.ri.gov. Unless otherwise exempt, bidders must certify that they are in compliance with applicable requirements of Federal Executive Order No.11246, as amended, State of Rhode Island Executive Order 85-11 and other regulations issued by the Quonset Development Corporation, or must agree to take steps to comply with such requirements prior to the award of a contract. Pursuant to QDC s procurement regulations, QDC encourages minority business enterprises and women business enterprises to bid for contracts to be awarded by the Corporation. The form of Agreement which the successful bidder, as Contractor, will be required to execute will be the standard QDC contractor s contract. Said Contract will be for one year with the opportunity of two, one-year extensions. The bidder to whom the Contract is awarded by the QDC shall, within fifteen days after notice of award and receipt of Agreement forms from the QDC, sign and deliver to the QDC all required documents. All work specified must be executed in the most thorough, substantial, and workmanlike manner and must be completed to the satisfaction of the Quonset Development Corporation/Owner. Only skilled workmen are to be employed on these jobs. All workmanship shall be of the highest quality, meeting the best standards of the trade. If the Contractor does not meet the above listed requirements the Owner shall notify the Contractor of such, verbally of items lacking in poor workmanship, with a follow up in writing. After three notifications indicating poor workmanship, the Owner reserves the right to terminate the Contract. INVITATION TO BID 00020-4

Insurance: Each Contractor shall include in its solicitation response package proof of insurance capabilities, including but not limited to the following requirements: (This does not mean that the contractor must have the coverage prior to submittal, but, that the coverage must be purchased and in place prior to the contract being executed by QDC). A certificate of insurance indicating that the awarded Contractor has the coverage in accordance to QDC s requirements shall be furnished by the Contractor to QDC along with the Contract Agreement. The Contractor shall provide and maintain at all time during the term of the contract the policies of insurance and list QDC and Rhode Island Commerce Corporation as additionally insured. The Contractor shall indemnify, hold harmless and defend QDC its agents and its employees from any and all claims actions or liabilities for injuries or damage sustain any person, property arising directly from the Contractors performances of this contract. The Contractor shall prior to the Award provide proof of insurance for workmen s compensation, general liability, and automobile insurance. The coverage shall have the following: Workers Compensation, etc. (1) State: Statutory (2) Applicable Federal Statutory (3) Employer's Liability: $500,000 Comprehensive General Liability: (1) Bodily Injury (including completed operations and products liability): $500,000 Each Occurrence $ 1,000,000 Annual Aggregate (2) Property Damage $ 500,000 Each Occurrence $ 1,000,000 Annual Aggregate or a combined single limit of $2,000,000 (3) Property Damage Liability insurance will provide Explosion, Collapse and Underground coverage's where applicable. (4)Personal Injury, with employment exclusion deleted $1,000,000 Annual Aggregate Comprehensive Automobile Liability Bodily Injury: $500,000 Each Person $1,000,000 Each Occurrence INVITATION TO BID 00020-5

Scope of Services: Property Damage: $500,000 Each Occurrence or combine single limit of $2,000,000 Outline Scope: The following outlines provides general scopes of work for each possible as needed task, but not just limited to these. Each quote submitted for each task order must be submitted in detail, broken out per contractors bid line items. Public Safety: Contractor shall notify Dig-Safe and all local authorized and utility companies to verify location of utilities within the 72 hours prior to beginning any excavation. Contractor shall supply all barricades, signage, drums, cones, safety fencing and any traffic control devised for excavation required for public safety and traffic control. All trenches and confined space entries shall comply with OSHA safety standards. Sie Preparation: Site clearing, de-vegetated, clearing and grubbing, top soil removal and stockpiling. Erosion and sedimentation control. Saw cutting, pavement removal and disposal. Excavation: Trench excavation, bedding and backfill for all utilities, as directed, including compaction Dewatering and control of water, as required, for all construction operations. Protection of existing buildings, pavements and utilities to remain. Sheeting, shoring and bracing of structural and trench excavation. Utility Connection: Furnish and install all pipe, connections and appurtenance. Laying, setting and jointing all pipe, including connections to structures of pipes. Furnishing, placing bedding material, controlled low strength backfill bedding and gravel borrow for backfill, placement and compaction of backfill. Removing all temporary timber or steel sheeting, bracing or shoring. Legal disposal of all excess or unsuitable excavated material. Testing, if needed. INVITATION TO BID 00020-6

Restoration Remove, haul and place topsoil from stockpile Furnish and install topsoil Fine grading, seeding fertilizer, mulching. Clean and sweeping of pavement Saw cutting and remove and dispose of existing pavement Furnish and place bituminous pavement and or concrete Clean and seal all joints using infrared technology Removal of all resin/sedimentation control, traffic control and all other equipment/material used in the construction. For all other work and incidentals required to finish the work, complete and accepted by the QDC. Bid Conference: There is no pre-bid meeting scheduled. QDC will accept questions via email to info@quonst.com until December 11, 2018 10:00 AM Local. QUONSET DEVELOPMENT CORPORATION Mr. Steven J. King, PE Managing Director ************************* END OF SECTION INVITATION TO BID 00020-7