INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

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

COUNTY OF PRINCE EDWARD, VIRGINIA

Proposal No:

HARNETT COUNTY Request for Proposals Harnett County 2022 Real Property Reappraisal. Date: March 25, I. Introduction:

GUILFORD COUNTY SCHOOLS Invitation for Bids

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

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

Request for Bid/Proposal

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

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

Cherokee Nation

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

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

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

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

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

Request for Proposal # Executive Recruitment Services

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

BID DOCUMENTS FOR. WTP VFD Replacement Bid

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

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

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

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

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

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

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

City of Bowie Private Property Exterior Home Repair Services

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

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

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

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following:

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

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

PROPOSAL LIQUID CALCIUM CHLORIDE

West Ridge Park Ballfield Light Pole Structural Assessment

CITY OF FLORENCE SOUTH CAROLINA REPLACEMENT EMERGENCY GENERATOR REQUEST FOR PROPOSAL

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

City of Forest Park Request for Proposals. Secure Access Control Systems

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED**

REQUISITION & PROPOSAL

GUILFORD COUNTY SCHOOLS Invitation for Bids

construction plans must be approved for construction by the City PBZ department.

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

Invitation To Bid. for

4. The Division shall receive tenders at a location specified by the Secretary-Treasurer up to the time and date specified on the tender documents.

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

REQUEST FOR QUOTATION

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

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

GREENVILLE UTILITIES COMMISSION Greenville, North Carolina REQUEST FOR QUALIFICATIONS. Construction Manager at Risk (CMR) Services

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

REQUEST FOR QUOTATION

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

INVITATION TO BID (ITB)

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

Cherokee Nation

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

INSTRUCTIONS TO BIDDERS

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

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

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

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

Alabama State Port Authority

Union County. Invitation for Bid # Agricultural Center Ceiling Replacement

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

DARLINGTON COUNTY HVAC MAINTENANCE INVITATION FOR BID (IFB)

WINDOW WASHING

Cheyenne Wyoming RFP-17229

Invitation To Bid. for

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

REQUEST FOR PROPOSAL(S) FOR THE CITY OF MT. JULIET, TN

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

Sayreville Housing for Seniors Corporation Gillette Manor

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

REQUEST FOR PROPOSALS

Transcription:

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA SITE ADDRESS: BIDS DUE: NEILLS CREEK PARK 3885 NEILLS CREEK RD ANGIER, NC 27501 TUESDAY, APRIL 17th @ 2:00 PM HARNETT COUNTY ADMINISTRATION BUILDING 420 MCKINNEY PKWY, LILLINGTON, NC 27546 CONTACT PERSONS: QUESTIONS REGARDING THE BID PACKAGE: QUESTIONS REGARDING THE SPECIFICATIONS: Mrs. Renea Warren-Ford Mr. Carl Davis Finance and Accounting Specialist II Parks & Recreation Director Telephone: (910) 814-6101 Telephone: (910) 814-6390 Email: rwarren-ford@harnett.org Email: cdavis@harnett.org

COUNTY OF HARNETT ADVERTISEMENT FOR BIDS NEW TENNIS COURTS NEILLS CREEK PARK The County of Harnett, NC (hereinafter referred to as County ) is requesting bids for the construction of six (6) new tennis courts located at Neills Creek Park with the Harnett County Parks and Recreation Department. The scope of work shall include but is not limited to site work, playing surface, nets, and fencing. This is a turn-key project. A site visit is not mandatory but is encouraged. Sealed bids will be received by the County of Harnett until Tuesday, April 17th @ 2:00 PM at the Finance office located in the Harnett County Administration Building, 420 McKinney Parkway, Lillington, NC 27546. Mailed bids (UPS or FedEx) shall be delivered to 420 McKinney Parkway, Lillington, NC 27546 on or before Tuesday, April 17th @ 2:00 PM and addressed to Renea Warren-Ford, Finance & Accounting Specialist. All sealed bids shall have the words Attn: Renea Warren-Ford - Bid Enclosed, New Tennis Courts Neills Creek Park on the outside of the bid package and mail carrier envelope. All bids will be marked with the date and time they are received by reception staff. There will be a public bid opening on April 17 th at 3:30pm at the Harnett County Administration office, 420 McKinney Parkway, Lillington, NC 27546. Bids will be opened and evaluated by staff and a bid tabulation will be available upon request once the contract is awarded to the successful bidder. County reserves the right to reject any or all bids, waive any informality and award contracts that appear to be in its best interest. The right is reserved to hold any or all proposals for a period of sixty (60) days from the bid opening thereof. From the date of this advertisement until the date of opening the bids, the plans and specifications of the proposed work and/or a complete description of the apparatus, supplies, materials or equipment are and will continue to be on file in the office of the Harnett County Finance Department, 420 McKinney Parkway, Lillington, NC, during regular business hours, and available to prospective bidders. Inquiries should be directed to the Purchasing Manager at the above address --- Telephone (910) 893-7557. Minority/Women owned business are encouraged to submit bids. Mrs. Renea Warren-Ford Finance and Accounting Specialist II Telephone: (910) 814-6101 Email: rwarren-ford@harnett.org 420 McKinney Parkway, Lillington, NC Page 1

INSTRUCTIONS TO BIDDERS Bid to Provide New Tennis Courts Neills Creek Park 3885 Neills Creek Road, Angier, NC 27501 1. Contractor is to provide verification to County that the company s employees are covered under worker s compensation insurance coverage. 2. It is expressly understood by the contractor offering a bid after a written notice of award by County, a written contract or purchase order will be required to be executed and will serve together with this bid, these instructions, and any detailed specifications as the entire form of contract between the parties. 3. Each Contractor submitting a bid is affirming that no official or employee of County is directly or indirectly interested in this proposal for any reason of personal gain. 4. Sales taxes may be listed on the bid, but as a separate item. No charge will be allowed for Federal Excise and Transportation Tax from which the County is exempt. 5. If the Contractor is unable to provide a bid for any reason, please send an email of explanation to cdavis@harnett.org. 6. Questions regarding any procedure for submission of a bid shall be directed by email to Carl Davis, Parks and Recreation Director, at cdavis@harnett.org. The last date to submit questions will be Monday, April 16, 2018 by 2:00 PM. 7. By submitting a bid for the NEW TENNIS COURTS NEILLS CREEK PARK, the Contractor attests that it is in compliance with all items listed in the bid/proposal instructions. Furthermore, the Contractor attests that County accepts no responsibility for any injuries to the firm s employees, while on County property performing their duties. 8. Contractor shall comply with all OSHA requirements associated with the work within this contract. Follow all safety guidelines while work is in progress. 9. No work will be performed at any time without proper supervision. If requested, the names and experience of supervisors shall be provided. 10. Contractor must procure and post the required permits prior to the commencement of work. 11. Staging areas for equipment and materials will be arranged on site during a preconstruction meeting. 12. All work shall be performed Monday Saturday during approved hours. Hours of operation shall be 7:00 AM to 7:00 PM. All daily operations, activities, traffic flow, ingress and egress of all doors must not be hindered. 13. The Contractor shall accompany a designated representative(s) of County on inspections of work at any time during the contract period. County reserves the right to make determinations as to whether service is performed satisfactorily. Deficiencies in work performance shall be corrected immediately. Page 2

COUNTY OF HARNETT PARKS AND RECREATION DEPARTMENT SPECIFICATIONS FOR NEW TENNIS COURTS NEILLS CREEK PARK 1.0 SCOPE: The scope of work must include, but is not limited to: 1.1 The new courts are to be built to industry standards and to meet USTA specifications. The courts shall be built with a pitch to allow water to not stand on the courts. 1.2 The approximate size of the courts are 300 x 120. The contractor shall be responsible for all measurements. The contractor shall be responsible for any site work that will be needed to construct the new tennis courts. 1.3 The following information shall be used for the construction of the new courts: 1.3.1 Asphalt surfacing with acrylic painting. The lowest elevation of the asphalt court shall be a minimum height of 6 above surrounding landscaping. 1.3.2 Fencing shall be 9 gauge core (8 gauge finish) with thermally fused black vinyl coating with 1 ¾ mesh. Fence fabric shall be knuckled at the top and bottom with walk-thru gates at each corner. 1.3.3 2 7/8 O.D. Edwards Classic round net posts with internal wind reels and brass hardware with Edwards Advantage nets with nylon cover straps with three year warranty or equal 1.4 Provide a unit price on the Bid Submittal Sheet to install Pickleball Court lines per Attachment B. 1.5 Any damage to any buildings, concrete, landscaping, etc. shall be repaired by the contractor prior to the completion of the project. 2.0 PAYMENT AND BID: 2.1 Bidders will comply with all local, state, and federal laws and ordinances governing said work including the Occupational Safety and Health Act of 1970. 2.2 By submitting a proposal, the firm is attesting that they are an Equal Opportunity Employer. 2.3 County has adopted an Affirmative Action Program. Firms submitting a proposal are attesting that they also have taken affirmative action to ensure equality of opportunity in all aspects of employment. Page 3

2.4 Minority and/or Women Business Enterprise (MWBE) Program Refer to Attachment D for all Minority and/or Woman Business Enterprise requirements. Questions regarding the County s M/WBE Program should be directed to Cathy Ryals in the Finance Office at (910) 814-6094. 2.5 County reserves the right to reject any and all bids, to waive any informalities and to accept the bid if seems most advantages to County. Any bid submitted will be binding for sixty (60) days after the date of the bid opening. 2.6 Equal Employment Opportunity Clause County is an equal employment opportunity employer. County is a federal contractor, and therefore the provisions and affirmative action obligations of 41 CFR 601.4(a), 41 CFR 60-741.5(a), and 41 CFR 60-250.4 are incorporated herein by reference, where applicable. 2.7 If needed, the contractor shall complete a new vendor application and any associated documents as required upon acceptance of the contract. 2.8 The contractor will develop a lump sum bid; that will include, but is not limited to all work, equipment, parts, and labor specified herein. 3.0 WORK SCHEDULE AND PROJECT COMPLETION 3.1 The bidder shall submit a detailed timeline for the performance of all investigation, design, demolition and construction work for the project. All work on the project shall be completed and all of the tennis courts ready for play on or before June 30, 2018. 4.0 WORKERS COMPENSATION AND INSURANCE: 4.1 The contractor shall maintain during the life of the contract, Worker s Compensation Insurance for all employees working at the project site under the contract, or as otherwise required by North Carolina General Statutes. 4.2 Before Contractor commences any work, Contractor shall be required to purchase and maintain, and contractor shall deliver to County, naming the County of Harnett as an additional insured, evidence of liability and other insurance as is appropriate for the work being performed and as well provide protection from claims set forth below which may arise out of the result from performance of the work and Contractor s other obligations under the contract, whether it is to be performed by Contractor, any subcontractor or supplier, or by anyone directly or indirectly employed by any of them to perform any of the work, or by anyone whose acts any of them may be liable: A. Workers Compensation coverage is required by law; B. General Liability Insurance with a contractual coverage endorsement with an aggregate of $3,000,000.00 bodily injury and property damage and not less than $2,000,000.00 per occurrence. C. Automobile Liability Insurance with limits of liability not less than $1,000,000.00 per occurrence for bodily injury and $1,000,000.00 per occurrence for property damage. Page 4

4.3 OTHER INSURANCE: The contractor shall furnish such additional insurance as may be required by the General Statues of North Carolina, including motor vehicle insurance in amounts not less than statutory limits. 5.0 CANCELLATION: 5.1 Each certificate of insurance shall bear the provision that the policy cannot be altered or canceled in less than ten (10) days after mailing written notice to the assured of such alteration or cancellation, sent registered mail. 5.2 The contractor shall furnish the owner with satisfactory proof of insurance required before written approval of such insurance is granted by the owner. 5.3 Executed contract documents, insurance certifications, invoices and other information requested, are to be sent to: Carl Davis, Parks and Recreation Director County of Harnett P.O. Box 816 Lillington, NC 27546 Email: cdavis@harnett.org 6.0 DAMAGE TO CONTRACTORS PROPERTY: 6.1 County shall be under no obligation to replace or in any way compensate the contractor for fire, theft, vandalism or any other casualty, injury or damage to equipment or property belonging to the contractor while on County property. 6.2 The successful bidder agrees to indemnify and hold harmless County from and against any liability, loss, cost, damage suit, claim, or expense arising occurrence on the part of the successful bidder to include its officers, servants, agents or employees arising from its activities, operations, and performance of services while on County property and further agrees to release and discharge County and its Agents from all claims or liabilities arising from or caused by the successful bidder in fulfilling its obligations under the contract. 6.3 It is understood and agreed by the parties that County will assume no liability for damages, injury, or other loss to the successful bidder, its employees or property, tools or equipment, or to other persons or properties located on County facilities resulting from the successful bidder s activities and operations while performing those service enumerated herein. The successful bidder shall assume full and complete liability for any and all damages on County or private properties caused by or resulting from its activities, operations, and that of its employees, agents and officers. 7.0 ADDENDUM 7.1 Addendum/Amendment: Any changes to the specifications will be issued as a written addendum. No oral statements, explanations, or commitments by whosoever shall be of any effect. The contract may be amended from time to time through written agreement by both parties. Page 5

8.0 E-VERIFY COMPLIANCE 8.1 By submission of this proposal, the potential contractor certifies that it and any subcontractors complies with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes. 9.0 IRAN DIVESTMENT ACT 9.1 Vendors, contractors, and or subcontractors affirm they are not listed on the Final Divestment List created by the State Treasurer pursuant to N.C.G.S. 143-6A-4, Iran Divestment Act Certification. The final Divestment List can be found on the State Treasurer s website at the address www.nctreasurer.com/iran and should be updated every 180 days. Page 6

10.0 REFERENCE INFORMATION All bidders shall provide a list of three (3) client references of similar work. The reference information shall include the company s name, a contact person s name with his or her title and their telephone number. Contractor shall provide the information below with their bid sheet. Contractor shall be experienced in projects of similar construction. 1. Company name: Contact person: Title: Phone No. 2. Company name: Contact person: Title: Phone No. 3. Company name: Contact person: Title: Phone No. 11.0 CONTRACTOR INFORMATION Contractor shall provide the information below with the bid sheet. COUNTY OF HARNETT NORTH CAROLINA PROSPECTIVE CONTRACTOR DATA FORM Company Name: Address: Phone Number: Mobile Phone Number: Email: Tax ID# Corporation or Partnership: Number of Years in Business: Page 7

COUNTY OF HARNETT PARKS AND RECREATION DEPARTMENT REQUEST FOR BID ATTACHMENT A In compliance with the request for bid by the County of Harnett and subject to all conditions and specifications thereof, the undersigned offers and agrees to furnish all equipment, labor and work site clean-up as provided in the above mentioned specifications. NEW TENNIS COURTS AT NEILLS CREEK PARK Proposed Price to Complete Construction of six (6) New Tennis Courts $ Unit Price to Install Painted Pickleball Court Lines (3 Courts Only) $ TOTAL $ Addenda Received: Bid reviewed, prepared and submitted by: Company Name: Date: Signed: Print Name: Page 8

ATTACHMENT B Page 9

ATTACHMENT C Page 10