REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season. SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019

Similar documents
Please mark your envelope BID FOR 2018 CEMETERY COLUMBARIUM

MUST SUBMIT THIS PAGE WITH PROPOSAL

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

LEAGUE OF HUMAN DIGNITY BARRIER REMOVAL CONSTRUCTION CONTRACT OWNER AND CONTRACTOR

ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements

Note: Contracts for Services are public records which are generally subject to statutory public disclosure and public website posting requirements.

2015 SIDEWALK REPAIR REQUEST FOR TENDER

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

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

REQUEST FOR TENDERS SIDEWALK EXTENSIONS

Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

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

NOTICE TO CONTRACTORS

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

SOLICITATION. For. 2015/2016 WEED and SNOW REMOVAL SERVICES CITY OF FORT MORGAN, COLORADO. May 18, Jared R. Crone Lieutenant, Police Department

DATE DELIVERY REPLY NOT LATER THAN REQUISITION NO. DEPARTMENT. OFFICIAL TITLE: DATE TERMS F.O.B. DATE SHIPMENT CAN BE MADE SHIPMENT VIA Delivered

REQUEST FOR QUOTATION

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

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

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #

CITY OF PALM DESERT PUBLIC WORKS DEPARTMENT

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

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

DOUGLAS COUNTY REQUEST FOR BID AND BID SHEET BID ON: CITY OF OMAHA - De-Icing Material

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

City of Palmer Action Memorandum No

GENERAL CLAUSES AND CONDITIONS

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.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL KNOWLEDGE PARK TRAFFIC CIRCLE LANDSCAPING. MANDATORY PRE-BID MEETING March 30, 2017 at 10:00 AM

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

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

SECOND REVISED REQUEST FOR PROPOSALS

Barrow County School System

REQUEST FOR QUOTATIONS

Owner Phone. Contractor. Address. Type Existing Type Proposed. Type Existing Type Proposed. Length Width Area S.F.

PROPOSAL LIQUID CALCIUM CHLORIDE

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

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

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

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

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

ADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR BIDS MILLING AND RESURFACING CITY OF SANDERSVILLE

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

BID PRICE FORM. (Date) CHARLESTON COUNTY PARK AND RECREATION COMMISSION (CCPRC) 861 RIVERLAND DRIVE CHARLESTON, SC 29412

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-15 MAINTENANCE/STREETS

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

REQUEST FOR PROPOSAL (RFP) # TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018

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

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

Request for Proposal For Scrap Metal Removal

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ) Pavement Repair Projects Ad Ready Design (PS&E) August 2018

Addendum 1 13 TH Street Streetscape. September 1, 2017

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA Fax:

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

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

CITY OF GAINESVILLE INVITATION TO BID

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

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

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

REQUEST FOR PROPOSAL RFP #14-03

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

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

CITY OF GAINESVILLE INVITATION TO BID

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

Request for Quotation

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

City of New Rochelle New York

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

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

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

INVITATION TO BID (ITB)

REQUEST FOR PROPOSAL FOR EXCESS WORKERS COMPENSATION PREPARED BY: TOWNSHIP OF GLOUCESTER. P. O. Box 8. Blackwood, N. J

PROVIDENCE WATER SUPPLY BOARD

Transcription:

REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019 PROPOSALS MUST BE MAILED OR DELIVERD TO: City of Kearney, Attn: Lauren Brandt, City Clerk 18 E. 22nd Street P.O. Box 1180 Kearney, NE 68848 The City of Kearney, Nebraska is requesting proposals from qualified concrete contractors in order to establish a contract to provide labor and equipment for the removal and replacement of concrete in street right-of-way. The City of Kearney is an equal opportunity employer and requires all contractors and consultants to comply with all applicable federal and state laws and regulations. 1.0 SUMMARY OF WORK The project consists of removal of sidewalk and the installation of ADA curb ramps between Avenue E and Avenue I and between 31st Street and 39th Street in the City of Kearney. Work is to be completed by September 13, 2019. 2.0 DETAILED SCOPE OF WORK Contractor will be responsible for the removal of the street pavements or sidewalks to the nearest joint, grade preparation, form and pouring of the street pavements or sidewalks and backfill of disturbed areas in accordance with the City of Kearney Standard Specifications for Municipal Construction. All construction shall be in accordance with the City of Kearney Standard Specifications for Municipal Construction and the following: Unless otherwise instructed, the finish grade of all flatwork will match the existing grades. Contractor shall plan on excavation equal to the thickness of the flatwork. Excavation, subgrade preparation and removal of all excess material and construction wastes as required for the construction of street pavements and sidewalks will not be paid for directly but shall be considered incidental to items for which payment is made. Form and place P. C. Concrete Sidewalks Type 1P 47B-3500 in accordance with Section 11 of the City of Kearney Standard Specifications for Municipal Construction. Form and place P. C. Concrete Pavement Type 1P 47B-3500, in accordance with Section 12 of the City of Kearney Standard Specifications for Municipal Construction. Handicapped ramps shall be constructed in accordance with Section 11.39 of the City of Kearney Standard Specifications for Municipal Construction. The City will furnish plastic ADA truncated dome panels for the contractor to place in the wet concrete. This work item will not

be paid for directly but shall be considered incidental to items for which payment is made. Contractor shall comply with all standards of the Americans with Disabilities Act on all sidewalks, crossings, and other segments of a continuous pedestrian system. Grind existing curb to allow for the construction of handicapped ramps. Payment will be made by the measured LF for this work item. Backfill areas in accordance with Section 12.36 of the City of Kearney Standard Specifications for Municipal Construction. Backfill areas in the lawn must be mowable and maintainable after the sidewalk is installed. Payment for backfill will not be made directly but shall be considered incidental to items for which payment is made. Disturbed areas will be seeded in accordance with Section 33 of the City of Kearney Standard Specifications for Municipal Construction. Payment for seeding will not be made directly but shall be considered incidental to items for which payment is made. Provide barricades and conduct traffic control as necessary for public safety. This work item will not be paid for directly but shall be considered incidental to items for which payment is made. Contractor will be responsible for monitoring concrete during curing process to assure work is not compromised due to vandalism, etc. If concrete work is compromised, work will be redone at contractor s expense. Tree removal and trimming will be performed by city forces at no cost to the contractor. All P. C. Concrete shall be type 1P 47B as specified in Sections 11 and 12 of City of Kearney Standard Specifications for Municipal Construction. The owner reserves the right to adjust the work areas and final work quantities without adjustments to the unit bid prices. The edge of all concrete removals shall be full depth sawn prior to the concrete removal. All joints will be sealed in accordance with Section 11 of the City of Kearney Standard Specifications for Municipal Construction. City staff will mark removals. Contractor shall keep all construction activity within the City street right-of-way. Sprinkler head repair will be considered incidental to items for which payment is made. City s General Requirements Contractor shall agree to protect, defend, indemnify, and hold the City Council, City of Kearney, its officers, commissions, employees and agents free and harmless from and against any loss, penalties damages, settlements, costs, charges, professional fees or other expenses or liabilities of every kind and character resulting from the error, omission or negligent act of the Contractor, its agents, employees or representatives, in the performance of the Contractor s duties under any agreement resulting from award of this proposal. The City, or any of its agencies, will not hold harmless or indemnify any respondent for any liability whatsoever. It is agreed between the parties that the City of Kearney shall not, under any circumstances, be responsible nor have any obligation for workers compensation benefits to the Contractor, its agents, employees and subcontractors or their agents and/or employees. Contractor shall be required to maintain and carry in force, for the duration of the project, insurance coverage for general liability for not less than One Million Dollars ($1,000,000) RFP for ADA Sidewalk Ramp Replacement - 2019 Page 2 of

combined single limit. The successful Contractor shall furnish to the City of Kearney a Certificate of Insurance verifying coverage and identifying the City of Kearney as an "additional insured" on the general liability policy. This inclusion shall not make the City a partner or joint venture with the Vendor in its operations herein. Prior to any material change or cancellation, the City of Kearney will be given thirty (30) days advance notice by registered mail to the stated address of the certificate holder. In the event of an occurrence, it is further agreed that any insurance maintained by the City of Kearney, shall apply in excess of and not contribute with insurance provided by policies named in this contract. The certificate holder on the Certificate of Insurance shall be as follows: City of Kearney City Clerk P.O. Box 1180 Kearney, NE 68848-1180 Contractor warrants and represents that it has policies in place governing the actions of the Contractor and any employees or agents or the Contractor regarding sexual harassment. The Contractor agrees to defend, indemnify and hold harmless the City of Kearney for actions of the Contractor or Contractor's employees or agents in the execution of this agreement with the City of Kearney and its officers, employees and agents. The Contractor also understands and agrees that any violation of this provision will constitute sufficient cause to terminate the agreement. Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing services within the State of Nebraska. A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996, 8 U.S.C. 1324a, known as the E-Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If Contractor is an individual or sole proprietorship, the following applies: 1. The Contractor must complete the United States Citizenship Attestation Form, available on the Department of Administrative Services website at www.das.state.ne.us. 2. If the Contractor indicates on such attestation form that he or she is a qualified alien, the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor's lawful presence in the United States using the Systematic Alien Verification for Entitlements (SAVE) Program. 3. The Contractor understands and agrees that lawful presence in the United States is required and the contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat. 4-108. RFP for ADA Sidewalk Ramp Replacement - 2019 Page 3 of

Once the City Council has selected the Contractor, the City reserves the right to:. Reduce the overall cost of a selected proposal in advance of confirming the order by requesting modifications or deletions as required to meet unexpected budgetary constraints.. Negotiate for the substitution of specific feature while remaining consistent with the design concept.. Provide a 2020 option and a 2021 option to renew the contract with selected Contractor, if Contractor wishes to honor 2019 unit prices for 2020 and 2021 work.. Cancel or renegotiate the contract, if the contractor is unable to complete on-call services in a timely manner. The City of Kearney will accept only those sealed proposals, either hand delivered to the City Clerk's Office or received by the City Clerk's Office via U.S. Mail or other commercial carrier. Items transmitted by facsimile or electronically will not be accepted. Late receipt of submittals will not be considered regardless of postmark. All proposals will be validated. Submittals received after the due date will be filed unopened. lnterested firms should submit each proposal to the following address no later than 2:00 p.m. Tuesda v. March 19. 2019 to: Lauren Brandt, City Clerk Kearney City Hall 18 East 22nd Street P.O. Box 1180 Kearney, NE 68848 Please mark your envelope "PROPOSAL FOR 2019 ADA SIDEWALK RAMP REPLACEMENT". DO NOT CONTACT ANY OTHER CITY EMPLOYEE OR DEPARTMENT. ALL QUESTIONS MUST BE SUBMITTED BY EMAIL TO THE FOLLOWING PERSON: Andy Harter, Assistant Director of Public Works aharter(okea rnevqov.orq This Request for Proposals does not commit the City of Kearney to award a contract, to pay any costs incurred in the preparation of a proposal for this request, or to procure or contract for services. The City of Kearney reserves the right to accept or reject any or all proposals received as a result of this request, to negotiate with any qualified firm or to modify or cancel in part or in its entirety the Request for Proposals, if it is in the best interest of the City of Kearney to do so. Sincerely. CITY OF KEARNEY ZZz%-.- Michael W. Morgan City Manager RFP for ADA Sidewalk Ramp Replacement - 2019 Page 4 of 6

City of Kearney 18 East 22nd Street Kearney, NE 68847 UNIT PRICE BID FORM NOTE: BID/PROPOSAL must include all applicable taxes and fees. The undersigned, having carefully examined the details for Curb & Sidewalk Ramp Replacement within the City of Kearney, Nebraska, and such other work as may be incidental thereto, and having personally examined the sites of work, propose the following cost for the performance of such work. This contract is for on call services as required during the 2019 construction season. The owner has the right to under run and overrun quantities without adjustments to the unit prices. Ite m No. Description Estimated Quantity 1. Mobilization 1 L.S. 2. Grind Existing Curb 630 L.F. 3. Remove, Haul & Replace 2 Curb & Gutter Section 20 L.F. 4. Remove & Haul Existing Pavement 2150 S.F. 5. Construct P.C Concrete Sidewalk (6 Thick) 2500 S.F. 6. Construct P.C. Concrete Pavement (8 Thick) 20 S.Y. Unit Unit Price Total Amount TOTAL COST $ Any items of work not listed on the Unit Price Bid Form will not be paid for separately, but shall be considered subsidiary to the other items of the Bid. In submitting this proposal, the Contractor further states that he is complying with, and if awarded a contract, will continue to comply with Fair Labor Standards as defined in Section 73-104 of the Nebraska Revised Statutes, as amended, in the pursuit of his business and in the execution of the contract on which he is bidding. Respectfully Submitted, Company Name Address Phone Email Signature Name and Title Date RFP for ADA Sidewalk Ramp Replacement - 2019 Page 5 of

E AVE F AVE D AVE C AVE L AVE LINDEN DR K AVE H AVE INDIAN RD TABOR PL K AVE H AVE H AVE K AVE E 41ST ST E 39TH ST I AVE E 37TH ST E 37TH ST E 36TH ST E 35TH ST E 35TH ST E 34TH ST E 34TH ST E 34TH ST C AVE E 32ND ST E 32ND ST E 31ST ST E 31ST ST E 30TH DR C AVE E 30TH ST D AVE E 30TH ST E 29TH ST = Proposed Intersections