NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

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

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

INVITATION TO BID LANDSCAPE SERVICES

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

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

REQUEST FOR PROPOSALS

Contractor s Insurance Requirements

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

DOWNTOWN REDEVELOPMENT AUTHORITY CITY OF HOUSTON TAX INCREMENT REINVESTMENT ZONE #3 PUBLIC IMPROVEMENTS REIMBURSEMENT GUIDELINES

SHORELINE AREA TREE TRIMMING

LONE TREE SCHOOL FLOORING REPLACEMENT

Insurance Requirements for Contractors

EXHIBIT B. Insurance Requirements for Construction Contracts

LONE TREE SCHOOL BELL SYSTEM

BID DOCUMENTS FOR TREE TRIMMING AND/OR TREE REMOVAL SERVICES

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

Request for Bid/Proposal

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

EXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer

Mobile and Stationary Security Patrol Services

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

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

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

M E M O R A N D U M. March 13, 2019

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.

Real Estate Acquisition Services For Neighborhood Stabilization Program

Sacramento Regional Solid Waste Authority (SWA)

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY

REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20

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

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY ADDENDUM # 1

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

Certificate of. Insurance Information. Packet

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

PROPOSAL LIQUID CALCIUM CHLORIDE

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

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

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

City of Loveland, Ohio

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

REQUEST FOR BID PROPOSALS FOR DEMOLITION OF FARM STRUCTURES. Issued: March 26, 2018

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

CITY OF ROMULUS CHAPTER 39: PURCHASING

Agenda Item B.5 CONSENT CALENDAR Meeting Date: November 19, 2013

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

REGIONAL ROAD CONCURRENCY AGREEMENT CONSTRUCTION OF IMPROVEMENTS

ADDENDUM #2. Due back on 10/24/18, no later than 11:00 A.M.

HSU Reddie Grill Renovation OFFICIAL BID SHEET

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

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

SECTION IV CONTRACT BID NUMBER

#REVISED MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC

City of Hammond. Purchasing Department RFP 15-15

Insurance Requirements. The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment.

GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: MA-IS

Attachment A GENERAL TERMS AND CONDITIONS

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

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT

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

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

Real Estate Services For Neighborhood Stabilization Program 3

Workforce Management Consulting Services

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

CCIP ADDENDUM. Blasting or any blasting operations;

BID DOCUMENTS FROM CITY OF BEEVILLE FOR PURCHASE OF SEAL COATING FOR CITY STREETS BEEVILLE, TEXAS BIDS WILL BE RECEIVED UNTIL

City of Rolling Hills INCORPORATED JANUARY 24, 1957

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

RFP GENERAL TERMS AND CONDITIONS

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

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

INDEPENDENT CONTRACTOR AGREEMENT

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

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

CENTRAL LINN SCHOOL DISTRICT #552C INVITATION TO BID. Project Number ITB Flat Roof Life Extension

Meeting Date: August 13, 2015 Staff Contact: Greg O'Halloran, Chief of Police

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

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

Invitation for Bid. House Sale & Removal. University of Arkansas - Fort Smith (listed properties)

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

AIA Document A101 TM 2007

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT

Replace Chiller System RFP 2018 Q&A

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

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

Transcription:

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401 The Ogden City Redevelopment Agency (the RDA ) is funding the demolition of a building located at 2557 Grant Avenue in Ogden, Utah. You are hereby invited to submit a bid for work outlined below. This bid is due as follows: SEND TO: Ogden City Purchasing. ADDRESS: 2549 Washington Blvd., Suite 510 Ogden, UT 84401 damenb@ogdencity.com MANDATORY PRE-BID MEETING: Monday January 15th, 2018, 10:00 A.M. 2557 Grant Ave. Ogden, UT SOUTH SIDE DEADLINE: OWNER: Monday, January 29, 2018, 2:00 P.M. Ogden City Redevelopment Agency GENERAL REQUIREMENTS: 1. Bid Form: Bids must be sealed. Bids must be submitted on this form, and must be typed or written in ink and signed. The RDA reserves the right to accept or reject any or all bids, or any portions thereof, and call for new bids if their interest or convenience is better served by such a course. The bidder certifies that this offer will not be withdrawn or changed for a period of 45 days after the date of the bid opening. 2. Qualified Contractor: Bidder certifies that they are currently a qualified, licensed contractor and are able to comply with all state and local laws throughout the demolition process. Bidder must be able to complete the work as required herein. 3. Ogden City Codes: All work to be performed under this project must meet the minimum requirements of all local, state, and federal codes and ordinances, as applicable. Interpretations and clarifications of the codes and their applicability to this project shall be directed to the Ogden City Inspections Division. A formal demolition permit issued by Ogden City and paid for by the contractor is required for this specific scope of work. 4. Timing: Contractor shall complete demolition and achieve approval from all regulating entities and Ogden City no later than 60 Calendar days from receiving a notice to proceed from the RDA. 1

5. Contract Document: The RDA will negotiate a Demolition Contract with the winning Contractor. 6. Final Approval & Payment: Authorization of payment will be subject to approval by RDA staff and all applicable regulating agencies, including Ogden City Inspections. 7. Women & Minority-Owned Businesses: The RDA encourages and welcomes bids from women-owned and minority-owned businesses. 8. Ogden City Businesses: Ogden City Policy #1220 giving preference to local contractors is no longer an active policy and does not apply to this bid. 9. Furnishing of W-9: Payment under this Agreement is contingent upon Contractor furnishing City with a signed and completed W-9 IRS tax form. Contractor shall cooperate with the RDA in furnishing any additional information the RDA may need to comply with rules and regulations of the Internal Revenue Service. 10. Bonding Requirements: The winning Contractor shall be subject to the attached Ogden City Payment and Performance Bonds Requirements. 11. Insurance Requirements: The winning Contractor shall be required to procure and maintain insurance according to the attached Ogden City Insurance Requirements. 12. Dumping Requirements: All debris must be taken to a licensed landfill. All landfill receipts must be turned in before final approval and payment. DESCRIPTION OF WORK FOR PROPERTY AT: 2557 Grant Avenue. Ogden UT 1. Location: Complete demolition of the building located at 2557 Grant Avenue, known as the Hostess Foods Plant. Contractor shall verify conditions on site. 2. Utilities: All utilities have been disconnected and line killed Contractor to Verify. Contractor will need to make their own arrangements for supplying water and temporary power. 3. Infrastructure Protection: Protect City sidewalk, drive approach, curb/gutter and street by means acceptable to Ogden City Engineering. Contractor will be liable for any damage to public property. *Attachments: Plat Map Aerial Photo Ogden City Insurance Requirements Ogden City Payment and Performance Bonds Requirements 2

Bid Schedule Address 2557 Grant Avenue Hostess Building Demolition Bid Amount $ Total Bid $ Company Address Phone Print Name Signature Date 3

Site 4

5

Ogden City Payment and Performance Bonds Requirements A. Prior to OGDEN CITY executing the Agreement, Contractor shall file with OGDEN CITY a good and sufficient performance bond and a payment bond, each in the sum of not less than 100 percent of the Contract Price. B. The bonds shall be executed by the Contractor and secured by a company duly and regularly authorized to do a general surety business in the State of Utah and named in the current list of Companies holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies as published in current Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department, with an underwriting limitation equal to or greater than the Contract Price which the bond guarantees or with a current A- rating or better in A.M. Best Co., Inc. s, Best Insurance Reports, Property and Casualty Edition. C. Said bonds shall guarantee the faithful performance of the Construction Contract by the Contractor and payment of labor and materials. They shall inure by their terms to the benefit of OGDEN CITY. Neither this nor any other provision requiring a performance bond shall be construed to create any rights in any third party claimant as against OGDEN CITY for performance of the work under this Agreement. D. If the surety on any bond furnished by Contractor is subject to any proceeding under the Bankruptcy Code (Title 11, United States Code) or becomes insolvent or its right to do business is terminated in the State of Utah or it ceases to meet the requirements of this paragraph, Contractor shall, within 15 days thereafter, substitute another bond and surety, both of which must be acceptable to OGDEN CITY.

Insurance Requirements Insurance Requirements. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, its agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor s bid. The amount of insurance shall not be less than: Commercial General Liability: $1,000,000 combined single limit per occurrence and $2,000,000 general aggregate for bodily injury, personal injury and property damage. Business Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage for owned, non-owned and hired autos. Workers Compensation and Employers Liability: Workers compensation limits as required by the labor code of the State of Utah and employers liability with limits of $1,000,000 per accident. Each insurance policy required by this Agreement shall contain the following clauses: This insurance shall not be suspended, voided, canceled, reduced in coverage or in limits except after thirty days prior written notice by certified mail, return receipt requested, has been given to Ogden City. It is agreed that any insurance or self-insurance maintained by Ogden City, its elected and appointed officials, employees, agents and volunteers shall be excess of Contractor s insurance and shall not contribute with insurance provided by this policy.@ Each insurance policy required by this Agreement, excepting policies for Workers Compensation and Professional Liability, shall contain the following clause: Ogden City, its elected and appointed officials, employees, agents and volunteers are to be named as additional insureds as respect to operations and activities of, or on behalf of, the named insured as performed under Agreement with Ogden City. Insurance is to be placed with insurers acceptable to and approved by Ogden City. Contractor s insurer must be authorized to do business in Utah at the time the contract is executed and throughout the time period the contract is maintained, unless otherwise agreed to in writing by Ogden City. Failure to maintain or renew coverage or to provide evidence of renewal will be treated by Ogden City as a material breach of contract. Ogden City shall be furnished with original certificates of insurance and endorsements effecting coverage required within, signed by a person authorized by that

insurer to bind coverage on its behalf. All certificates and endorsements are to be received by Ogden City before work commences. Ogden City reserves the right to require complete, certified copies of all required insurance policies at any time. Any deductibles or self-insured retentions must be declared to and approved by Ogden City. At the option of Ogden City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects Ogden City, its elected and appointed officials, employees, agents and volunteers; or Contractor shall provide a financial guarantee satisfactory to Ogden City guaranteeing payment of losses and related investigations, claim administration and defense expenses. Contractor shall include all subcontractors and insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage s for subcontractors shall be subject to all of the requirements stated herein. Nothing contained herein shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor s or its subcontractor s performance of the work covered under this Agreement.