REQUEST FOR PROPOSAL. Subject: Swimming Pool Resurfacing and Repair. Due: January 6, 2016, 2:00 p.m. CST

Similar documents
Scofield Ridge Homeowners Association

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

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

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

Advertisement Town of Wytheville Request for Bids for Swimming Pool Re-plaster

RFP GENERAL TERMS AND CONDITIONS

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

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

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

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

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

PROPOSAL LIQUID CALCIUM CHLORIDE

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.

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

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

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

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

W I T N E S S E T H:

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

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

City Of Hammond Purchasing Department. Provide Chlorine & Sulfur Dioxide for our Water/Sewer Plants RFP #

ANNEX A Standard Special Conditions For The Salvation Army

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

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

Asbestos Survey Services

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

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

Contractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware.

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

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

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

PURCHASING DEPARTMENT

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

Request for Proposals. For the Read Schoolhouse Preservation Work

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

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

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

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

City of Bowie Private Property Exterior Home Repair Services

City Of Hammond Purchasing Department. Tree Removal Services RFP Sealed Bids Shall Be Received by the Purchasing Department, City of Hammond

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

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

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

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

EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP)

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

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County

SUU Contract for Workshops and Entertainment

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

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

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

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

7/14/16. Hendry County Purchase Order Terms and Conditions

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

Human Services Building Roof Project (4 flat roofs)

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

Deluxe Corporation Purchase Terms and Conditions

City of Merriam, Kansas

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR QUALIFICATIONS AND LETTER OF INTEREST REGARDING DEVELOPMENT OF TRANSPORTATION PLANNING REPORT (TPR) FOR FUTURE DESIGN OF BUCKNER LANE

MANDATORY GENERAL TERMS AND CONDITIONS:

RICE UNIVERSITY SHORT FORM CONTRACT

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

PURCHASING DEPARTMENT

NEAPA Northeast Alabama Purchasing Association

PROPOSAL FOR 2019 MINERAL WELL BRINE

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

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

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

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

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

SECTION 2 - STANDARD TERMS & CONDITIONS

REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

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

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

PURCHASING DEPARTMENT

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2

REQUEST FOR QUOTATIONS For Homestead Apartments Pool Repair For HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED ENTITIES

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

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

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

GROUNDS MAINTENANCE AGREEMENT

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

Transcription:

REQUEST FOR PROPOSAL Subject: Swimming Pool Resurfacing and Repair Due: January 6, 2016, 2:00 p.m. CST 1101 Buchanan Drive, Suite 4 Burnet, Texas 78611 www.cityofburnet.com (512) 756-6093 Fax: (512) 756-8560

City of Burnet 1001 Buchanan Drive, Suite 4 Post Office Box 1369 Burnet, Texas 78611 This is a Request for Proposal (RFP) Date Issued: December 9, 2015 Subject Title: Swimming Pool Resurfacing and Repair Date Due: January 6, 2016 Time Due: 2:00 p.m. CST Calendar of Events The dates and times listed below are tentative and subject to change. The City and Proposer shall make every effort to adhere to the following schedule. December 9, 2015 December 16, 2015 January 6, 2016 January 6, 2016 January 12, 2016 February 1, 2016 February 29, 2016 Newspaper Publication Notice. At 2:00 p.m. a non-mandatory walk through will be held at the YMCA of the Highland Lakes at Galloway Hammond located at 1601 S. Water, Burnet, Texas. Proposals due by 2:00 p.m. CST. Proposal Opening at 2:00 p.m. CST in the City Hall Conference Room. City staff will make recommendation to City Council at City Council Meeting at 6:30 p.m., located at Burnet Municipal Airport, 2402 South Water (Hwy 281 South). Swimming Pool Resurfacing and Repair work start date. Swimming Pool Resurfacing and Repair work completion date. 1.0 General Conditions 1.1 This Request for Proposal ( RFP ) shall be on file in the Finance Department, City of Burnet (the City ), City Hall, 1001 Buchanan Drive, Suite 4, Texas 78611, from 8:00 a.m. until 5:00 p.m., Monday through Friday, and available to interested individuals and entities ( Proposers ) from the Date Issued until the Due Date and Time. 1.1.1 Proposers are expected to examine all documents that make up this RFP. Proposers shall promptly notify the City of any omission, ambiguity, inconsistency, or error that they may discover upon examination of the RFP. The City assumes no responsibility for errors or misrepresentations that result from the use of incomplete proposals. 1.2 All responses to this RFP ( Proposals ) shall be submitted on the attached response forms (pages 8-21 of this RFP). Faxed or emailed proposals and/or late submissions will not be accepted. Proposals must be received by the City of Burnet Finance Department at or before 2:00 p.m. CST on January 6, 2016. Each Proposal must be submitted in a sealed envelope clearly identified as Request for Proposal Swimming Pool Resurfacing and Repair and delivered to the following person: Swimming Pool Resurfacing & Repair Page 1 of 21

City of Burnet Connie Maxwell, Director of Budgets 1001 Buchanan Dr. Suite 4 P.O. Box 1369 Burnet, Texas 78611 RFP Swimming Pool Resurfacing and Repair DO NOT OPEN READ THIS RFP FULLY AND CAREFULLY. PROPOSALS SHALL BE COMPLETE UPON SUBMISSION, INCLUDING ALL FORMS AND ATTACHMENTS REQUIRED HEREIN. FAILURE TO STRICTLY COMPLY WITH THESE STATED TERMS OF SUBMISSION MAY RESULT IN REJECTION OF THE PROPOSAL. 1.3 During the pendency of this RFP, Proposer shall not contact any City staff except those designated in this RFP or subsequent addendums or correspondence. Any questions or concerns should be addressed in writing to the City s Director of Budgets, Connie Maxwell and faxed to 512-756-8560 or e-mailed to cmaxwell@cityofburnet.com at least five (5) business days prior to the due date outlined herein. Non-compliance with this provision may result in rejection of the Proposal. The Director of Budgets phone number is 512-715-3219. 1.4 An addendum will be issued if necessary and posted on the City website (www.cityofburnet.com/finance/bids_list.htm). 1.5 All information required of the proposer, unless otherwise specified, must be completed on the forms provided by the City. Failure to manually sign the Proposal Response Acknowledgment Form (Article 5.0 of this RFP) will disqualify Proposer. Persons signing the Proposal shall have the authority to sign the Proposal on Proposer s behalf and shall be an officer or person authorized to bind the entity they represent to this proposal. 1.6 Each and every deviation from the terms, conditions, specifications, or performance requirements of this RFP shall be listed on the Deviation Acknowledgment Form (Article 7.0 of this RFP) upon submission of your Proposal. Listing of deviations is an integral and required part of your Proposal. Any deviations not listed on the Deviation Acknowledgment Form (Article 7.0 of this RFP) upon submission of your Proposal will not become part of the contract awarded by the City pursuant to this RFP. 1.7 Proposals will be opened at 2:00 p.m. CST on January 6, 2016. Proposals cannot be altered or amended after the deadline. Alterations made before opening must be signed by the Proposer or Proposer s agent. No Proposal may be withdrawn after the date and time of opening without approval of the Director of Budgets. 1.8 The City, in its sole discretion, may negotiate changes to any submitted Proposal, including price, after submitted Proposals have been opened. 1.9 The City reserves the right to accept and/or reject any and all submitted Proposals or any part thereof, waive immaterial errors, and award the contract in the best interest of the City. Swimming Pool Resurfacing & Repair Page 2 of 21

1.10 The City shall be sole interpreter of the terms, conditions, specifications, and performance requirements of this RFP. 1.11 In case of a discrepancy between the unit price and the extended total for an item, the figure that is most advantageous to the City will apply. An opened Proposal may not be changed for the purpose of correcting any error by the Proposer or Proposer s agent. 1.12 It is not the policy of the City to award a contract on the basis of price alone. The City reserves the right to award the contract to the Proposer offering the best value, and not necessarily to the Proposer offering the lowest price. A Proposal may be evaluated and selected on the basis of references, reputation, experience, past performance, skill, financial capacity, product quality and features, delivery schedule, quality installation, compatibility with existing equipment, and product service warranty. 1.13 If, at any time, the successful Proposer fails to fulfill or abide by the terms, conditions, specifications, or performance requirements of this RFP, or any contract awarded and entered pursuant thereto, the City reserves the right to: 1.13.1. Purchase Swimming Pool Resurfacing and Repair services on the open market and charge Proposer the difference between its contract price and new contractor s price; or 1.13.2. Deduct charges from successful Proposer s invoice at the time it is due; or 1.13.3. Cancel the contract at the City s convenience, without penalty, by furnishing written notice of termination to Proposer, and select another Proposal and award a contract to its Proposer pursuant to the terms thereof. 1.14 At the City s sole discretion and convenience, the City may terminate any awarded contract without regard to cause, without prior notice, and without penalty, and pay for authorized services provided to the date of termination. 1.15 If it is determined that any benefit to secure favorable treatment was offered, elicited, or provided by Proposer or Proposer s employee, affiliate, representative, partner, subcontractor, or agent, to any officer or employee of the City, Proposer will be disqualified from consideration and/or the awarded contract will be terminated. 1.16 All goods, raw materials, and products provided pursuant to the awarded contract must be new and not used, shop worn, or reconditioned. 1.17 All work must be in compliance with and conform to any and all applicable state or local laws, ordinances, regulations, codes, rules, policies, and interpretations thereof. 1.18 Once a Proposal has been selected, items or processes may be substituted only by furnishing an equal or superior quality and/or grade product or process than originally specified at no additional cost to the City. Any such substitution shall be pre-approved by the City, and the acceptance of any such substitution shall be at the City s sole discretion. Swimming Pool Resurfacing & Repair Page 3 of 21

1.19 Any contract awarded pursuant to this RFP is not assignable. 1.20 The City is tax exempt under Tax code, Subtitle E. SALES, EXCISE, AND USE TAXES, CHAPTER 151, section 151.309. 1.21 Invoices for partial payment must be approved in advance by the Director of Budgets. 1.22 Include any Material Safety Data Sheets (MSDS), if applicable. 1.23 Undisputed payments will be submitted to Proposer within thirty (30) days from receipt of original invoice. 1.24 Any contract awarded pursuant to this RFP shall be governed by the Uniform Commercial Code. Wherever the Uniform Commercial Code is used, it shall be construed as meaning the Uniform Commercial Code as adopted in the State of Texas effective and in force on the date of any such agreement between the City and Proposer. 1.25 Trade secrets and confidential information contained in a proposal may be open to public inspection. Pricing is not confidential information. Proposers who include information in a Proposal that is legally protected as a trade secret or confidential information must clearly indicate the specific protected information by highlighting that information and marking it Trade Secret or Confidential at the appropriate place. The City will not be responsible for any public disclosure of the trade secret or confidential information if it is not marked as provided above. An awarded Proposal in its entirety is not confidential. If a request is made under the Texas Public Information Act to inspect information designated as trade secret or confidential in a Proposal, Proposer shall, upon notification by the City, immediately furnish sufficient written reasoning as to why the information should be protected from disclosure in a timely manner to the Texas Attorney General for final determination at the address below: Office of the Attorney General Open Records Division P.O. Box 12548 Austin, TX 78711 Fax 512-463-2092 1.26 The obligations of the parties under a contract awarded through this RFP are primarily performable in Burnet County, Texas. Exclusive venue shall be Burnet County, Texas, and any contract awarded under this RFP shall be governed by the laws of the State of Texas. 1.27 The City may, at its option, offset any amounts due and payable under a contract awarded under this RFP against any debt (including taxes) lawfully due to the City from the successful Proposer, regardless of whether the amount due arises pursuant to the terms of the contract or otherwise, and regardless of whether or not the debt due to the City has been reduced to judgment by a court. 1.28 No member of the City Council or any City employee shall have any financial interests in the profits of any contract, service or other work performed by the Proposer(s) or personally profit directly or indirectly from any contract, purchase, sale or service between the City and any person or company. Swimming Pool Resurfacing & Repair Page 4 of 21

1.29 Proposer agrees not to discriminate against any employee or applicant for employment because of race, religion, color, sex, age, disability, or national origin. Proposer agrees to comply with the Immigration Reform and Control Act of 1986 and the Americans with Disabilities Act of 1990, and Proposer will indemnify and hold City harmless for any failure to so comply and any discrimination for which Proposer may be charged. 2.1 Scope of Work. 2.0 Special Conditions 2.1.1 Proposer shall provide Swimming Pool Resurfacing and Repair for the City of Burnet, Texas as per the specifications listed in this document. 2.1.2 Proposer shall be solely responsible for scheduling and coordinating the work of subcontractors, suppliers, and other individuals or entities performing or furnishing any of the work under a direct or indirect contract with Proposer. 2.1.3 Proposer shall submit a list of subcontractors and/or suppliers performing work on this project for acceptance by City. 2.1.4 A non-mandatory walk through will be held on December 16, 2015 at 2:00 p.m. at the YMCA of the Highland Lakes at Galloway Hammond, 1601 S. Water Street, Burnet, Texas. All responding vendors are encouraged to attend this walk through. 2.1.5 Proposer shall start work as described herein not later than February 1, 2016 and shall complete work as described herein by February 29, 2016. 2.1.6 The successful Proposer shall be and shall remain an independent contractor throughout the term of any contract awarded pursuant to this RFP. 2.1.7 The successful Proposer shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start up, and completion of the work. 2.1.8 The successful Proposer shall provide adequate restroom facilities, including but not limited to portable toilets, for all Proposer s employees and subcontractors. 2.2 Insurance. 2.2.1 The successful Proposer shall procure and maintain in force during the terms of any contract awarded pursuant to this RFP, at its own cost, the following minimum insurance coverage: A. Workers Compensation and Employers Liability i. State of Texas: $1,000,000 Each Accident ii. Employer s Liability: $100,000 Each Accident $500,000 Disease-Policy Limit Swimming Pool Resurfacing & Repair Page 5 of 21

iii. Waiver of Subrogation $100,000 Disease-Each Employee B. Commercial General Liability i. Bodily Injury & Property Damage General Aggregate Limit: $1,000,000 ii. Personal & Advertising Injury Limit $500,000 iii. Each Occurrence Limit $1,000,000 2.2.2 The policy shall be on an Occurrence Form and include the following coverage: Premises Operations; Personal and Advertising Injury; Medical Payments; Liability assumed under an Insured Contract; Independent Contractors; and Broad Form Property Damage. Coverage provided should be at least as broad as found in Insurance Services Office (ISO) form CG0001. C. Commercial Automobile Liability Limits i. Bodily Injury & Property Damage Combined Single Limit: $1,000,000 ii. Medical Payments: $ 5,000 Per Person iii. Uninsured/Underinsured Motorist $100,000 2.2.3 Prior to the execution of any awarded contract by the City, the successful Proposer shall forward Certificates of Insurance to Connie Maxwell, Director of Budgets. The required insurance policies shall be procured and maintained in full force and effect for the duration of the awarded contract. Certificate Holder shall be the City of Burnet, 1001 Buchanan Drive, Suite 4, Burnet, Texas 78611. 2.3 Performance and Payment Bonds. 2.3.1. If awarded contract, Proposer shall provide performance bond and payment bonds or a Letter of Credit and each shall be issued in an amount equal to the contract amount as security for the faithful performance and/or payment of all obligations. Performance and payment bonds shall be issued by a solvent company authorized to do business in the State of Texas, and shall meet any other requirements established by law or by City pursuant to applicable law. 2.4 Damage Provision. 2.4.1. If in performance pursuant to an awarded contract, successful Proposer, or Proposer s employee, affiliate, representative, partner, subcontractor, or agent, damages the City s real or personal property, including but not limited to tile and concrete, Proposer shall compensate the City for the cost of repair or replacement, whichever the City determines is appropriate under the circumstances. In such event, the City will provide to successful Proposer an invoice stating the actual cost of repairing or replacing the damaged property. Successful Proposer shall provide payment of the invoiced amount within thirty (30) days of its receipt of said invoice. Should successful Proposer refuse Swimming Pool Resurfacing & Repair Page 6 of 21

to compensate the City for the damage incurred, said invoiced amount shall be withheld from the amount payable to successful Proposer for services rendered pursuant to the awarded contract. This provision does not waive or diminish the City s right to pursue any and all legal remedies to collect for damages caused by Proposer, or Proposer s employee, affiliate, representative, partner, subcontractor, or agent. 2.5 Proposal Terms. By signing and submitting this Proposal, Proposer agrees: 2.5.1 That orders will be delivered, F.O.B., Burnet delivery within the time specified in the Proposal after receipt of order by fax, in-person, or by mail. 2.5.2 To furnish goods and services in strict compliance with the terms, conditions, Specifications, and performance requirements of this RFP. 2.5.3 That payment(s) will only be made from an original invoice, not from any statement, and invoices for payment shall be submitted via mail, courier, or personal delivery to: City of Burnet Finance Department Attn: Connie Maxwell, Director of Budgets 1001 Buchanan Drive, Suite 4 (Post Office Box 1369) Burnet, TX 78611 2.5.4 The City shall notify the successful Proposer of any contested invoice(s) in writing, and the City and successful Proposer shall mutually resolve such disputed invoice(s) within sixty (60) days of successful Proposer s receipt of said notice of dispute. Swimming Pool Resurfacing & Repair Page 7 of 21

3.0 Statement of Work The City of Burnet is seeking a vendor or vendors to strip and plaster the lap pool and the lessons pool and repair pool deck located at 1601 S. Water Street, Burnet, Texas. Work is anticipated to be completed between February 1, 2016 and February 29, 2016. All work shall be completed during normal business hours of the YMCA of the Highland Lakes at Galloway Hammond. 3.1 Base Bid Resurface Lap Pool Proposer shall be responsible for removal and proper disposal of all construction refuse from jobsite. City of Burnet shall drain all water from both the lap pool. Remove hydrostatic valve caps during resurfacing process and replace when completed. Cover all drains and inlets to prevent any and all debris from entering pool piping during construction. Sand blast, ax, chip, or use whatever means necessary to completely strip pool of all paint, and adhesive back to bare concrete. V-cut all cracks back by saw cutting to structural soundness and repair with Hydraulic Cement. Completely remove expansion joint material from expansion joints. Install new joint material using joint primer per material manufacturer s specification, and self-leveling material such as Sika-Flex 1A or equal. Allow full cure time per material manufacturer s specification before allowing any water to touch material. Remove and repair all hollow or damaged areas in pool shell. Acid wash pool with 20 Baum muriatic acid to insure proper cleaning and etching. Apply Bond Koat or equal per manufacturer s specification. Note: New plaster surface shall be applied the following day. Repair demarcation tile including, but not limited to, tile used for transitional lines, race lane markers and end wall targets in accordance with local and state codes. Re-plaster pool in White Marble plaster. Undercut to allow existing tile to remain. Plaster pool. Three bonding procedures will be used: o Proper preparation of surface as previously specified, and o A proper plaster mix as per manufacturers specifications, and o Finish plaster to a smooth and uniform finish. Pool will be completely plastered at a minimum of 3/8 and a maximum of ½ in thickness trawled to a smooth and uniform finish. All waste water shall be neutralized and disposed of in accordance with local and state codes. Proposer shall refill pool. Water will be chemically balanced by contractor to include chlorine, ph, calcium hardness and total alkalinity. If fill water has a heavy mineral content, Sequa Sol or equal should be used. All chemicals shall be provided by the contractor. Include a copy of the written warranty covering the installation of the pool surfaces. Proposer shall provide a minimum written 2-year warranty covering against plaster delamination. Proposer will be on premises to address warranty claims within 24-hours Swimming Pool Resurfacing & Repair Page 8 of 21

of notification and schedule repairs to suit City s schedule. The City understands that proper water chemistry is essential to maintain warranty. The water chemistry should be balanced by the contractor: Chlorine 1 to 3 ppm PH 7.4 to 7.6 Total Alkalinity 90 to 120 Calcium Hardness 200 to 250 (Note: At start-up the Calcium Hardness will be 250 to 300) Any alterations or deviation from above specifications must be noted on the Deviation Acknowledgment Form found in Article 7.0 of this RFP. Total Amount of Base Bid $ Lump Sum 3.2. Alternatives The City reserves the right to accept or reject any and all alternatives and to judge whether or not any alternate is of equivalent or better quality. Proposers may not bid on Alternates ONLY. Only Proposers that respond to the entire RFP as written will be considered. Description of work includes: Alternate No.1 Resurface Lessons Pool Proposer shall be responsible for removal and proper disposal of all construction refuse from jobsite. City of Burnet shall drain all water from both the lap pool and lessons pool. Remove hydrostatic valve caps during resurfacing process and replace when completed. Cover all drains and inlets to prevent any and all debris from entering pool piping during construction. Sand blast, ax, chip, or use whatever means necessary to completely strip pool of all paint, and adhesive back to bare concrete. V-cut all cracks back by saw cutting to structural soundness and repair with Hydraulic Cement. Completely remove expansion joint material from expansion joints. Install new joint material using joint primer per material manufacturer s specification, and self-leveling material such as Sika-Flex 1A or equal. Allow full cure time per material manufacturer s specification before allowing any water to touch material. Remove and repair all hollow or damaged areas in pool shell. Acid wash pool with 20 Baum muriatic acid to insure proper cleaning and etching. Apply Bond Koat or equal per manufacturer s specification. Note: New plaster surface shall be applied the following day. Swimming Pool Resurfacing & Repair Page 9 of 21

Install new demarcation in accordance with local and state codes. Re-plaster pool in White Marble plaster. Undercut to allow existing tile to remain. Plaster pool. Three bonding procedures will be used: o Proper preparation of surface as previously specified, and o A proper plaster mix as per manufacturers specifications, and o Finish plaster to a smooth and uniform finish. Pool will be completely plastered at a minimum of 3/8 and a maximum of ½ in thickness trawled to a smooth and uniform finish. All waste water shall be neutralized and disposed of in accordance with local and state codes. Proposer shall refill pool. Water will be chemically balanced by contractor to include chlorine, ph, calcium hardness and total alkalinity. If fill water has a heavy mineral content, Sequa Sol or equal should be used. Chlorine and sulfuric acid will be provided by the City of Burnet and will be on site. All other chemicals shall be provided by the contractor. Include a copy of the written warranty covering the installation of the pool surfaces. Proposer shall provide a minimum written 2-year warranty covering against plaster delamination. Proposer will be on premises to address warranty claims within 24-hours of notification and schedule repairs to suit City s schedule. The City understands that proper water chemistry is essential to maintain warranty. The water chemistry should be balanced by the contractor: Chlorine 1 to 3 ppm PH 7.4 to 7.6 Total Alkalinity 90 to 120 Calcium Hardness 200 to 250 (Note: At start-up the Calcium Hardness will be 250 to 300) Any alterations or deviation from above specifications must be noted on the Deviation Acknowledgement Form found in Article 7.0 of this RFP. Price for Resurface Lessons Pool $ Lump Sum Description of work includes: Alternate No. 2 Installation of new tile Remove existing tile and install new tile including, but not limited to, tile used for demarcation, transitional lines, race lane markers and end wall targets in lap pool. The color of the tile shall be a dark contrasting color (preferably black) or substantially similar to existing tile color. All tile dimensions shall comply with state and federal requirements. Any alterations or deviation from above specifications must be noted on the Deviation Acknowledgment Form found in Article 7.0 of this RFP. Price for installation of all new tile $ Lump Sum Swimming Pool Resurfacing & Repair Page 10 of 21

Description of work includes: Alternate No. 3 Repairing Pool Deck Proposer shall shot-blast and fully remove old deck paint and adhesive to ensure proper bonding of new surface. Proposer shall properly remove and reinstall accessibility equipment such as, but not limited to, chair lifts, ladders and rails affixed to the pool deck. Repair all cracks and remove all existing sealant in all joints and replace with new Deck-O-Seal or equal. Install new base coat, texture coat and color seal. Apply color sealer. The existing color is Taupe. New color sealer shall be similar to existing color sealer. Color sealer shall include a slip resistant additive to create a non-skid surface. Install new depth markers and No Diving markers and any other required markers required by local, state and federal codes. Proposer shall be responsible for proper placement of markers. Proposer will provide a minimum written two (2) year warranty covering deck coating against de-lamination. Proposer will be on premises to address warranty claims within 24-hours of notification and schedule repairs to suit City s schedule. Clean, remove and properly dispose of all refuse from job-site. Any alterations or deviation from above specifications must be noted on the Deviation Acknowledgment Form found in Article 7.0 of this RFP. Total price for repairing pool deck $ Lump Sum Description of work includes: Alternate No. 4 All work listed in Base Bid and Alternates No. 1 4. Any alterations or deviation from above specifications must be noted on the Deviation Acknowledgement Form found in Article 7.0 of this RFP. Total price for Base Bid and Alternatives $ Lump Sum Swimming Pool Resurfacing & Repair Page 11 of 21

3.3. Questions Have any manufacturers of products that may be used in this project certified your company as professional installers? If so, please list: Explain the order of execution of projects and duration of each: Subcontractors and/or suppliers preforming work of this project: Proposer acknowledges by initialing below that work shall start on February 1, 2016 and work shall be completed not later than February 29, 2016. If no, please explain why on the Deviation Acknowledgment Form found in Article 7.0 of this RFP. Yes, Proposer will start on February 1, 2016 and complete work not later than Initial February 29, 2016. No, Proposer will not start on February 1, 2016 and work will not be completed Initial by February 29, 2016. Swimming Pool Resurfacing & Repair Page 12 of 21

4.0 Vendor Profile 4.1. Company Name or D/B/A: 4.2. Telephone Numbers: 4.2.1. Phone: 4.2.2. Fax: 4.2 Contacts 4.3.1 Corporate Contact for this Proposal: Name: Address: City, State, Zip: Phone: Fax: E-mail: Website: 4.3 Number of years company has been in business under this name: 4.4 Other company names used with dates, from/to: Swimming Pool Resurfacing & Repair Page 13 of 21

5.0 Proposal Response Acknowledgement By signing and submitting this proposal, Proposer acknowledges that they have inspected the specifications, are capable and willing to perform and/or provide the required services and/or products, and shall complete this project within the amount of time and dollar amount specified. The undersigned certifies that the prices contained in this Proposal have been carefully checked and submitted as correct and final. All unit prices include the cost of delivery. The undersigned is authorized to bind themselves or the entity they represent to a contract. An individual proprietorship A partnership A corporation chartered under the laws of the State of, acting by its officers pursuant to its by-laws or a resolution of its Board of Directors Signature: Printed Name: Title: Date: 6.0 References Proposer shall submit a list of at least three (3) references for which Proposer has provided like products or services. References will include contact name and telephone number. Proposals submitted without three references may be disqualified from consideration. Central Texas area references are preferred. Company: Contact name: Phone number: Company: Contact name: Phone number: Company: Contact name: Phone number: Swimming Pool Resurfacing & Repair Page 14 of 21

7.0 Deviation or Compliance Acknowledgement DEVIATIONS: In the event the undersigned Proposer intends to deviate from the general terms, conditions, special conditions or specifications contrary to those listed herein and other information attached hereto, all such deviations must be LISTED ON THIS PAGE, with complete and detailed conditions and information. (Attach additional pages as necessary). NO DEVIATIONS: In the absence of any deviation entry on this page, Proposer assures the City of Proposer s compliance with the terms, conditions, specifications, and information contained in this RFP. List here: All Proposers MUST COMPLETE this page. This form must be returned with Proposal or else the Proposal will be considered as Nonresponsive. By initialing below, Proposer acknowledges: Proposal is submitted according deviations listed above. Initial Proposal is submitted with no deviations. Initial Swimming Pool Resurfacing & Repair Page 15 of 21

8.0 Release & Indemnification TO THE MAXIMUM EXTENT PERMITTED BY LAW, PROPOSER HEREBY AGREES AND CONSENTS FOR ITSELF, INDIVIDUALLY, AND ON BEHALF OF THE BUSINESS ENTITY REPRESENTED, TO FULLY AND UNCONDITIONALLY RELEASE, INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY OF BURNET, TEXAS, INCLUDING ITS OFFICERS, AGENTS AND EMPLOYEES, AND TO DEFEND AND HOLD IT HARMLESS FROM AND AGAINST ANY AND ALL COSTS, EXPENSES, ATTORNEY FEES, CLAIMS, SUITS, DEMANDS, LOSSES, OR LIABILITY FOR INJURIES TO REAL OR PERSONAL PROPERTY AND INJURIES TO PERSONS INCLUDING DEATH, INCLUDING PROPOSER S EMPLOYEES, AFFILIATES, REPRESENTATIVES, PARTNERS, AGENTS, OR THOSE WORKING ON PROPOSER S BEHALF, FROM ANY AND ALL OTHER COSTS, EXPENSES, ATTORNEY FEES, CLAIMS, SUITS, DEMANDS, LOSSES OR LIABILITIES OF ANY AND EVERY NATURE WHATSOEVER ARISING IN ANY MANNER, DIRECTLY OR INDIRECTLY, OUT OF OR IN CONNECTION WITH ANY CONTRACT AWARDED PURSUANT TO THIS RFP AND IN THE PERFORMANCE THEREOF, REGARDLESS OF CAUSE OR OF THE SOLE, JOINT, COMPARATIVE OR CONCURRENT NEGLIGENCE OR GROSS NEGLIGENCE OF CONTRACTOR, ITS OFFICERS, AGENTS OR EMPLOYEES, SAVE AND EXCEPT THE SOLE AND EXCLUSIVE NEGLIGENCE OF THE CITY. THIS PROVISION SHALL APPLY TO ALL IMPUTED OR ACTUAL JOINT ENTERPRISE AND JOINT VENTURE LIABILITY, IF ANY. Swimming Pool Resurfacing & Repair Page 16 of 21

9.0 Non-Collusion Acknowledgment The undersigned Proposer affirms that they are duly authorized to execute this Proposal, that this company, corporation, firm, partnership or individual has not prepared this Proposal in collusion with any other Proposer, and that the contents of this Proposal as to prices, terms and conditions thereof have not been communicated by the undersigned Proposer, nor by Proposer s employee, affiliate, representative, partner, subcontractor, or agent, to any other individual or entity engaged in this type of business prior to the official opening of this RFP. Company Name: Signature of Company Officer: Company Officer Printed Name: Title: 10.0 Suspension or Debarment Certificate Non-Federal entities are prohibited from contracting with or making subcontract awards under covered transactions to parties that are suspended or debarred or whose principals are suspended or debarred. Covered transactions include procurement for goods or services equal to or in excess of $100,000.00. Contractors receiving individual awards for $100,000.00 or more and all subcontract recipients must certify that the organization and its principals are not suspended or debarred. By submitting this offer and signing this certificate, Proposer certifies that no suspension or disbarment is in place, which would preclude receiving a federally funded contract under the Federal OMB, A-102, Common Rule. Vendor Name: Date: Signature of Company Officer: Company Officer printed name: E-mail Address: Swimming Pool Resurfacing & Repair Page 17 of 21

11.0 Conflicts of Interest The Texas Ethics Commission adopted the attached Conflict of Interest Questionnaire (Form CIQ) pursuant to HB914. For questions about these forms, please see the Texas Ethics Commission at Conflict of Interest Form. Proposer shall answer each question in the attached Form CIQ in relation to the following individuals and submit a completed form with its Proposal: City of Burnet, Mayor Gary Wideman, Mayor City of Burnet, City Council Paul Shell Joyce Laudenschlager Philip Thurman Tres Clinton Paul Farmer Mary Jane Shanes City of Burnet, City Manager David Vaughn Swimming Pool Resurfacing & Repair Page 18 of 21

Swimming Pool Resurfacing & Repair Page 19 of 21

Swimming Pool Resurfacing & Repair Page 20 of 21