OCEAN PINES ASSOCIATION, INC. 239 Ocean Parkway Ocean Pines, MD 21811

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

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

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

P u b l i c N o t i c e F r a n c h i s e A w a r d. Ocean Pines Association, Inc. Ocean Pines, Maryland

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

ALL TERRAIN SLOPE MOWER

Valley Regional Fire Authority Invitation to Bid

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

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

Invitation to Bid. Radcliff Wastewater Treatment Plant (WWTP) Road Paving. For. Radcliff Wastewater Treatment Plant

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

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

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

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

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

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

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

COUNTY OF PRINCE EDWARD, VIRGINIA

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

SAN ISIDRO INDEPENDENT SCHOOL DISTRICT Swimming Pool Project Request for Proposals

REQUEST FOR QUOTATION

Proposal/Immigration Act Sheet

Request for Proposal. Parks & Recreation Master Plan and Community Needs Assessment Services

Bonner Springs Housing Authority Request for Proposals Turnover Painting Services

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

BOROUGH OF HADDONFIELD CAMDEN COUNTY NEW JERSEY MUNICIPAL LABOR ATTORNEY REQUEST FOR PROPOSAL

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

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

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

Invitation To Bid. for

ADVERTISEMENT: REQUEST FOR PROPOSALS FOR GHS SOFTBALL FIELD RENOVATION FOR GAINESVILLE CITY SCHOOLS

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

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

INVITATION FOR BIDS PRINTING AND PRESORTED MAILING OF ASSESSMENT LISTS

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

REQUEST FOR BID POLE BUILDING CONSTRUCTION

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

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

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

Human Services Building Roof Project (4 flat roofs)

INVITATION TO BID (ITB) MONTROSE REGIONAL AIRPORT RUNWAY REPAINTING AND RESTRIPING

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

INVITATION TO BIDDERS. Notice is hereby given the Collinsville Area Recreation District ( CARD ) is accepting proposals for the following project:

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

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

Request for Proposal For Scrap Metal Removal

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

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

University of North Alabama

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

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

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT

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

INVITATION TO BID-R Frieda Zamba Pool Renovations

INSTRUCTIONS TO BIDDERS

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

Scofield Ridge Homeowners Association

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

INVITATION TO BID (ITB)

Railroad-DOT Mitigation Strategies (R16) Resurfacing Agreements

RFP # for Addition to Parks Recreation 190 Facility

Sample Request For Proposals

PROPOSAL LIQUID CALCIUM CHLORIDE

SOLICITATION FOR CONTINUING SERVICES CS # Lot Clearing-Code Enforcement

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

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

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

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

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

PROPOSAL FOR 2019 MINERAL WELL BRINE

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

WEXFORD COUNTY REQUEST FOR PROPOSALS

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

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

SECTION 2 - STANDARD TERMS & CONDITIONS

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

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

Request for Proposals Installation of Pavilions

Request for Proposal # Executive Recruitment Services

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

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

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

OFFICIAL BID SHEET. DATE: May 3, 2018

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

City of Los Banos 520 J Street Los Banos, CA (209) Contact Person: Tim Marrison Fire Chief (209)

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

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

BERRIEN COUNTY ROAD COMMISSION

Transcription:

OCEAN PINES ASSOCIATION, INC. 239 Ocean Parkway Ocean Pines, MD 21811 9 June 2015 REQUEST FOR PROPOSAL REPAIR OF SPORTS CORE SWIMMING POOL The Ocean Pines Association (OPA) invites qualified bidders to submit proposals for the repair of the existing Sports Core swimming pool. All bidders must include adequate information to demonstrate that they have the necessary experience and professional qualifications to complete the work. Ocean Pines Association, Inc., reserves the right to reject any or all bids, in whole or in part, to award any item, group of items, or total bid, and to waive any informality or technical defects, if is determined to be in the best interests of the Association. The award of the contract will be at the sole discretion of OPA. The award, if any, of a contract for the work will be subject to the approval of the Ocean Pines Association Board of Directors. There is no guarantee that a contract will be awarded for this project. Pre-bid meeting and walk through. Bidders are encouraged to attend our pre-bid meeting and walk through at the site scheduled on Wednesday, 17 June 2015 at 9:00 AM. If you plan to attend, please notify Michelle Bennett at the OPA General Manager s Office at 410-641-7717 x 3002 or by email at Mbennett@oceanpines.org. Bids Due. Sealed bids are due by Thursday, 25 June 2015, by 3:00 PM. Bids should be delivered to: Ocean Pines Association, Inc. 239 Ocean Parkway Ocean Pines, MD 21811 Attention: Mr. Bob Thompson, General Manager 1

OCEAN PINES ASSOCIATION, INC. 239 Ocean Parkway Ocean Pines, MD 21811 9 June 2015 REQUEST FOR PROPOSAL REPAIR OF SPORTS CORE SWIMMING POOL 1. Request for Proposals: a. The Ocean Pines Sports Core Facility is located on the east side of Route 589 in Ocean Pines. The facility includes a heated T shaped swimming pool, with a length of 75 feet and a width of 36 feet. Total pool volume is 161,334 gallons with a depth varying from 3.5 to 12.5 feet. Pool perimeter is 292 feet and has twelve 8 inch U-3 skimmers. b. Proposals submitted pursuant to this Request for Proposal (RFP) must meet the following threshold criteria and shall meet the specific requirements described in this document under Scope of the Project. i. The firm must be currently licensed in the State of Maryland and have in place public liability insurance and errors and omissions coverage in coverage amounts as described in paragraph 8 of this document. ii. Proposals must meet all local, county and State of Maryland codes and design guidelines. iii. Ability to acquire a performance bond and a payment bond if requested. iv. Proposals must include a warranty period of at least one year. c. Bidders are to submit their proposal(s) in a sealed envelope clearly marked with the company name. d. The RFP is available upon request at OPA and versions can be emailed or downloaded from the OPA website www.oceanpines.org. e. The Project Review Committee will open, review the proposals and recommend a proposal for approval to the General Manager during the week following the submittal deadline. The winning bidder will be notified of selection as soon as possible after board approval. Please note that low bid price will not be the only factor used in evaluating proposals. The winning proposal will be based on determination as best value to OPA. Please see the Evaluation Criteria listed in this document. f. Any questions may be directed to Jerry Aveta (410-641-7425 x 2008; javeta@oceanpines.org ). 2. Goals and Objectives: The Association intends to achieve the following goals with the repair of this swimming pool. a. Provide a primary recreational resource facility for the OP Community, equivalent in quality and function to other successful OP amenities. b. Establish an optimal operational condition for the existing swimming pool that maximizes safety and recreational use. 2

3. Scope of the Project. The OPA has a need to repair and resurface the Sorts Core swimming pool as follows. Contractor shall be responsible for all required permit applications as required for both state and county to conduct the following scope of work. Contractor is requested to prepare estimates for the following scope of work as follows: all repair work listed in subparagraph A; for reconditioning existing pool with plaster or a membrane liner in subparagraph B (contractor may submit estimates for one or both methods); and estimates for each additional scope item separately listed in subparagraph C. A. Repair Work: a.) Excavate to remove and dispose of twelve (12) existing, deteriorated skimmers from Sports Core Indoor Swimming Pool. b.) Provide and install twelve (12) new NSF approved recessed surface skimmers and pipe to existing influent line piping. c.) Provide and install new concrete around each new skimmer. d.) Provide and install 12-inch wide, white, single diamond (DV-Pattern), precast, bull nosed safety-edge coping stones along exterior beam (surface) of swimming pool. e.) Provide and install one (1) single row of waterline tile band consisting of 6 x 6 smooth, frost-proof field tiles along interior vertical wall of pool, below coping stones. Tile band shall be a solid light blue in color, field tile approved for swimming pool exterior swimming pool use. f.) Provide and install smooth imperial (English) depth markers & No Diving tiles within interior tile band. All smooth English depth markers shall be 6 x 6, and shall have 4 tall black numbers with characters in upper corner (i.e. 3FT,4FT 5FT to designate water depth. Numbers & characters shall be black in color with a white background to meet COMAR standards. g.) All work shall be performed in accordance to published ANSI / NSPI standards & tolerances in effect as of date of this proposal. B. Reconditioning or Replace with Membrane : a.) Provide all labor and material to prepare existing surface of swimming pool by cutting-in and chipping of all racing lane lines, racing lane targets, demarcation line tile, waterline tiles. b.) Provide all labor and materials to prepare existing pool surfaces for all interior pool fittings, such as return line fittings, main drains, lights, lane line anchors, and interior pool rail anchors. c.) Prepare interior pool surface for application of new Diamond-Brite surface by acid washing entire interior pool surfaces. d.) Provide all labor and materials to apply one (1) application of bond-coat for the permanent bonding of the old, existing Marblite surface. e.) Provide all labor and materials to plaster entire interior surface of swimming pool with Diamond-Brite pool finish coating (pool plaster). f.) The Owner shall select color of Diamond Brite Material from the choices of: Blue Quartz, Oyster Quartz, Cool Blue, Marlin Blue, Aqua Blue, Ivory, Classic, Pearl, Aqua Quartz, or Blue. 3

g.) Or, in lieu of steps c. through f. above, contractor may recondition pool by applying a membrane liner over existing pool using a Natare system or equivalent. h.) Fill swimming pool with customer's water. Owner shall monitor water level while pool is filling (after pool has been plastered). Owner s staff shall maintain the swimming pool, including brushing and standard pool care once the new finish has been applied. i.) All work shall be performed in accordance to published ANSI / NSPI Standards & Tolerances in effect as of date of this proposal. C. Additional Scope of Work Items: Following items represent out of budget considerations and may or may not be included in the final scope of work. Break out material costs and installation costs separately for each item. a) Two (2) EQ Series 10HP 3-phase pump, commercial grade, self priming, NSF standard, with strainer pot or equivalent installed in existing Sports Core pump room. b) SR Smith Vortex Pool Slide, spiral staircase, height: 10 ft 7 in, flume length: 19 ft, required deck space 11 ft 4in x 9 ft 9 in, weight limit: 325 lbs, deck mounted installation, color: vortex blue or equivalent. c) Aqua Creek Pool Access Steps, all type 304L stainless steel construction, easy roll 4 in x 1.5 in wheels, polyester mesh safety panels, 450 lb. weight capacity, ADA compliant, with anchors or equivalent. d) Break out 10 ft. by 10 ft. area of deck near current location of slide (see attached drawing) and install steps leading to 4 ft area of pool. Sliding board will be relocated to place to be designated and existing pool ladder in 4 foot area of pool will be removed. 4. Proposal Requirements a. There is no restriction on length of proposals; however, proposers are encouraged to be as concise as possible. The following must be included in all proposals in order to be considered complete: i. Cover letter ii. Qualifications: 1. Proclamation of project qualifications, including copies of professional registration/ license and certificate of public liability insurance, inclusive of coverage amounts and errors and omissions policy certificate. 2. Experience of firm and key subcontractor personnel. 3. List of previous work (preferably on projects of similar scope and size). 4. Three references with contact information. 5. Any other information appropriate to demonstrate qualifications. iii. Response to the Scope of Work 1. Description of proposed repair and reconditioning of current pool. 2. Material descriptions and specifications proposed for repair and reconditioning of current pool. 4

3. Proposed work schedule of repair. This schedule should include the identification of acquiring any long lead items or the completion of critical tasks that may jeopardize completing the project on schedule and/or under budget. 4. A description of any other activities related to the management of this project that is deemed appropriate for the committee to consider in making a selection. iv. Proposed Costs 1. Proposal should include costs for materials, equipment and labor identified separately and a total cost for the project. 2. Proposal should also include description of required maintenance tasks and costs. v. Signed copy of the RFP Terms and Conditions. vi. Please note that no plans or drawings are required as part of the proposal submittal requirements. vii. Interested professional firms should submit proposals in the following formats: 1. One (1) bound copy; 2. One (1) unbound copy suitable for scanning/reproduction, viii. All completed proposals must be received at Ocean Pines Association, Inc; 239 Ocean Parkway; Ocean Pines, MD 21811 addressed to the attention of Mr. Bob Thompson, General Manager by Thursday, 25 June 2015 by 3:00 pm. Any proposals submitted after the stated day and time will not be considered. 5. Evaluation Criteria and Selection Process a. The proposals will be judged on the following criteria (not listed in order of importance): i. Quality of previous work and depth of experience. ii. Referrals and/or references from previous clients. iii. Overall completeness, legibility and organization of the proposal and responsiveness to the RFP specifically with regard to information of cost, schedule and performance related to this contract. iv. Responsiveness to any questions or requests during the review process. b. Proposals will be evaluated by the OPA. The submitting professional firms will be notified via telephone as to the success of their proposal. 6. Ambiguity, Conflict or Errors in the RFP a. If the proposer discovers any ambiguity, conflict, discrepancy, omission, or error in the RFP, it shall immediately notify the OPA of such in writing and request modification or clarification of the document. OPA will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP. The proposer is responsible for clarifying any ambiguity, conflict, discrepancy, omission, or error in the RFP prior to submitting the proposal or it shall be waived. 7. Contract Approval, Indemnification and Insurance 5

a. A selection of the successful proposer shall not be binding until it has been approved by the OPA Board of Directors. b. Indemnity. To the fullest extent permitted by law, the proposer shall indemnify and hold harmless the OPA from and against all claims, losses, damages, liabilities, including reasonable attorney s fees, costs and expenses, for bodily death and property damage that may arise from the performance of or the failure to perform services under this Agreement, but only to the extent caused by negligent act of or omissions of the proposer or anyone employed directly or indirectly or by anyone for whose acts any of them are liable. Nothing in this indemnity shall be construed to limit the insurance obligation agreed to herein. The indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the professional firm under Workers Compensation acts, disability benefit acts or other employee benefit acts. c. Insurance. Before commencing services, and as a condition of payment, the proposer shall purchase and maintain such insurance as will protect it from claims arising out of performance of its services. At a minimum, the proposer shall have commercial general liability insurance in the amount of $1,000,000 per occurrence/ $2,000,000 aggregate/ and $1,000,000 umbrella in addition; and shall also have professional liability insurance for claims arising from the negligent performance of professional service for this project in the amount of $1,000,000 per claim. 8. Terms and Conditions a. By signing below, the submitting proposer firm acknowledges the above requirements and deadlines for this RFP and its non-binding nature and confirms that all information provided in any submitted proposal is true and accurate to the best of their knowledge and that any misinformation will be cause for the submitted proposal to be denied review. b. By signing the RFP, submitting proposer certifies that it does not and will not, during the performance of this contract, knowingly employ or subcontract with any entity which employs workers in violation of applicable federal and state laws. Professional firm agrees to produce at OPA s request, such documents which are required to verify compliance with applicable federal and state laws. If the proposer knowingly employs workers in violation of these statutes, such violation shall be cause for unilateral cancellation of the contract between the profession firm and OPA. In the event this contract is terminated due to violation of these statutes by the professional firm, the professional firm shall be liable for any and all costs associated with such termination, including but not limited to any damages incurred by OPA, as well as attorney s fees. 9. Contractor Signature By: (signature/title) (print or type) (date) 6

7