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

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

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

REQUEST FOR PROPOSALS RFP#75-18

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

Demolition of Water Ground Storage Tanks

CONSTRUCTION CONTRACT

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

SAFETY FIRST GRANT CONTRACT

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service:

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

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 Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

Page of 5 PURCHASE AGREEMENT

CHARLESTON COUNTY PARK AND RECREATION COMMISSION

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

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

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.

TABLE OF CONTENTS CONTRACT PROVISIONS

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE

Request for Bid/Proposal

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide

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

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

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

Workforce Management Consulting Services

United Silicon Carbide, inc. Standard Terms and Conditions of Sale

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and. Dated TABLE OF CONTENTS. Paragraph

Washington University in St. Louis

Massachusetts Institute of Technology Community Service Work-Study Program Agreement with Off-Campus Agency

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

FleetPride, Inc. Standard Terms and Conditions of Purchase

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

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

Lease Agreement between Napa Valley Community College District and Napa Valley Unified School District

Request for Bids. Sardis Community Center

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

Request For Proposal (RFP) for

SECTION IV CONTRACT BID NUMBER

INDEPENDENT CONTRACTOR AGREEMENT

QUOTATION ONLY -- NOT AN ORDER

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

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

ACTUARIAL SERVICES AGREEMENT. THIS AGREEMENT is made and entered into on this day of,

REQUIRED BID FORMS SECTION

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR CAMPBELL COMMUNITY CENTER SPINNING BIKES FOR FITNESS PROGRAMS

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

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

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

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period).

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

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

SAMPLE SUBCONTRACTOR AGREEMENT

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

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

REQUIRED BID FORMS SECTION

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

DOUKPSC04 Rev Feb 2013

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

Form No. 23 DECLARATIONS

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

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

PORTFOLIO MANAGEMENT AGREEMENT

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

AGREEMENT BETWEEN CITY OF NORTH LAS VEGAS AND [INSERT NAME OF SERVICES PROVIDER]

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

Standard Form of Agreement Between Contractor and Subcontractor

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

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

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

Insurance Requirements for Contractors

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

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

University of Nebraska Alcatel-Lucent Enterprise Equipment and Maintenance Contract. MHEC Addendum

RICE UNIVERSITY SHORT FORM CONTRACT

CITY OF SIGNAL HILL REQUEST FOR PROPOSAL PROJECT COMMUNITY NEEDS ASSESSMENT PURPOSE

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance

Request for Proposal for Professional Auditing Services REQUEST FOR PROPOSAL FOR PROFESSIONAL AUDITING SERVICES FOR

Request for Proposals. For. Colstrip Economic Diversification Strategy Implementation Coordinator

LONE TREE SCHOOL FLOORING REPLACEMENT

City of La Palma Agenda Item No. 5

TERMS AND CONDITIONS OF SALE

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

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

REQUEST FOR PROPOSAL CITY OF FORT COLLINS P936 Financial Advisory, Investment Banking Consulting Services

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

REQUEST FOR QUALIFICATIONS. Construction Related Services Retainer Contract

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015

Transcription:

SMALL TOWN VALUES 1115 13TH AVENUE PO BOX 79 SIDNEY NEBRASKA 69162 BIG TIME OPPORTUNITIES PHONE (308) 254-5300 FAX (308) 254-3164 www.cityofsidney.org City of Sidney Request for Qualifications and Proposal for Plumbing Maintenance and Repair Services #0543-2018-02.01S DUE: September 28, 2018 by 10:00 a.m. The City of Sidney (City) invites interested and qualified parties to submit qualifications and proposals of rates for plumbing services described in this request. The information outlined in this request details the intent and scope of the request and the guidelines governing the submission and evaluation process. Plumbing services required shall be on an as needed basis. The selected contractor must be able to track and invoice its services to each department of the City. Selected contractor(s) shall differentiate labor, equipment, and material costs on each invoice. Bidders are expected within reason to conform to the parameters of this request. The City may accept proposals that contain omissions, additions, or alterations to the request; however, any exception to the parameters of this request shall require clear explanation in a separate attachment to the proposal. 1. PREPARATION OF PROPOSALS a. Bidders shall include one (1) original proposal using the forms contained within this request plus any attachments deemed necessary by the requirements of this request. b. All proposals shall be submitted in a clear, concise, and legible manner. 2. PROPOSAL SUBMISSION a. Proposals shall be submitted in a sealed envelope and addressed as follows: Plumbing Maintenance and Repair Services #0543-2018-02.01S City of Sidney 1115 13 th Avenue P.O. Box 79 Sidney, NE 69162

P l u m b i n g S e r v i c e s 2 b. Proposals must be signed by an authorized agent with the authority to enter the company into a contractual agreement with regard to price and related obligations. Unsigned proposals shall not be considered. c. Proposals may be withdrawn at any time prior to the bid opening. Proposals received after the bid opening shall not be opened or considered. 3. CITY OF SIDNEY OPTIONS a. The City reserves the right to reject any and/or all bids. b. Competitive bids for similar services may be required for certain projects at the discretion of the City. c. The City reserves the right to hire non-contracted firms for similar services when necessary to best serve public interest. d. City personnel must follow the organization s procurement policies and may on occasion request quotations for specific projects for the purposes of budget planning or obtaining authorization to purchase. 4. SALES TAX a. Contractor is responsible to pay sales tax to the State of Nebraska on all purchases for the Electric Dept., Landfill Dept., and Water Dept. 5. INQUIRIES a. Questions concerning this request and its requirements may be directed to: Kevin Kubo Chief Building Official (308) 249-3672 inspection@cityofsidney.org b. The City reserves the right to communicate with any or all potential bidders for the purposes of clarifying the provisions of the request. c. The City reserves the right to request additional information from any or all bidders after the bid opening. 6. AWARD AND AUTHORITY a. The City shall issue a notice of award in writing. 7. AWARD, PRICING, and DURATION OF SERVICE a. Plumbing services for the City shall be awarded to the successful respondent to this request on an as needed basis for various projects, assignments, installations, maintenance task, repairs, and consultations.

P l u m b i n g S e r v i c e s 3 b. Proposed pricing shall be effective October 1, 2018 at 12:00 a.m. to September 30, 2020 at 11:59 p.m. c. Upon mutual agreement of both parties, the contract may be extended at the proposed rates for one (1) additional year not to exceed five (5) consecutive years. The selected contractor shall indicate to the City prior to August 1 st of the current contract year its willingness to continue the proposed rates for the following contract year in writing. 8. ASSIGNMENT OF RIGHTS, TITLES, and INTERESTS and SUBCONTRACTING a. Any assignment or subcontracting of work to be performed related to this request and any other City related procurement shall not be permitted without the consent of the City. 9. HOLD HARMLESS CLAUSE a. Any contractor or subcontractor of the City agrees to indemnify, hold harmless, and defend the City from and against any and all liability for loss, damage, or expense which the City may suffer or for which the City may be held liable by reason of injury, including death, to any person or damage to any property arising out of or in any manner connected with the operations to be performed under this request and subsequent contracted services, whether or not due in whole or in part of any act, omission, or negligence of the City or any of its representatives or employees. 10. WORK REGULATIONS and STANDARDS a. All plumbing services related to this request shall be performed for the City in accordance with current Federal, State, and Local regulations. b. The selected contractor shall maintain current licensing, if applicable, with the City. c. All work performed shall be under the supervision of the Nebraska licensed Master Plumber. 11. INSURANCE a. The selected contractor shall be required to furnish a Certificate of Insurance which names the City of Sidney as additionally insured. The insurance is to include Contractor s Liability and Worker s Compensation. Certificates of Insurance must be provided by companies that are licensed in the State of Nebraska and must certify coverage of $1,000,000 per occurrence. b. The selected contractor shall notify the City thirty (30) days prior to changing, or the cancellation of, coverage. In the event of cancellation, the contractor shall cease all operations related to this request and shall not commence

P l u m b i n g S e r v i c e s 4 12. BID SECURETY operations until coverage has been restored and a new Certificate of Insurance has been furnished to the City. a. Each proposal must be accompanied by a bid security in the form of a certified check, cashier s check, or bid bond in an amount of ten thousand dollars ($10,000). Any proposal submitted without the BID SECURITY will not be accepted. 13. WARRANTY a. The selected contractor shall warrant that any services or related materials that are found to be defective or faulty due to imperfect and/or bad workmanship and/or materials within one (1) year from the date of completion shall be replaced at no additional cost to the City. 14. RESPONSE TIME REQUIREMENTS a. The selected contractor shall agree to respond to emergency calls twenty-four (24) hours per day, seven (7) days per week throughout the duration of the contract. Required response time for emergency calls will be within the first 24-hours from the time of the call. 15. INVOICING a. The selected contractor shall provide itemized billing for each invoice. Each invoice shall include: Invoice Date Indication of city department, division, or employee that ordered the service Basic description of service Total cost for Labor Description and total cost for parts and materials Total costs for other items such as equipment rental, fuel charges, etc 16. PROPOSAL CHECKLIST a. Contractor Information Summary (pg. 6) b. References (pg. 7) c. Proposal of Rates (pg. 8) d. Signature of Authorized Agent (pg. 8) e. Bid Bond (pg. 9)

P l u m b i n g S e r v i c e s 5 f. Sealed Envelope marked Plumbing Maintenance and Repair Services #0543-2018-02.01S 17. SELECTION CRITERIA a. Qualifications of contractor s plumbers b. Contractor s reputation for timely, quality performance c. Relevant experience and expertise d. Rates e. Response Times and ability to provide 24-hour emergency service

P l u m b i n g S e r v i c e s 6 CONTRACTOR INFORMATION SUMMARY (Attach additional sheets as needed) COMPANY NAME BUSINESS TYPE (LLC, Sole Proprietorship, etc ) NUMBER OF YEARS IN BUSINESS NUMBER OF EMPLOYEES QUALIFICATIONS OF PERSONNEL PROPOSED TO PERFORM WORK FOR THE CITY OF SIDNEY: RESPONSE TIME TO NON-EMERGENCY SERVICE CALLS: DURING NORMAL BUSINESS HOURS MINUTES AFTER HOURS and WEEKENDS MINUTES INDICATE EXPERIENCE and/or QUALIFICATIONS RELATED TO: BACKFLOW DEVICES INDUSTRIAL, COMMERCIAL, INSTITUTIONAL, or GOVERNMENTAL FACILITIES APPLICATION OF WATER-CONSERVING TECHNOLOGIES ADA ACCESSIBILITY RELATED TO PLUMBING INSTALLATIONS

P l u m b i n g S e r v i c e s 7 REFERENCES Provide references for at least three (3) clients from the last ten (10) years for plumbing services related to governmental, institutional, commercial, and/or industrial settings.

P l u m b i n g S e r v i c e s 8 PROPOSAL of RATES and CONTACT INFORMATION LABOR HOURLY RATE - REGULAR HOURLY RATE - OVERTIME $ PER HOUR EQUIPMENT $ PER HOUR MARKUP ON MATERIALS % PROJECT MATERIAL(S) COMPANY NAME ADDRESS CITY/STATE/ZIP PHONE EMAIL As an authorized agent of the contracting company, I certify that all information and pricing included with this submission is complete and correct, and I certify that the firm has the expertise and resources necessary to meet the requirements as described in the RFQ/RFP. AUTHORIZED AGENT PRINT NAME and TITLE AUTHORIZED AGENT - SIGNATURE DATE

P l u m b i n g S e r v i c e s 9 BID BOND Any singular reference to Bidder, Surety, Owner or other party shall be considered plural where applicable. BIDDER (Name and Address): SURETY (Name and Address of Principal Place of Business): OWNER (Name and Address): BID Bid Due Date: Description (Project Name and Include Location): BOND Bond Number: Date (Not earlier than Bid due date): Penal sum: (Words) $ (Figures) Surety and Bidder, intending to be legally bound hereby, subject to the terms set forth below, do each cause this Bid Bond to be duly executed by an authorized officer, agent, or representative. BIDDER (Seal) Bidder s Name and Corporate Seal SURETY (Seal) Surety s Name and Corporate Seal By: By: Signature Signature (Attach Power of Attorney) Print Name Title Attest: Signature Title Print Name Title Attest: Signature Title Note: Above addresses are to be used for giving any required notice. Provide execution by any additional parties, such as joint venturers, if necessary. EJCDE C-430 Bid Bond (Penal Sum Form) Prepared by the Engineers Joint Contract Documents Committee. Page 1 of 2

P l u m b i n g S e r v i c e s 10 1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors, and assigns to pay to Owner upon default of Bidder then penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Bidder s and Surety s liability. Recovery of such penal sum under the terms of this Bond shall be Owner s sole and exclusive remedy upon default of Bidder. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents. 3. This obligation shall be null and void if: a. Owner accepts Bidder s Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents, or b. All Bids are rejected by Owner, or c. Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by Paragraph 5 hereof). 4. Payment under this Bond will be due and payable upon default of Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety s written consent. 6. No suit or action shall be commenced under this Bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due date. 7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at the respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by United States Registered or Certified Mail, return receipt requested, postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirement. Any applicable requirement of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of the Bond that is not in conflict therewith shall continue in full force and effect. 11. The term Bid as used herein includes a Bid, offer, or proposal as applicable. EJCDE C-430 Bid Bond (Penal Sum Form) Prepared by the Engineers Joint Contract Documents Committee. Page 2 of 2