PUBLIC NOTICE Bid for Plumbing Repair- Service CITY OF WEST DES MOINES DEPARTMENT OF PUBLIC WORKS



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

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

To receive consideration, bids must be submitted in accordance to the following instructions:

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

CITY OF KYLE, TEXAS REQUESTS FOR PROPOSAL (RFP) PLUMBING SERVICES: RFP PARD

RFP Request for Proposal Drain and Sewer Line Maintenance Services

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

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

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

How To Build A Data Backup System In Town Of Trumbull

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, Quote Due Date: August 21, 2015 at 5:00 p.m.

REQUEST FOR PROPOSAL

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID

CITY OF BONITA SPRINGS, FLORIDA RFP #

Unity Community Center Metal Roof Installation. Request for Bids

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. VENDING MACHINE SERVICES SUBMITTAL DEADLINE July 23, 2014 RFP NUMBER

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

Warner Robins Housing Authority

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

REQUEST FOR PROPOSALS. On-Call HVAC Contractor Services GFN 1661

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # Santa Ana Housing Authority

#5 Independent Contractor Form - With Insurance With Bonds

SAMPLE SERVICES CONTRACT

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

REQUEST FOR PROPOSALS

TOWN OF TRUMBULL, CONNECTICUT REQUEST FOR QUOTATION (RFQ) VIRTUALIZED SERVER. BID NUMBER 5945 DUE: May 2, :00PM GENERAL INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSALS FOR DISASTER DEBRIS MONITORING SERVICES DIXIE COUNTY, FL

Town of Maiden. Request for Proposals For Sign Replacement Project

PROPOSAL FOR ASBESTOS and ENVIRONMENTAL SURVEY

REQUEST FOR PROPOSAL GRANT WRITING SERVICES

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION

United Planning Organization REQUEST FOR QUOTATION (RFQ) SUPPLY OF NIMBLE STORAGE AREA NETWORK FOR SHAREPOINT 2013 PROJECT RFQ #

SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri Manchester Road. Des Peres, Missouri 63131

City of Danville, Virginia

Stephenson County, Illinois

MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

RFP Request for Proposal Fire Protection Systems Services

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

REQUEST FOR QUOTES TYS RAMP SLAB REPLACEMENT MCGHEE TYSON AIRPORT KNOXVILLE, TENNESSEE

INVITATION TO BID. Contractor Services Associated with:

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

REQUEST FOR PROPOSAL RFP # P08-09 GEOGRAPHIC INFORMATION SYSTEM PROFESSIONAL SERVICES AND INFRASTRUCTURE ASSET MANAGEMENT SERVICES

QSP INFORMATION AT A GLANCE

SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO MARY ANN MILLER, CPPO PURCHASING AGENT.

KNOWLTON TOWNSHIP SCHOOL DISTRICT 80 Route 46, P.O. Box 227, Delaware, N.J Phone: (908) Fax:

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

Request for Proposal No Replacement of (12) existing package AC Units at the Golden West College Administration Building

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308

REQUEST FOR PROPOSALS

CITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES

GENERAL INSTRUCTIONS AND REQUIREMENTS

Western Virginia Water Authority. Roanoke, Virginia

City of Boulder, Colorado. Request for Proposals RFQ # Pest Control

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.

REQUEST FOR PROPOSALS: PROFESSIONAL INSURANCE CONSULTANT SERVICES

5. Preparation of the State and Federal Single Audit Reports.

Bid closing date December 21, 2013

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS

CONSULTANT AGREEMENT. THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of

Request for Statements of Qualifications # for Electric Motor Repair

REQUEST FOR PROPOSAL (RFP)

SMART SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION REQUEST FOR QUOTES QUANTITY UNIT DESCRIPTION UNIT EXTENSION PRICE

Payment Bond Department of Environment and Conservation, Division of Solid Waste Management, Hazardous Waste Program

CITY OF LEAWOOD. Independent Contractor Agreement

HAMILTON COUNTY SCHOOL DISTRICT

Warner Robins Housing Authority


City of Round Rock. Request for Statement of Interest and Proposals. Transit Master Plan

INVITATION TO BID CITY OF HOPKINSVILLE

Town of Concord Drain Layer s Requirements/Info

Price quotes must be received no later than October 16, 2015 at 3:00 p.m. at the above address.

CITY OF BROOKHAVEN INVITATION TO BID NUMBER ARMORED CAR SERVICES

2014/2015 PAVING PROJECT MILLING AND PATCHING BID DOCUMENTS JASPER COUNTY, GEORGIA

TOWN OF SCITUATE MASSACHUSETTS

INSTRUCTIONS TO BIDDERS

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY Telephone: Fax: NOTICE TO BIDDERS

INSTRUCTIONS TO BIDDERS

Norsouth Construction Company of Georgia, Inc. Bid Information and Requirements To Whom it May Concern:

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

Request for Qualifications (RFQ) Number PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

INVITATION TO BID ROOF REPAIR & COATING PUBLIC WORKS BUILDINGS B-E CITY OF GREENVILLE NORTH CAROLINA

REQUEST FOR QUOTATIONS. For

Request for Proposal PLUMBING INSPECTOR SERVICES

ISLAMORADA, VILLAGE OF ISLANDS FLORIDA. REQUEST FOR QUOTES for NEW HVAC UNITS (RFQ-16-11) May 11, 2016

Debt Collection Services

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT Request for Qualification

Transcription:

PUBLIC NOTICE Bid for Plumbing Repair- Service CITY OF WEST DES MOINES DEPARTMENT OF PUBLIC WORKS Sealed bids will be received by the City of West Des Moines, Iowa on or before 2:00 p.m., Central Time, on Wednesday, December 31, 2014, for the following: Bid Item: Plumbing Repair and Services Bidders shall submit their bids in a sealed envelope, plainly marked "Bid for Plumbing Repair and Services. Office of the City Clerk City of West Des Moines Suite 2B 4200 Mills Civic Parkway West Des Moines, Iowa 50265-0320 Specifications may be secured at the Department of Public Works, 560 South 16th Street, West Des Moines, Iowa; by contacting Gary Rank, Facilities Manager at 222-3480. Unit price shall be final and the City reserves the right to accept or reject any or all bids on a per unit basis and waive irregularities and technicalities as determined to be in the best interest of said City. Published in the Des Moines Register, December 12, 2014. C:\Users\rjacobson\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\JKSFCB8K\PN-BID 2014 Plumbing Bid.doc1

REQUEST FOR BID Plumbing Repair- Service CITY OF WEST DES MOINES DEPARTMENT OF PUBLIC WORKS The City of West Des Moines, Iowa, solicits interested firms to submit bids for plumbing repairservices for the City of West Des Moines. Submittals, marked "Bid for Plumbing Repair and Services" will be received no later than 2:00 p.m., Central Time, Wednesday, December 31, 2014, in: Office of the City Clerk City of West Des Moines Suite 2B 4200 Mills Civic Parkway West Des Moines, Iowa 50265-0320 BID PROCEDURE Mark outside of envelope with bid subject, "Bid for Plumbing Repair and Services." Bids received after the announced time and date of receipt, by mail or otherwise, will be returned unopened. Nothing herein is intended to exclude any responsible firm or in any way restrain or restrict competition. The City of West Des Moines reserves the right to award in part or in whole or to reject any or all bids. Any bid submitted MUST be signed by an individual authorized to bind the bidder. All bids submitted without such signature will be deemed non-responsive, and will not be acceptable. If you desire not to quote on this bid, please forward your acknowledgment of NO BID SUBMITTED to the above address. I. STATEMENT OF PROJECT The intent and purpose of this Request for Bid is to establish a contract to provide Plumbing and Repair services at various City Facilities owned or maintained by the City of West Des Moines. II. SCOPE OF WORK The Contractor shall furnish all labor, equipment, supplies, and required materials to repair and service all plumbing related equipment and items on an as needed basis, this coverage shall include emergency coverage on a 24 hour/7 days per week basis for the City of West Des Moines. C:\Users\rjacobson\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\JKSFCB8K\PN-BID 2014 Plumbing Bid.doc2

General instructions Contractor shall supply, deliver and perform services necessary to complete all plumbing repairs and service on an as needed basis. This service and repair may include but is not limited to the installation of plumbing fixtures, drain piping, water valves, water piping, toilet repairs, urinal repairs, Replacement or repair or service of any and all components that are associated with water distribution, sewer distribution. This work may be in confined spaces or at extended heights. The work outlined in this bid process shall be done as follows 1. The contractor is required to obtain any and all local, state or federal licenses and permits necessary to complete this work. 2. The Contractor is responsible for any damage to City owned or maintained facilities and or equipment while engaged in doing this work. 3. The contractor shall follow all OSHA regulations, and perform the work in a safe manner. 4. No part of any work performed under this contract maybe subcontracted out to other contractors or individuals not included and covered by the contractors insurance. 5. The contractor shall provide their own tools, personal protective equipment, ladders, scaffolding, power equipment, vehicles, etc., as needed to perform the above work. III. PERFORMANCE REQUIREMENTS 1. The contractor shall provide the City with the names, address and telephone numbers for at least two designated personnel responsible for servicing this account to insure response to the City s requests for service. This will ensure that at least one of the contacts will be available and assessable 24 hours per day, during the period the agreement is in force. This shall include weekends and holidays. 2. The contractor shall respond to and begin any remediation or repair within 2 hours of notification of an emergency call for service. The contractor shall respond with 24 hours of notification of a non-emergency events. 3. The contractor or his designated staff shall respond to repair orders given by City staff in a positive, courteous and timely manner. The City reserves the right to reject any work completed in a shoddy or haphazard manner or in violation of any building codes or ordinances as set forth by the City. 4. The contractor shall be responsible for any and all damage to private as well as public property (Including Public Utilities) due to its own or its employee s negligence in workmanship, repairs or mistreatment of said facilities. 5. The City shall require the contractor to provide staffing to respond to both non emergent and emergency repairs at multiple locations and simultaneous events. IV. CONTRACTOR S PERSONNEL 1. The contractor or any of his designees that appear to be under the influence of alcohol or drugs will not be permitted into any facility. 2. No loud or boisterous conduct will be allowed in any facility 3. The work area where work is being conducted will be clean and orderly when the work is C:\Users\rjacobson\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\JKSFCB8K\PN-BID 2014 Plumbing Bid.doc3

complete. 4. The contractor or any of his designees shall provide documentation that they are legal to work and provide such information upon request form the City. VI. LENGTH OF AGREEMENT This Agreement shall be an annual Agreement commencing January 31, 2015, and ending January 31, 2016, inclusive. This Agreement may be renewed on an annual basis by written mutual consent of both the City and the Contractor. This Agreement may be terminated for good cause, including failure to perform in accordance with Sections II, III, IV, V, VII, and VIII of this Agreement, by the City during the Agreement period subject to written notice being delivered by registered mail sent to the Contractor at the address reference on the Bid Form. The City reserves the right not to renew this contract at the end of the initial term or any subsequent term. VII. INSURANCE REQUIREMENTS City of West Des Moines requests that the contractor purchase and maintain in force such insurance as will protect himself and the City from claims which may arise out of or result from the execution of the work, whether such execution be by himself, his employees, agents, subcontractors or by anyone for whose acts any of them may be liable. The insurance coverage shall be such as to protect fully the City and the general public from any and all claims for injury and damage resulting by or from any actions on the part of the Consultant or his forces as enumerated above. The consultant shall furnish an original Certificate of Insurance naming the City as additional insured. Should any of the policies be canceled before the expiration date, the issuing company will mail 30 days written notice to the certificate holder. The minimum limits of liability as required by the City of West Des Moines are as follows: Commercial General Liability, Including Contractual $1,000,000 Worker's Compensation, Statutory With Employer's Liability $500,000 Automobile Liability $500,000 Fidelity Bond $50,000 VIII. FURTHER INFORMATION A. Mandatory Drug and Testing Programs. The Contractor certifies that all their employees who may perform safety sensitive functions for the City C:\Users\rjacobson\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\JKSFCB8K\PN-BID 2014 Plumbing Bid.doc4

are included in a substance abuse program that meets the requirements of Federal Department of Transportation Drug and Alcohol Testing regulations, (Code of Federal Regulations, 49 C.F.R., Part 382 and Part 40). B. Right-to-Know Statement. The bidder certifies that, in accordance with the Hazard Communication Rule, 29 C.F.R. 1910.120 (the Right-to- Know Law) and the State of Iowa Hazardous Chemical Risk Right-to- Know rule, employees exposed to materials on the worksite will be trained for the materials in use by the successful Contractor as part of the contract. Material Safety Data Sheets (MSDS) for City materials will be supplied to the successful Contractor upon request. C. ADA Statement. The City does not discriminate on the basis of disability. If you believe you have been discriminated against in any program or facility, you may file a complaint alleging the discrimination with the ADA Coordinator through the City Manager s office. The TDD line for the City of West Des Moines is 222-3334. D. FLSA Statement. We hereby certify that these goods were produced in compliance with all applicable requirements of Sections 6, 7 and 12 of the Fair Labor Standards Act, as amended, and of regulations and orders to the United States Department of Labor issued under Section 14 thereof. E. Questions which may arise as a result of this Request for Bid of a technical/operational nature should be directed to: Department of Public Works, Gary Rank, Facilities Manager, phone: (515-222-3480). IX. PROCESS AND EVALUATION CRITERIA A. Process Bidders are to submit written bids which present the bidders qualifications and understanding of the work to be performed. Bidders are requested to address each evaluation criterion in the order listed below and to be specific in presenting their qualifications. The bidder should provide all the information which they consider pertinent to its qualifications for the bid proposal B. Evaluation Criteria Evaluation criteria shall include but are not necessarily limited to the following: 1. Firm's approach to the work to be performed. 2. Qualifications and resumes of personnel who would be assigned to the City of West Des Moines. 3. References from clients of similar size with the contract length noted. All clients must either be currently under contract or have been under contract within the last C:\Users\rjacobson\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\JKSFCB8K\PN-BID 2014 Plumbing Bid.doc5

24 months. 4. Number of years operating as a firm. 5. Cost of services. C:\Users\rjacobson\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\JKSFCB8K\PN-BID 2014 Plumbing Bid.doc6

BID FORM Plumbing and Repair services CITY OF WEST DES MOINES DEPARTMENT OF PUBLIC WORKS We, the undersigned, hereby propose to provide Plumbing and Repair services during normal business hours for the City of West Des Moines at a cost of per hour, plus materials In the event repairs or service is requested beyond normal business hours the undersigned proposes to provide the cost of service at the following rates. Overtime rate at Per Hour, Plus Materials Sunday/Holiday rate Per Hour, Plus Materials Trip Charge for vehicle Percent of Mark-up on Materials Date: Authorized Signature: Firm Name: Address: Telephone: Contact Person: C:\Users\rjacobson\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\JKSFCB8K\PN-BID 2014 Plumbing Bid.doc7

BID LIST Plumbing and Repair Services CITY OF WEST DES MOINES DEPARTMENT OF PUBLIC WORKS Wolin Mechanical Electrical 1720 Fuller Road West Des Moines, IA 50265 Cook Plumbing Corporation 1425 Fuller Road West Des Moines, IA 50265 Stroh Corporation 5000 Park Avenue Des Moines, IA 50321 Lazer Electric and Plumbing 2785 NE 46 th Avenue Des Moines, IA 50317 Proctor Mechanical Corporation 1100 Hoak Drive West Des Moines, IA 50265 Thrasher Service Corporation 3012 E. 14 th Street Des Moines, IA 50316 Baker Group 4224 Hubbell Avenue Des Moines, IA 50317 Excel Mechanical 5636 NE 17 th Street Des Moines, IA 50313 C:\Users\rjacobson\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.Outlook\JKSFCB8K\PN-BID 2014 Plumbing Bid.doc8