The Woodlands Township



Similar documents
Request for Proposal (RFP) 2015 Video Production Services

Request for Interest. Public Relations Agency of Record

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

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

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

Request for Statements of Qualifications # for Electric Motor Repair

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID

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

Stephenson County, Illinois

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015

COMMERCIAL CONSTRUCTION AGREEMENT. This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between <> ( Owner ) and <> ( Contractor ).

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

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

April 22, 2009 REQUEST FOR PROPOSALS (RFP)

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

Attachment A: Terms and Conditions RFx Bid Opening: 07/06/2016

TWCVB Request for Quote (RFQ) 2014 Sound Engineering/Equipment Services

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSURANCE REQUIREMENTS

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

Department of Purchasing & Contract Compliance

CITY OF BROOKHAVEN INVITATION TO BID NUMBER ARMORED CAR SERVICES

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

Request for Proposal Hewlett Packard Network Switches and Peripherals

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

INVITATION TO BID. Contractor Services Associated with:

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

EXHIBIT B. Insurance Requirements for Construction Contracts

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID

REQUEST FOR PROPOSALS

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

Borough of Jamesburg

How To Build A Data Backup System In Town Of Trumbull

SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT)

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

REQUEST FOR PROPOSALS

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.

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

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

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

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!

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

2014 Inlet Rehab Project II Various Locations

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

Mansfield Independent School District Business Procedures Manual Section 7 Risk Management

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

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

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

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

Request for Proposals for Upgraded or Replacement Phone System

Schedule Q (Revised 1/5/15)

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

REQUEST FOR PROPOSAL

14RFP00721B-WL, Small Business Market Availability Study

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

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

KALEIDA HEALTH INSURANCE REQUIREMENTS SERVICE PROVIDERS. Bodily Injury and Property Damage Limit occurrence. General Aggregate $2,000,000

Terms and Conditions for Purchase Orders for Recycling Materials

Department of Purchasing & Contract Compliance

CITY OF GRIFFIN, GEORGIA

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

Department of Purchasing & Contract Compliance

CONTRACT INSURANCE REQUIREMENTS

Schaumburg Township District Library Legal Notice Invitation for Bid

ADVERTISEMENT FOR BIDS

Liability Insurance Guidelines For Water Restoration and Mold Contractors April 2013

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

TOWN OF WETHERSFIELD PARKS & RECREATION DEPARTMENT CONCESSION WRITTEN QUOTES GENERAL INFORMATION

REQUEST FOR PROPOSAL FOR: LONG DISTANCE SERVICE Work Order: IT00928

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

Castaic Lake Water Agency Storage Area Network Expansion. Request for Proposal. July 2012

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

Attachment A Terms and Conditions

RFP Request for Proposal Fire Protection Systems Services

QSP INFORMATION AT A GLANCE

Memorandum of Understanding

GENERAL TERMS & CONDITIONS OF QUOTE

PURCHASE ORDER TERMS AND CONDITIONS

EXHIBIT D. Insurance and Bond Requirements

Warner Robins Housing Authority

LEASE AGREEMENT INSURANCE AND INDEMNIFICATION LANGUAGE

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

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

Purchase Order Terms and Conditions Beloit College

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS

REQUEST FOR PROPOSALS DIGITAL ASSET MANAGEMENT SYSTEM RFP #

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support

INSURANCE REQUIREMENTS FOR VENDORS

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

Department of Purchasing & Contract Compliance

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

Air Conditioning Maintenance Services

MATTCON GENERAL CONTRACTORS, INC. INSURANCE SPECIFICATIONS EXHIBIT B INSURANCE Subcontractor shall obtain insurance of the types and in the amounts

Request for Quotation RFQ ID Card Printers

CITY OF LEAWOOD. Independent Contractor Agreement

COC-Insurance Requirements Page 1 of 9

To: From: Patricia Baskerville, PCS Phone: (000) Date: June 12, 2015 Pages: 10

#5 Independent Contractor Form - With Insurance With Bonds

OLYMPIC TOWER CONDOMINIUM

Transcription:

The Woodlands Township 2016 The Woodlands Township Plumbing Services Bid (2016-2019) Contract Number: 2016-0175 The Woodlands, TX Scope of Services: Provide on call and as needed plumping services to The Woodlands Township for office and maintenance buildings (5) and parks (140), and preventative maintenance for 5 park lift stations. The Woodlands Township reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, non-responsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if the Township believes that it would not be in the best interest of the Project to make an award to that Bidder, either because the Bid is not responsive, the Bidder is unqualified, of doubtful financial ability and/or fails to meet any other pertinent standard or criteria established by the Township. The Township also reserves the right to waive all informalities and defects in the bids and the bidding process not involving price, time of submittal or changes in the Work and to negotiate contract terms with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. In case of ambiguity or lack of clarity in stating the prices in the Bid, the Township reserves the right to consider the most advantageous bid thereof or to reject the Bid. Please be advised that in compliance with State of Texas Government Code, Section 2252.908, the successful business entity awarded a contract by the Board of Directors of The Woodlands Township must complete Form 1295 Certificate of Interested Parties and must provide a signed and notarized printed copy of the form and a separate certification of filing. The form can be found at www.ethics.state.tx.us. The Woodlands Township reserves the right to accept or reject any and all proposals, to accept any proposal deemed advantageous and to waive irregularity in the proposals. By bidding, the bidder acknowledges and will adhere to all bid specifications as stated within this bid packet. Bidder is required to submit three (3) references of previous projects of similar or like nature. Bid prices shall be firm for 90 days from bid opening. Unit prices shall remain in effect for the length of this agreement. Evaluation of bid takes into account the following considerations: price, quality, delivery schedule, vendor's service and date of proposed delivery and placement. Page 1 of 10

All Bids must be made on the required BID TABULATION FORM. All blanks spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted. Payment will be made by The Woodlands Township within thirty (30) calendar days after monthly invoice. A conditional BID may be cause for rejection. A PRE-BID MEETING will be held at 8203 Millennium Forest Drive-PARDES Multipurpose Room on May 13, 2016 at 1 pm Bid tabulation, references and acknowledgement of the general specifications must be received by The Woodlands Township, Parks and Recreation Department, 8203 Millennium Forest Dr., The Woodlands, TX 77381 no later than 1:00 P.M. on May 27, 2016. Any questions about the meaning, the intent or the specifications must be inquired by the Bidder in writing by May 20, 2016. FAX or E-Mail all questions to Mitch Hall, Parks Superintendent at mhall@thewoodlandstownship-tx.gov. Any and all questions will be responded to in the form of a written addenda. All addenda that you receive shall become a part of the contract documents and shall be acknowledged and dated on the bottom of the Bid Tab Page. All addendums will be uploaded to the same location as the Request for Bid on The Woodlands Township the website. Ad/Release Date: May 5, 2016 Page 2 of 10

General Specifications and Acknowledgment Bidder shall complete every space in the bidder proposal column with either a check mark to indicate the item being bid is exactly as specified or a description to indicate any deviation of item being bid from the specifications. Item # Description of Requirements Bidder s Proposal 1 No taxes shall be included in the bid price since the Township is exempt from all sales tax. The Township will provide selected vendor applicable proof of sales tax exemption. 2 The contract for these services, if awarded, shall be for forty two (42) months (July 2016-December 2019). 3 Contractor shall be capable of receiving communication by fax, web, email, or via phone call/message. 4 Contractor shall provide all equipment, labor and material necessary to perform the required service. No equipment, material or personnel shall be provided by The Township to Contractor 5 Contractor shall remove all rubbish, waste and discarded material on a daily basis. If Contractor fails to comply with this obligation, Contractor will be back charged for work performed by the The Township s personnel for such removal 6 Contractor's employees and agents must contact personnel at the entry point of the designated Facility and will be required to wear identification badges at all times while on The Township s premises. 7 Invoices from the selected vendor must contain the following information: Service Requested by Service Date Service Time Hourly Rate Brief Description of Services and Material provided Verification of Cost of Material Total Amount Lien Release relating to all services and material provided 8 Service can only be requested by authorized personnel which include Foreman, Supervisors, Managers/Superintendents, Assistant Director/Director and Assistant General Manager/General Manager and higher. 9 Contractor warrants that for one (1) year from The Page 3 of 10

Township s acceptance, the work will be free from defects in material and workmanship and that all services and material furnished shall be in accordance with the requirements of this Agreement. 10 Contractor warrants that all material (including repair and replacement parts) will function properly for a period of one (1) year from The Township s acceptance (or the manufacturer s warranty) and that such material will be new and of original manufacture. 11 At Contractor's own cost and expense, Contractor shall comply with all laws, ordinances, rules, and regulations of the federal, state and local and OSHA authorities and departments relating to or affecting the work hereunder, and shall secure and obtain any and all permits, licenses and consents as may be necessary in connection therewith. 12 Contractor shall furnish to The Township copies of said licenses and permits prior to the commencement of any work hereunder 13 Contractor must possess a valid State of Texas Master Plumber s License. 14 The Township will require that the Contractor be on call on a 24-hour basis for any emergency that may occur. The Contractor must be able to respond to The Township site within two (2) hours after request for Straight/Overtime Service and within one (1) hour of a Weekend/Holiday request for service. 15 Selected Contractor to supply all necessary tools and equipment to perform the work as requested to the extent electrical supplies, materials, and parts are required to perform the work. 16 Contractor is responsible for obtaining such supplies, materials and parts if not provided by The Township. Such supplies, materials and parts shall be of good quality and the cost of such shall be billed as reflected in the proposal from the Contractor. 17 An hour of work is defined as one person (Master, Journeyman, Apprentice) working one hour (60 minutes). 18 Straight time is defined as Monday-Friday 7 a.m. - 7 p.m. 19 Overtime is defined as Monday-Friday 7 p.m. - 7 a.m. 20 Saturdays and Sundays are defined as 12:01 am to 11:59 pm 21 Holidays are defined as legal holidays for which The Page 4 of 10

Woodlands Township observes. 22 A Master Plumber is define as holding a license that meets the terms and conditions of the Texas State Board of Plumbing Examiners for a Master Plumber 23 A Journeyman Plumber is define as holding a license that meets the terms and conditions of the Texas State Board of Plumbing Examiners for a Journeyman Plumber. 24 All per hour cost shall be inclusive of any and all charges (truck charges, shop costs, service calls, fuel surcharges, etc.) 25 Vendor shall provide The Woodlands Township acceptable proof of insurance which meets the requirements as identified in the bid packet. 26 Bidder has reviewed the facility information provided as part of this bid packet. 27 Cost for material, supplies and equipment will be billed at cost plus an additional mark-up percentage as identified in the bid tabulation. A verification of cost of materials shall be provided for any and all materials, supplies and equipment. 28 Grinder Pump/Lift Preventative Maintenance shall include but is not limited to: Inspect sewage grinder pump motor chamber for oil level and contamination and repair (where applicable) Inspect the pump impeller and body for excessive build-up or clogging and repair Inspect the pump motor and bearings and replace as required Inspect the pump motor seal for wear or leakage and repair as required Inspect lift station to include the light and alarm systems (where applicable) Open up wet well and visually inspect the pumping of each pump Completely pump down the wet well to its lowest point and make a visual inspection. Hose the wet well down during the pump down process. Inspect wet well for excessive debris build up on surface, clean when needed. Check wet well floats for buildup, clean as needed. Pumps and piping are checked visually for defects. Page 5 of 10

Other items as required by the preventative maintenance plans per each pumps manufactures requirements. I,, certify that this bid is made without prior understanding, agreement or connection with any corporation, firm, or person submitting a bid for The same materials, supplies or equipment and is in all respects fair and without collusion of fraud. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder. Addendum Acknowledgement. Signature Name (please print) Company Please sign to indicate that you received the addenda by signing your name along with the date received. Addenda #1 Addenda #2 Addenda #3 Page 6 of 10

Grinder Pump and Life Pump Information Park Name Pump Type Install Date # of Units Make/Model (est) Bear Branch Park (Tennis Restrooms) Grinder 2009 2 Meyer 3hp pumps Model #WgL20-21. Bear Branch Park (Skate Lift 2009 1 Dayton 2hp Grinder Pump Park) Timarron Splash Pad Lift 2011 1 Meyer 3hp pump Model #RV30MG-21. Riva Row Boat House Grinder/Lift 2009 1 Meyer 2hp model # WgL20-21 Gosling Sportfields Grinder/Lift 2016 2 4 HP Xylem MP 3085 HT 3-257 Pump Page 7 of 10

Bid Tabulation Form Item Unit Journeyman Master Straight time (M-F) Per Hour 7 a.m. 7 p.m. Overtime (M-F) Per Hour 7 p.m. - 7 a.m. Saturdays and Sundays Per Hour Holiday- Township Per Hour observed Bear Branch Park- Lift Station/grinder pumps Preventative Maintenance Bear Branch Park- Lift Station Preventative Maintenance Timarron Sprayground- Lift Station Preventative Maintenance Riva Row Boat House- Lift Station/grinder pumps Preventative Maintenance Gosling Sportfields- Lift Station/grinder pumps Preventative Maintenance Quarterly (4) Quarterly (4) Annual (1) Quarterly (4) Quarterly (4) Unit Cost Yearly Cost (Units/Unit Cost) Supplies, Materials, Parts Mark-up: % % 50 lb. bag I,, certify that this bid is made without prior understanding, agreement or connection with any corporation, firm, or person submitting a bid for the same materials, supplies or equipment and is in all respects fair and without collusion of fraud. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder. Signature Name (please print) Company Page 8 of 10

Insurance Requirement Vendor agrees to maintain and require its subcontractors to maintain at all times the following coverage at no less that the limits indicated: Worker s Compensation Insurance - Statutory Employers Liability - $100,000 Automobile Liability (Including Owned and Non-Owned autos) Bodily Injury - $250,000 each person - $500,000 each occurrence Property Damage - $100,000 each occurrence Commercial General Liability Combined Single Limits for Bodily Injury and Property Damage: Each occurrence for premises/operations: Broad form CGL liability coverage $1,000,000 - Products/ Operations aggregate $1,000,000 - Advertising Injury - $1,000,000 - General Aggregate - $2,000,000 - Umbrella Liability - $1,000,000 each occurrence - $1,000,000 annual aggregate - $ 25,000 self-insured retention Vendor s coverage must be written on an Occurrence (not claims made) basis with companies acceptable to The Woodlands Township, must stipulate that no take-out endorsements are included on the General Liability policy, and each policy providing coverage hereunder shall contain provisions that no cancellation or material reduction in coverage in the policy shall become effective except upon thirty (30) days prior written notice thereof to The Woodlands Township shall be named as additional insured with respect to liability imposed upon it resulting from the performance of Work under this Agreement. There shall be no right of subrogation against The Woodlands Township and this waiver of subrogation shall be endorsed upon the policies. Prior to the commencement of performance of the Work, Vendor shall furnish certificates which shall identify The Woodlands Township to The Woodlands Township in duplicate, evidencing compliance with all requirements herein. The limits of such insurance shall in no way be construed as limiting Vendor s obligation to completely defend, indemnify and hold harmless The Woodlands Township. Page 9 of 10

References Please provide information from three (3) references 1. Agency/Company: Contact Name: Contact Phone: Products delivered: 2. Agency/Company: Contact Name: Contact Phone: Products delivered: 3. Agency/Company: Contact Name: Contact Phone: Products delivered: Page 10 of 10