RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID



Similar documents
THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS RETIREMENT PLAN ADVISORY SERVICES CONTRACT #14-4. April 2014

THE TOWN OF NORTH SMITHFIELD

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

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

Warner Robins Housing Authority

GREENFIELD MIDDLE SCHOOL ROOF PROJECT

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

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID

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

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

Request for Proposal. Internet Access. Oconee Regional Library. E-rate Funding Year July 1, 2014 through June 30, 2015

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

#5 Independent Contractor Form - With Insurance With Bonds

REQUEST FOR PROPOSALS CONSULTANT TO PERFORM EXECUTIVE SEARCH SERVICES FOR THE POSITION OF TOWN MANAGER FOR THE TOWN OF NORTH KINGSTOWN RI

BOARD of TRUSTEES, Warwick Public Library, Warwick RI BIDS REQUESTED FOR. Bid #2015L-02 Security Services

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

Stephenson County, Illinois

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

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

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

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

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

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

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

INDEPENDENT CONTRACTORS AGREEMENT

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

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

Warner Robins Housing Authority

1. Applicants must provide information requested in the section titled Required Information.

PEST CONTROL SERVICES AGREEMENT REQUEST FOR QUOTE (RFQ)

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

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027

The AIA B Standard Form of Agreement between the Owner and Architect is hereby amended as follows:

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

INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA

SECTION INSTRUCTIONS TO BIDDERS

K YROUS R EALTY G ROUP, I NC.

REQUEST FOR PROPOSAL #R13004 INFORMATION SECURITY PENETRATION ASSESSMENT

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

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

CITY OF LEAWOOD. Independent Contractor Agreement

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

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

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

TROUP COUNTY COMPREHENSIVE HIGH SCHOOL

REQUEST FOR PROPOSAL

Request for Proposals for Upgraded or Replacement Phone System

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

Village of Nakusp RFQ Source Protection Plan

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

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

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

TOWN OF SCITUATE MASSACHUSETTS

FLORIDA KEYS AQUEDUCT AUTHORITY 1100 Kennedy Dr. Key West, FL REQUEST FOR QUALIFICATIONS (RFQ) FOR

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015

Subcontractor Insurance & Licensing Requirements Please provide the items below

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000

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

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSURANCE REQUIREMENTS

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

REQUEST FOR PROPOSAL

CONTRACT INSURANCE REQUIREMENTS

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

QSP INFORMATION AT A GLANCE

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

Borough of Jamesburg

PURCHASING DIVISION 3275 POST ROAD WARWICK, RHODE ISLAND TEL. (401) , ext FAX (401) CITY OF WARWICK BIDS REQUESTED FOR

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors

CITY OF GRIFFIN, GEORGIA

THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G Architectural Services RIDE 5 Year Capital Plan

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

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

May 29, 2012 Solicitation of quotations

LAS VEGAS VALLEY WATER DISTRICT

SECTION 3 AWARD AND EXECUTION OF CONTRACT

Request for Statements of Qualifications # for Electric Motor Repair

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

ARTICLE 11. INSURANCE AND BONDS

CITY OF BONITA SPRINGS, FLORIDA RFP #

Attachment 04 Contractor s Insurance Requirements

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

COC-Insurance Requirements Page 1 of 9

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

BOTTLED WATER/COFFEE SERVICE. Invitation to Bid No Issued: June 3, PURCHASING BUREAU CONTACT: Tammy M. Macon, Purchaser (585)

Attachment 4: Insurance Requirements

Charlie Crockett Charlie Crockett, APA Assistant Purchasing Agent

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE

Transcription:

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID - GENERAL REPAIRS & MAINTENANCE RI TURNPIKE & BRIDGE AUTHORITY FACILITY FY 2013 - FY 2016 CONTRACT 13-2 Sealed bids, in triplicate, plainly marked, Sealed Bid - FY 2012 - Plumbing Services - General Repairs & Maintenance, will be received until 3:00 PM on Tuesday, February 26, 2013 at the Office of the Executive Director of the Rhode Island Turnpike and Bridge Authority in the Administrative Building Toll Plaza, 1 East Shore Road 02835. Bids will be opened publicly at 3:00 P.M. Bids may be transmitted to Post Office Box 437, Jamestown, RI 02835. Copies of specifications may be obtained at the above office on or after Tuesday February 12,2013, between the hours of 8:30 AM and 4:00 PM, EST. No bid may be withdrawn for a period of sixty (60) days subsequent to the opening thereof without written permission of the Executive Director. All bids may be withdrawn upon written request prior to bid opening. RITBA reserves the right to reject any or all bids, waive any informalities in the bidding or accept the bid deemed to be in the best interests of the Authority. PURPOSE The Rhode Island Turnpike and Bridge Authority is seeking bids for Plumbing Services at the Rhode Island Turnpike and Bridge Authority in. The contract is for a two-year period with the potential for two 1-year extensions (2+1+1) and responses will considered bid as such. CONTACT PERSON Buddy Croft, Executive Director for further information. Telephone: (401) 423-0800 Buddy Croft Executive Director, RITBA Page 1

- GENERAL REPAIRS & MAINTENANCE RI TURNPIKE & BRIDGE AUTHORITY FACILITY FY 2013 - FY 2016 CONTRACT 13-2 THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY JAMESTOWN, RHODE ISLAND 1. RECEIPT AND OPENING OF BIDS: GENERAL TERMS AND CONDITIONS Sealed bids will be accepted and time stamped upon receipt in the office of the RITBA Executive Director, 1 East Shore Road, Jamestown, RI until the time indicated on the attached Invitation for Bids, for the commodity, equipment or services listed in the Specifications and will be publicly opened and read in the Office of the Executive Director. 2. FORM OF BIDS: Bids shall be submitted on the forms provided in accordance with instructions given in the specifications below. 3. SUBMISSION OF BIDS: a. Envelopes containing bids must be sealed and addressed to the Executive Director of the Rhode Island Turnpike and Bridge Authority and marked with the name and address of the bidder date and hour of opening and the name of the item in the bid call. b. Bids will be accepted until 3:00 pm, February 26, 2013. No bid received thereafter will be considered. c. A bidder may withdraw his bid by written request at any time prior to the advertised time for bid opening. E-mailed bids, amendments or withdrawals will be accepted. d. Unless otherwise specified, no bid may be withdrawn for a period of sixty (60) days from time of bid opening. e. Negligence on the part of the bidder in preparing the bid confers no rights for the withdrawal of the bid after it has been opened. Page 2

f. Bids received prior to the time of opening will be securely kept, unopened. No responsibility will be attached to an officer or person for the premature opening of a bid not properly addressed and identified. g. Any deviation from the Specification must be noted in writing and attached as part of the bid. The bidder shall indicate the item or part with the deviation and indicate how the bid will deviate from the Specifications. h. IRS Form W-9, must be completed and submitted with the bid if the bidder falls under IRS requirements to file this form. 4. RHODE ISLAND SALES TAX: The Rhode Island Turnpike and Bridge Authority is exempt (RITBA tax exempt # 984) from the payment of Rhode Island Sales Tax under the 1956 General Laws of the State of Rhode Island, 44-18-30, Paragraph I, as amended. 5. FEDERAL EXCISE TAX: The Authority is exempt from the payment of any excise tax or Federal Transportation taxes. The prices proposed must be exclusive of taxes and will be so construed. 6. PRIVAILING WAGE: The contract for Plumbing Services at the Rhode Island Turnpike and Bridge Authority is subject to current Rhode Island Prevailing Wage Laws. 7. BONDS AND INSURANCE: The Contractor shall carry and maintain the following insurance coverage at his own expense: a. All insurance for this Contract shall be written by a company (or companies) acceptable to the Authority and all policies shall be submitted to the Authority for examination prior to commencement of operations by the Contractor. b. Contractor s Liability Insurance Liability Insurance shall include all major divisions of coverage and be on a comprehensive general liability basis including: Premises Operations Independent Contractor s Protective Products and completed operations Owned, non-owned and hired motor vehicles Broad form coverage for property damage (including explosion, collapse and underground) c. The insurance required by this Subparagraph (b) shall be written for not less than the following, or greater if required by Law. Page 3

1. Worker s Compensation a. State of Rhode Island Statutory b. Employer s Liability 2. Comprehensive General Liability (including premises operations; independent contractor protective; products & completed Operations; Broad Form Property Damage): a. Bodily Injury: $1,000,000 Annual Aggregate b. Property Damage $1,000,000 Annual Aggregate Property Damage Liability Insurance will provide X, C or U coverage as applicable. 3. Contractor s Liability a. Bodily Injury: b. Property Damage $1,000,000 Annual Aggregate 4. Personal Injury, with Employment Exclusion deleted: $1,000,000 Annual Aggregate 5. Comprehensive Automobile Liability: a. Bodily Injury: $500,000 Each Person b. Property Damage: 6. Property Insurance: The Contractor shall purchase and maintain property insurance upon the entire Work at the site to the full insurable value thereof. Page 4

7. Subcontractors' Insurance If any part of the work is sublet, insurance shall be provided by or on behalf of the subcontractor(s) to cover that part of the work each has contracted to perform and shall be maintained during the life of each subcontract for Workers' Compensation with any necessary endorsements, and Public Liability and Property Damage coverage. The minimum amounts of coverage for the aforementioned types of insurance shall be the same as specified in Sections 1 through 6 above except that if the Authority is of the opinion that said minimum amounts of coverage appear excessive because of the extent or nature of the work to be performed by the subcontractor. Any lesser amounts of coverage must be approved by the Authority prior to the commencement of work. 8. QUALIFICATIONS OF BIDDERS: ADD The bidder shall furnish the Authority with all such information and data required on the attached AIA Contractor s Qualification Statement with the bid package. 9. ADDENDA AND INTERPRETATIONS: No interpretation on the meaning of the Plans, Specifications or other Contract Documents will be made to any bidder orally. Every request for such interpretation must be in writing or by e-mail addressed to the Chief Financial Officer (CFO), RITBA, PO Box 437, Toll Plaza, 02835 or via email at nparrillo@ritba.org. To be given consideration, questions must be received at least seven (7) days prior to the date fixed for the opening of the bids. All questions pertaining to the specifications or bid procedure should be first directed to the CFO. Where information from the CFO differs from information received from another source, the information from the CFO prevails. 10. HOLD HARMLESS: The successful bidder shall be responsible for his work and every part thereof, and for all materials, tools, appliances and property of every description used in connection therewith. The successful bidder agrees to indemnify and save harmless the Rhode Island Turnpike and Bridge Authority, its employees and agents, against loss or expense by reason of the liability imposed by the law upon the successful bidder, all sub-contractors or the Authority for damage because of bodily injuries, including person or persons or on account of damage to property arising out of or in consequence of the performance of this work whether such injuries to persons or damage to property are due or claimed to be due to any negligence, including gross negligence, of a subcontractor, the Authority, the General Contractor, his employees or agents, or any other person. Page 5

SCOPE OF WORK DESCRIPTION. The Rhode Island Turnpike and Bridge Authority is seeking bids for Plumbing Services at the Rhode Island Turnpike and Bridge Authority's administration and maintenance facilities. in Jamestown and Newport, Rhode Island. (A map of the areas for consideration is attached.) The contract is for a two-year period with the potential of 2 additional 1-year extensions (2+1+1). Responses will be considered bid as such. GENERAL REQUIREMENTS. The services of a Rhode Island licensed plumber are required for general repairs and maintenance of the Authority's administration and maintenance facilities - specifically toilets, showers, and related plumbing systems. A copy of the plumber's license must be submitted with the proposal. The plumber shall employ the services of only licensed plumbers paid at Rhode Island's prevailing wage rates in the delivery of services. All plumbers will submit to a security background check. SPECIAL REQUIREMENTS. The plumber will respond to emergency calls within 2 hours and normal service within 24 hours. The plumber will report to the Authority's Maintenance Supervisor. Plumber will furnish the name and telephone number of the person to be contacted 24 hours per day for emergency and normal service. (See BID FORM). The time clock located in the Authority's administration building will be used to document actual time spent on a specific problem. Each employee of the Contractor shall punch a time card at the start of the work and at the completion of the work. In addition, each employee of the Contractor shall punch in and out for a meal break. Actual hours (total hours) on the job will be rounded off to the nearest 15 minute increment. Daily reports on forms provided by the Contractor shall be completed by the plumber for each service call. The Plumbing Maintenance Contractor cannot bid other Rhode Island Turnpike & Bridge Authority contracts without the approval of the Authority's Executive Director. BILLING AND PAYMENT. Payment for work performed will be on a per hour basis on the plumber's own invoice forms, in duplicate, and with written field reports listing the date of the hours of work, a brief description of the type and location of the work performed, and a list and cost of materials when used and approved by the Authority, all properly identified for auditing purposes. Page 6

TERMINATION OF CONTRACT. If at any time the plumbing services are not fully satisfactory to the Authority, which fact shall be determined solely by the Authority, the Authority may terminate this agreement by giving 30- day notice in writing of its intention to terminate said agreement. Page 7

BID FORM To: RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY Project: RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY: Plumbing Services - General Repairs & Maintenance Jamestown/Newport, Rhode Island Date: Submitted by: Company Name Street, City, State, Zip Telephone 1. DESCRIPTION This Contract includes the general repair and maintenance of the plumbing systems of the Rhode Island Turnpike and Bridge Authority s Administrative Offices and maintenance facilities. All work shall be in accordance with the specifications and to the satisfaction of the Rhode Island Turnpike and Bridge Authority. 2. BID Having examined the place of The Work and all matters referred to in the Instructions to Bidders, we, the undersigned, hereby offer to enter into a Contract to perform The Work as follows: Year 1 Year 2 Year 3 Year 4 Hourly rate: plumber on job: Overtime hourly rate : plumber on job: Hourly rate: journeyman on job: Overtime hourly rate : plumber on job: NOTE: Travel time is not the responsibility of the Rhode Island Turnpike & Bridge Authority and the Authority will not compensate the contractor. Page 8

Percentage mark-up on parts and materials used in providing said maintenance: Percent mark-up: CONTACT INFORMATION: 24-hours per day: Name: Title : Telephone No. (24 hrs.): 3. ACCEPTANCE This offer shall be open to acceptance and is irrevocable for sixty days from the Bid closing date. The bidder understands that the Rhode Island Turnpike and Bridge Authority reserves the right to reject any or all bids and to waive any informalities to the bidding. If the Bid is accepted by the Rhode Island Turnpike and Bridge Authority within the time period stated above, we will: Execute the Agreement within ten days of receipt of Notice of Award. 4. CONTRACT TIME If this Bid is accepted, the Bidder hereby agrees to commence WORK under this Contract on or before a date to be specified in the NOTICE TO PROCEED. 5. BID FORM SIGNATURES (S) (Bidder s Name) By: Title: Corporate Seal: END OF SECTION Page 9