CITY OF WHITE HOUSE REQUEST FOR SEALED BIDS FOR HESTER DRIVE AND MILLING CONTRACT

Similar documents
CITY OF WHITE HOUSE REQUEST FOR BID FOR PORTLAND ROAD LIFT STATION DRY PIT SUBMERSIBLE PUMP. August 22, 2017

ITB-CD Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services. Required Submittal Packet. Revised per Addendum 2

Rutherford County Board of Education

RFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018

ATTENTION ALL BIDDERS

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

ATTENTION ALL BIDDERS

DATE: June 7,

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.

ROCK SALT FOR ICE CONTROL

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

INFORMATION FOR BIDDERS

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

CITY OF HOPKINSVILLE

1. Furnish and Install New Chain Link Fence 1608 LF $ $ (6 Steel Chain Link Fence with 3 Strands of Barbed Wire)

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR

INVITATION TO BID. ITB Pavement Marking

PENN CAMBRIA SCHOOL DISTRICT 201 6th Street, Cresson, Pennsylvania DIESEL FUEL BID. Instructions/Specifications/Bid Form

INVITATION TO QUOTE. Line item bid entries are to be entered on-line as directed (same due date) in the you received with these documents.

Carpet Replacement Project Des Peres Department of Public Safety

RETRO REFLECTIVE GLASS BEADS

TERMS AND CONDITIONS OF THE INVITATION TO BID

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY BOROUGH AUDITOR

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS

Request for Proposal 2019 Calendar Year

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

RFP # OFFICE SUPPLIES PROPOSAL OPENING DATE: July 16, 2015

Georgia State University Standard Purchase Order Terms & Conditions for Goods and Services

INVITATION TO BID ISSUE DATE: AUGUST 2, 2016

BID ON ALUMINUM SULFATE

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

CITY OF NORTH LAS VEGAS BID PROPOSAL., (hereinafter called Bidder)* a *, organized and existing under the laws of the State of

TO ALL PROSPECTIVE BIDDERS:

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

The Board of Regents of the University System of Georgia by and on behalf of the Abraham Baldwin Agricultural College (ABAC)

County of Curry. Invitation to Bid No. 2018/ Chip Seal Aggregate for the Curry County Road Department. Issue Date: December 21, 2018

BID INVITATION. Bid Invitation

Cherokee County Board of Commissioners

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

LEGAL NOTICE - RFP WANTED. Automated Refuse Container Lids, For 300 Gallon Capacity Containers GENERAL INFORMATION AND INSTRUCTIONS

McCRACKEN COUNTY BOARD OF EDUCATION

INVITATION TO BID MAIL DATE: 06/20/2013

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA)

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

COVER PAGE. Bid Proposal # Ready Mix Concrete

REQUEST FOR BID # TIRE DISPOSAL SERVICES

REQUEST FOR PROPOSALS EMERGENCY MEDICAL SERVICES (EMS) CITY OF YORK

Commonwealth of Kentucky SOLICITATION

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

SOLICITATION # EATONTON-PUTNAM SENIOR CITIZEN CENTER CONGREGATE MEALS PROGRAM

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

Tulsa Community College

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink.

SECTION A - INSTRUCTIONS

Centennial School District

COPY PAPER BID #1711. Due Date: Monday, October 17, :00 A.M.

REQUEST FOR QUOTATION For Uniterruptible Power Supply Battery Repalcement and Service

SECTION INSTRUCTIONS TO BIDDERS

Notice to Interested Parties

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

REINFORCED CONCRETE PIPE ROUND (CLASS III & IV) ELLIPTICAL (CLASS III & IV)

Furnish Traffic Safety Cones as specified below to be F.O.B. delivered to the locations listed, on or prior to the delivery date specified.

Request for Quotation Q. Steamboat Springs Emergency Solar Tower Phones

5 REQUEST FOR QUOTATION. Company Name: Address: Contact Name: Contact Title: Phone Number: REQUEST FOR QUOTATION THIS IS NOT AN ORDER

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

COUNTY OF OSWEGO PURCHASING DEPARTMENT

CODE ENFORCEMENT MAGISTRATE RFP

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

County of Curry. Invitation to Bid No. 2017/ Hot Mix Cold Lay & Hot Mix Material for the Curry County Road Department. Issue Date: June 6, 2018

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603

BOROUGH OF FOX CHAPEL BIDS FOR RUBBISH CONTAINER BINS. CONTRACT NUMBERS and 08-06

Attachment C Federal Clauses & Certifications

LEGAL NOTICE - ADVERTISEMENT FOR BID

IMPORTANT: Please review all the Terms and Conditions outlined in the Conditions and Instructions to Bidders section of this BID.

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

Notice to Interested Parties

CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR. Sandblasting & Painting of Fire Hydrants

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING

Public Act No

Request for Proposal DOCUMENT SCANNING FOR LUZERNE COUNTY CHILDREN & YOUTH REF #82917RFPSO LUZERNE COUNTY PENNSYLVANIA

COUNTY OF COLE MISSOURI

Transcription:

CITY OF WHITE HOUSE REQUEST FOR SEALED BIDS FOR HESTER DRIVE AND 2016-2017 MILLING CONTRACT July 28, 2016 105 College Street White House, Tennessee, 37188

CITY OF WHITE HOUSE REQUEST FOR BID HESTER DRIVE AND 2016-17 MILLING CONTRACT BID NO: 16 1036PS GENERAL A. It is the intent of these specifications to describe the minimum requirements in sufficient detail to secure bids for the aforementioned. B. All bids must be received in the City Purchasing Office on or before the date and hour designated due date. Any bids received after this time will not be considered and will be rejected. BIDS MAY NOT BE DELIVERED TO ANY OFFICE EXCEPT PURCHASING OR ADMINISTRATION. C. All Quotations must be signed with the firm s name and by a responsible officer or employee. Obligations assumed by such signature must be fulfilled. Bid documents that are unsigned will be classed as irresponsible offers and will not receive any consideration. D. State brand or make on each item: if quoting on other than make, model or brand specified, the manufacturer s name and catalog number must be given, or descriptive cut and complete technical data covering the item attached to the quotation. E. Bid Bonds and/or Performance Bonds are required on all City contracts. Bid Bonds will be considered waived if not specifically called for on the Bid Call. F. A business license must be obtained by the awarded bidder before work is to be done. Please check with the City s Business License Department at 615-672-4350 ext. 2100 to ask about the requirements. G. The CITY OF WHITE HOUSE reserves the right to reject any or all bids or accept any presented which meet or exceed these specifications, and/or which would be in the best interest of the City and will not necessarily be bound to accept the lowest bid. H. CANCELLATION OF AND CHANGES TO PURCHASE ORDERS No cancellation of, or changes, to a City of White House purchase order may be made, except in writing, by the Purchasing Office. Orders may be cancelled without the consent of the vendor in case of any default by the vendor. I. CONTRACT ADMINISTRATOR Questions or problems arising from bid procedures or subsequent order ad delivery procedures should be directed to the CITY OF WHITE HOUSE Purchasing Office, 105 College Street, White House, TN 37188 to the attention of Derek Watson, Purchasing Coordinator.

Bids shall be submitted to the City Purchasing Office, White House City Hall, 105 College Street, by 10:00 AM. on AUGUST 22, 2016 in a sealed envelope labeled Bid No. 16-1036PS and including quotation due date. Each bidder is required to list on the proposal and/or bid form the number of calendar days he expects project to be completed at the destination in terms of time interval following notice to proceed. If time varies on different items, the bidder shall so state the delivery time for each item. Failure to include a specific number of calendar days may be sufficient grounds for rejection of proposals. In comparing the bids and proposals and making awards, the City may consider such factors as quality and adaptability of services, the bidder s record of experience and integrity and performance assurance in addition to that of the bid price. The City reserves the right to cancel this order, or any part thereof without penalty. Each bid shall be complete. Incomplete or unresponsive bids may be rejected. The successful vendor agrees that he shall and does comply with all Tennessee local, state and/or federal laws, statues, rules and regulations including but not limited to the Rehabilitation Act of 1973 and the Americans with Disabilities Act. In the event that any claim should arise with regard to this contract for a violation of any such local, state and/or federal law, statue, rule or regulation, the provider will indemnify and hold the City of White House harmless for any damages, including court costs or attorney fees which might be incurred. Any contract will be interpreted under the laws and statues of the State of Tennessee. Payments: Vendor is to submit properly completed invoice(s) to the address specified on the purchase order. To insure prompt payment each invoice should cite the purchase order number, bid number, project description, unit and total price, discount terms and include the vendor s name and return remittance address. Payment will be mailed within thirty (30) days of (a) the receipt and acceptance of the items, including all paper work and (b) receipt of a properly completed invoice. The City of White House is exempt from Tennessee State Sales Tax. An exemption certificate will be furnished at the request of the successful vendor. Page 3 of 9

SPECIFICATIONS 1. All work associated with this contract shall be performed in accordance the 2015 Standard Specification for Road and Bridge Construction, Tennessee Department of Transportation. 2. Contractor shall haul off and dispose of all millings at City Public Works site on Industrial Drive. A second location within the city limits of White House may also be utilized during haul off operations at the City s discretion. 3. Milling depth shall be 2 deep for the full pavement width along Hester Drive from TDOT Right of Way at SR76 and ending near Taco Bell (see attached sketch) and for a separate 50 intersection transition at Knight Circle. This portion will be the primary bid and expected to be complete within 30 days following bid submittal and contract document completion. The 30 days will begin following an official Notice to Proceed from the City. 4. Additional milling associated with fall or spring paving 2016-17 (specific date unknown) shall be approximately 2 deep for the full pavement width (varies) along Wilkinson Lane and Sage Road and 1.5 deep on Indian Ridge Boulevard (see attached sketch). This portion of work should be considered as alternative add items and quantities may be increased, decreased or completely removed at the sole discretion of the City during the FY 16-17 paving season. If this work is installed during this paving season, a 30 day duration will apply to each task order. The task order shall be completed within 30 days from the separate or combined tasking Notice to Proceed. Page 4 of 9

WILKINSON LN. INDIAN RIDGE BLVD. (i)... MILLING LIMIT 2016-17 MILLING CITY OF WHITE HOUSE, TENNESSEE

BID FORM PLEASE QUOTE YOUR LOWEST PRICE, BEST DELIVERY DATE, CASH DISCOUNT TERMS, AND F.O.B. POINT FOR THE FOLLOWING. THE CITY RESERVES THE RIGHT TO REJECT ANY OR ALL QUOTATIONS AND TO ACCEPT ANY OR ALL ITEMS AT THE PRICE QUOTED. UNLESS OTHERWISE STATED, ALL QUOTATIONS ARE CONSIDERED TO BE FIRM QUOTATIONS FOR A PERIOD OF 30 DAYS FROM DATE OF QUOTATION DUE DATE. PLEASE QUOTE ON THIS FORM AND RETURN IT MARKED NO QUOTE IF YOU CANNOT QUOTE IN ORDER TO REMAIN ON THE CITY S VENDOR LIST. TDOT Item No. Description Units Est. Quantity Unit Bid Total Bid 415-01.02 415-01.02 Cold Planing Bitum. Pavement (Hester/Knight) Cold Planing Bitum. Pavement (Wilkinson) Square Yards Square Yards 925 7,055 415-01.02 Cold Planing Bitum. Pavement (Sage) Square Yards 8,440 415-01.02 Cold Planing Bitum. Pavement (Indian Ridge) Square Yards 2,000 and for the Project Total of ($ ) (Amount shall be shown in both words and figures. In case of discrepancy, the amount shown in words will govern. The above itemized and total prices for the project shall include all labor, materials, shoring, removal, overhead, profit, insurance, etc. to cover the finished work of the several kinds called for. All items shall be paid as itemized quantities at the actual amount measured during construction operations. Respectfully submitted: Name: Company: Business Address: Contractor s License No: Title: Prime Contractor Signature

CITY OF WHITE HOUSE NONDISCRIMINATION POLICY It is the policy of the City of White House not to discriminate on the basis of race, color, national origin, age, sex, or disability in its hiring and employment practices, or in admission to, access to, or operation of its programs, services, and activities. In addition, the City of White House does not discriminate based on race, color, or national origin in federal or state sponsored programs, pursuant to Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d). With regard to all aspects of this contract, the contractor certifies and warrants it will comply with this policy. COMPANY NAME DATE REPRESENTATIVE TITLE Page 7 of 9

STATE OF TENNESSEE/CITY OF WHITE HOUSE COUNTY OF SUMNER/ROBERTSON CITY OF WHITE HOUSE 105 COLLEGE STREET WHITE HOUSE, TN 37188 615.672.4350 615.672.2939 FAX DRUG-FREE WORKPLACE AFFIDAVIT OF PRIME BIDDER NOW COMES AFFIANT, who being duly sworn, deposes and says: 1. He/She is the principal officer for; Company Name Address 2. That the proposing entity has submitted a Proposal to the City of White House for; Project 3. That the proposing entity employs no less than five (5) employees; 4. That Affiant certifies that the Proposing entity has in effect, at the time of submission of its Proposal to perform the construction referred to above, a drug-free workplace program that complies with 50-9-113, Tennessee Code Annotated. 5. That this affidavit is made on personal knowledge. Further Affiant saith not. Affiant SUBSCRIBED AND SWORN TO before me this day of. Notary Public My commission expires: Page 8 of 9

STATE OF TENNESSEE IRAN DIVESTMENT ACT AGREEMENT By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each bidder is not on the list created pursuant to Tennessee Code Annotated 12-12-106. Tenn. Code Ann. 12-12-106 requires the chief procurement officer to publish, using credible information freely available to the public, a list of persons it determines engage in investment activities in Iran, as described in 12-12-105. For these purposes, the State intends to use the list of Entities Ineligible to Contract with the State of South Carolina or any Political Subdivision of the State per the Iran Divestment Act of 2014, S.C. Code Ann. 11-57-10, et. seq. While inclusion on this list would make a person ineligible to contract with the state of Tennessee, if a person ceases its engagement in investment activities in Iran, it may be removed from the list. If you feel as though you have been erroneously included on this list please contact the Central Procurement Office at CPO.Website@tn.gov. COMPANY NAME DATE REPRESENTATIVE TITLE Page 9 of 9 Pages