REQUEST FOR BIDS FOR THE CITY OF MT. JULIET, TN

Similar documents
County Tax Sale PLEASE MARK YOUR ENVELOPE "SEALED BID # RETURN ONE (1) ORIGINAL AND THREE (3) COPIES TO:

WEST BLOOMFIELD TOWNSHIP INVITATION TO BID. CDBG MINOR HOME REPAIR CONTRACT PROGRAM YEAR 2014 DEADLINE: Wednesday, September 24 th, 2014 at 2:00 p.m.

Invitation For Bid IFB 2895

COUNTY OF TANEY, MISSOURI

LISTING AND SALE OF NEIGHBORHOOD STABILIZATION PROGRAM HOMES TOTAL OF 10 + HOMES TO BE LISTED ONCE REHABILITATED

REQUEST FOR PROPOSAL. Request Number

PROPERTY LEASE AGREEMENT

REQUEST FOR PROPOSALS

Purchasing Terms & Conditions

TOWNSHIP OF HAMILTON. RFP# PW Sand/Salt Storage Facility Engineering Services

Prepared by Office of Procurement and Real Property Management. This replaces Administrative Procedure No. A8.215 dated November 2012 A8.

REQUEST FOR QUOTATION

TERMS & CONDITIONS STANDARD PAGE 1 OF 5 DATE: 6 AUGUST 2014

INVITATION TO BID. Sale of Motor Graders Curry County Road Department Clovis, New Mexico. Invitation to Bid No. 2014/15-04

Request for Proposals (RFP) for. The construction of a new pole barn addition for the AuSable Township Department of Public Works

Public Notice. Invitation to Bid 2017 PRECAST CONCRETE BOX CULVERTS

PURCHASE ORDER TERMS AND CONDITIONS

ALL PURCHASE ORDERS ARE SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS

Order & Quotation Terms & Conditions DEFINITIONS: Buyer Order Product Quotation RFQ Seller Terms and Conditions 1. Applicability:

General Terms and Conditions for Purchase Orders

230.2 Procurement Thresholds (Goods and Non-Professional Services)

REAL ESTATE AUCTION PARTICIPATION AGREEMENT

Public Notice. Invitation to Bid Precast Concrete Box Culvert Purchase

RFB #RV SALE OF SURPLUS PROPERTIES CHARTER SCHOOL BID PACKAGE

Chapter 9. Competitive Sealed Bidding: Evaluating Bids

SALES CONTRACT. \\cclrc-dc1\usershares\droberts\deed_in_escrow Packet.doc Rev. 01/03/11

INVITATION TO BID CITY OF WINSTON-SALEM

Broken Arrow Public Schools Independent School District NO S Main Street Broken Arrow, OK Phone (918)

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /16. Sale of 1978 Mack Fire Truck. BID OPENING: June 10, 2016 at 11:00 a.m.

Town of Manchester, Connecticut. General Services Department. Request for Qualifications Approved Real Estate Appraiser List RFQ No.

REQUEST FOR QUOTATION

Proposals are due by November 6, 2013 at 2 pm and will be considered for award by the Board of Selectmen on November 13, 2013.

Abatement and Management Office Demolition at Parks Place IFB Number

PROCUREMENT CODE. Part A Project Delivery and Selection Methods

City of Hays Request for Proposals

CHAPTER 10 PURCHASING

UTILITY EASEMENT AGREEMENT

New 2017 Fairway Deep Tine Aerifier

Request for Proposals For Outdoor Advertising - Billboards. At the Following Locations. TelPosta Towers: Roof Top on Tower 2 (Kenyatta Avenue)

ONLINE BIDDER REGISTRATION FORM INSTRUCTIONS. 1. Read the Terms & Conditions of the auction on page 4 6.

Commercial and Industrial Revaluation. Lincoln County Tax Department. RFP # Commercial/Industrial Tax Appraisal

Grant Contract Specified Grants

Charleston County School District. Procurement Services

OW109 Page 2 of 3 Jk A

TERMS AND CONDITIONS OF SALE

The University of Michigan is seeking proposals for the SALE AND REMOVAL of the house located at 1322 Wilmot, Ann Arbor, Michigan,

CITY OF GAINESVILLE INVITATION TO BID

INVITATION FOR BID ROANOKE REGIONAL AIRPORT COMMISSION. January 29, 2019 at 2:00 P.M. in person, or by mail/carrier

School District Bidding Requirements Under North Dakota Law NDSBA Fall School Law Seminar Nicholas C. Grant Ebeltoft. Sickler. Lawyers.

Form XIII-7 PURCHASE AGREEMENT

Purchase Order General Terms and Conditions Revised 1/1/2018

INVITATION TO BID. Outdoor Slide with Trailer for use at the North Little Rock Parks and Recreation Funland Amusement Park

COUNTY OF EL DORADO, CALIFORNIA DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

judgment in price, any duties. good quality will conform including furnished by and AMOT arising from the goods Buyer. result of the for Texas shall

RFB # RV SALE OF SURPLUS PROPERTIES BID PACKAGE

Redevelopment Authority of Allegheny County

Mountain View Middle School (RRPS Project # ) 4101 Montreal Loop NE, Rio Rancho, NM 87144

BOARD OF TRUSTEES JEFFERSON TOWNSHIP, MONTGOMERY COUNTY, OHIO RESOLUTION NO 16-38

Fred Maxon Gail VanLinder Mary Watson Purchasing Director Purchasing Clerk Purchasing Clerk

2017 BRAXTON COUNTY RFP GENERAL TERMS & CONDITIONS

SALES ORDER TERMS AND CONDITIONS

APPLIED TECHNICAL SERVICES, INC.

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

Broken Arrow Public Schools Independent School District NO S Main Street Broken Arrow, OK Phone (918)

KOHLER INDUSTRIES, INC. Term and Conditions of Sale, Including Limited Warranty

K & R Properties of Fayetteville, Inc. PO Box Fayetteville, NC (910)

13-1 CHAPTER 13 BIDS AND CONTRACTS

TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP #

sold under a separate Order. Failure of Seller to deliver any installment shall not entitle Buyer to cancel the balance of the Order. 4.3 Any time quo

220 S.E. Green Street Lee s Summit, MO RFP # RE TITLE SIGNATURE PAGE REQUEST FOR PROPOSAL NO.RE

ATTACHMENT 4 SAMPLE AGREEMENT (for representation purposes only; to be modified as necessary)

REQUEST FOR PROPOSAL RFP # TOC17-001

Town of Caroline. Town Hall Exterior Painting Project

DALE COUNTY BOARD OF EDUCATION OFFICE OF SUPERINTENDENT DALE COUNTY GOVERNMENT BUILDING 202 S HWY 123, SUITE E. OZARK, ALABAMA

CITY OF ALAMO. Request for Sealed Bids. The City of Alamo hereby requests sealed bids for the following: Janitorial Services

STANDARD TERMS AND CONDITIONS OF SALE

Lease Agreement WITNESSETH: Leasehold

INVITATION FOR BIDS For a Lowboy Trailer (CIP# AEQ1702)

VILLAGE OF Niles Facade & Streetscape Improvement Program APPLICATION AND AGREEMENT The following includes the Façade & Streetscape Improvement

Terms and Conditions of Sales

DELVA TOOL AND MACHINE TERMS AND CONDITIONS OF PURCHASE

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

REQUEST FOR PROPOSAL MV COMBERMERE COMMUNITY CENTRE ACCESSIBLE LIFT SYSTEM For The Corporation of the Township of Madawaska Valley

MANAGEMENT AGREEMENT

Purchase Terms and Conditions

CALL FOR TENDER. Demolition and Removal of Vacant House, Foundation, and Decommissioning of Septic System. Tender AP

LOCAL GOVERNMENT PROMPT PAYMENT ACT

CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SAXON PHONICS NIGP Code: 78587

Invitation For Bids (IFB)

CARRDAN TERMS AND CONDITIONS

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES NOTICE TO BIDDERS

Memorandum of Understanding

Request for Quotation Q. Bike Mechanic Course Tools

A contract will be awarded as provided by law at a public meeting.

Terms of Sale Tiger Commercial & Industrial

GENERAL TERMS AND CONDITIONS OF SALE. December 2010

Project Manual. For. September 26, 2017

PURCHASE ORDER TERMS & CONDITIONS

TURTLE & HUGHES, INC. AND SUBSIDIARIES TERMS AND CONDITIONS OF QUOTATION AND SALE

TERMS AND CONDITIONS OF PURCHASE (T&C s)

Transcription:

REQUEST FOR BIDS FOR THE CITY OF MT. JULIET, TN Request for Proposal /Bid Mt. Juliet Public Works Bath/Kitchen Remodel Issued by: City of Mt. Juliet, TN 2425 N. Mt. Juliet Rd. (615) 754-2554 Date of Issue: January 17 th, 2018 Bid Due Date: February 13 th, 2018 at 2:00PM CST Bids must be in sealed envelope Clearly Marked Mt. Juliet Public Works Bath/Kitchen Remodel and Comply with TCA 62-6-119 Dated January 17 th, 2018 Delivered to: Attn: Finance Director City of Mt. Juliet 2425 N. Mt. Juliet Mt. Juliet, TN 37122 NLT 2:00PM CST 2/13/2018

Background of the City of Mt. Juliet, TN The City of Mt. Juliet, TN is located in the Nashville, TN metropolitan area. The city has a population of near 30,000 and is one of the fastest growing cities in the State of Tennessee. The city has 4 elected commissioners and an elected mayor, which comprise the governing body. The governing body hires a professional City Manager as the chief administrative official. The City Manager is responsible for all city personnel. The city currently provides public safety, building inspection and codes enforcement, public works, parks and recreation, and administrative functions. General Bid Information Sealed proposals for Mt. Juliet Public Works Bath/Kitchen Remodel will be received at the office of the at 2425 N. Mt. Juliet Rd, Mt. Juliet, Tennessee 37122, Attention: John Rossmaier, on or before 2:00 PM on February 13 th, 2018 and immediately thereafter all bids will be publicly opened and read aloud. Please contact John Rossmaier at 615-773-6255 should you have any questions. BID FORMS One paper copy of the bid is required. All bids must have the name of the project, and the bid due date on the outside of the envelope. Bid must be signed by authorized representative of company/business placing bid at time bid is received by the City of Mt. Juliet. All bidders must be licensed Contractors as required by the Contractors Licensing Act of 1976, as currently amended. An electronic copy of the bid is also required and may be in the form of flash drive, a diskette, with the paper copy or an email with electronic attachment to arrive at the time of the bid opening. TCA 62-6-119. (a) All bids must conform to the specifications outlined in TCA 62-6-119. All bidders must to be properly licensed at the time of the bid and provide evidence of compliance with the applicable provisions of TCA 62-6-119 before such bid may be considered. (b) It is directed that the following information be written upon the bid envelope or provided within the electronic bid document: (1) The name, license number, expiration date thereof, and license classification of the

contractor applying to bid for the prime contract; (2) The name, license number, expiration date thereof, and license classification of the contractor applying to bid for the masonry contract where the total cost of the materials and labor for the masonry portion of the construction project exceeds one hundred thousand dollars ($100,000); (3) The name, license number, expiration date thereof, and license classification of the contractor applying to bid for the electrical, plumbing, heating, ventilation, or air conditioning contracts except when such contractor's portion of the construction project is less than twentyfive thousand dollars ($25,000); (4) For each vertical closed loop geothermal heating and cooling project, the company name, department of environment and conservation license number, classification (G, L or G,L) and the expiration date, except when the geothermal portion of the construction project is in an amount less than twenty-five thousand dollars ($25,000); (5) Prime contractor bidders who are to perform the masonry portion of the construction project which exceeds one hundred thousand dollars ($100,000), materials and labor, the electrical, plumbing, heating, ventilation or air conditioning or the geothermal heating and cooling must be so designated; and (6) Only one (1) contractor in each of the classifications listed above shall be written on the bid envelope or provided within the electronic bid document. (c) Failure of any bidder to furnish the required information shall void such bid and such bid shall not be considered. Upon opening of the bid envelope or initial opening of an electronic bid, the names of all contractors listed will be read aloud at the official bid opening and incorporated into the bid. Prior to awarding a contract, the awarding person or entity and its authorized representatives shall verify the accuracy, correctness and completeness of the required information, and any discrepancies found in the spelling of names of bidders, transposition of license numbers, or other similar typographical errors or omissions may be corrected within forty-eight (48) hours after the bid opening excluding weekends and staterecognized holidays. (d) No invitation to bid may require that any subcontractor be identified, listed or designated until the final bid submission by the prime contractor, or that any prime contractor accept the bid of any subcontractor until the final bid submission by the prime contractor. Subsection (d) shall apply only to design/bid/build procurements where cost is the primary criterion for the contract award.

(e) The City will not award a bid to a contractor who is not licensed in accordance with TCA 62-6-119. SUBMISSION It shall be the responsibility of the bidder to submit a bid response which complies with: the conditions and specifications of the Request for Bids; policies and procedures of the City of Mt. Juliet and applicable laws of the State of Tennessee: and any other applicable laws, regulations and requirements. Bidder will show evidence of license, expiration date and classification if required and when applicable. BID REJECTION The City reserves the right to reject any or all bids, combinations of items, or lot(s), and to waive defects or minor informalities. The City is a member of certain coalitions and has access to the pricing provided by state contracts. The published prices by the state or any of the coalitions for RFQ items shall be considered a sealed bid which the City may accept. Any other bid that is not sealed will NOT be accepted. Any bid received after time and date indicated will be discarded. Bidders may not restrict the rights of the City or otherwise qualify their bids. If a Bidder does so, the City may determine the bid to be a nonresponsive counteroffer, and the bid may be rejected. The City reserves the right, at its sole discretion, to waive variances in bids provided such action is in the best interest of the City. Where the City waives minor variances in bids, such waiver does not modify the RFB requirements or excuse the Bidder from full compliance with the RFB. Notwithstanding any minor variance, the City may hold any Bidder to strict compliance with the RFB. In the event of multiple line items or interchangeable items, the city reserves the right to select items from multiple bidders. Bidders must comply with all of the terms of this RFB and all applicable state laws and regulations. The City may reject any bid that does not comply with all of the terms, conditions, and performance requirements of this RFB. PAYMENT FOR CITY PURCHASES Purchase orders will be issued after the RFB is reviewed and payment will be made by the City of Mt. Juliet 30 days after commodities and/or services have been received, accepted, and properly invoiced as indicated in the contract and/or purchase order. Invoices must bear the purchase order number where applicable. IDEMNIFICATION

The Contractor/Vendor shall indemnify, hold harmless, and defend the contracting agency from and against any claim of, or liability for error, omission or negligent act of the Contractor/Vendor under this agreement. The Contractor/Vendor shall not be required to indemnify the contracting agency for a claim of, or liability for, the independent negligence of the contracting agency. If there is a claim of, or liability for, the joint negligent error or omission of the Contractor and the independent negligence of the Contracting agency, the indemnification and hold harmless obligation shall be apportioned on a comparative fault basis. Contractor and Contracting agency, as used within this and the following article, include the employees, agents and other contractors who are directly responsible, respectively, to each. The term independent negligence is negligence other than in the Contracting agency s selection, administration, monitoring, or controlling of the Contractor and in approving or accepting the Contractor s work. On-site vendors are required to provide proof of insurance (general liability, workers comp, auto and excess). On-site vendor will add the City of Mt. Juliet as an additional insurer if requested. COMPLIANCE In the performance of a contract that results from this RFB, the contractor must comply with all applicable federal, state, and city regulations, codes, and laws; and be liable for all required insurance, licenses, permits and bonds; and pay all applicable federal, state, and city taxes. SUITABLE MATERIALS, ETC. Unless otherwise specified, all materials, supplies or equipment offered by a bidder shall be new, unused, and of the latest edition, version, model or crop and of recent manufacture. Unless otherwise specified in the RFB, product brand names or model numbers are examples of the type and of product quality required, and are not statements of preference. If the specifications describing an item conflict with a brand name or model number with a description of the item, the specifications govern. Reference to brand name or number does not preclude an offer of a comparable or better product, if full specifications and descriptive literature are provided for the product. For example, if the specifications call for 98 decibel alarm and the product offered has only 95, the city reserves the right to consider the 95 decibel alarm offering as adequate. Failure to provide such specifications and descriptive literature may be cause for rejection of the offer. FIRM OFFER For the purpose of award, offers made in accordance with this RFB must be good and firm for a period of ninety (90) days from the date of quote opening or the date of complete delivery of the order placed whichever is later. The city anticipates selection within 10 business days. BID PREPARATION COSTS The City is not liable for any costs incurred by the bidder in quote preparation. CONFLICT OF INTEREST

An elected or appointed official, or employee of the City of Mount Juliet may not seek to acquire, be a party to, or possess a financial interest in, this contract if (1) the elected or appointed official, or employee is an employee of the administrative unit that supervises the award of this contract; or (2) the elected or appointed official, or employee has the power to take or withhold official action so as to affect the award or execution of the contract. Non-controlling ownership in stock of publicly held companies or ownership of mutual funds shall not be considered as a financial interest. DEFAULT In case of default by the contractor/vendor, for any reason whatsoever, the City of Mount Juliet may procure the goods or services from another source and hold the contractor/vendor responsible for any resulting excess cost and may seek other remedies under law or equity. CONTINUING OBLIGATION OF CONTRACTOR Notwithstanding the expiration date of a contract resulting from this RFB, the contractor/vendor is obligated to fulfill its responsibilities until warranty, guarantee, maintenance and parts availability requirements have completely expired. BILLING INSTRUCTIONS Invoices must be billed to the Finance department at the address shown on the individual Purchase Order, Contract Award or Delivery Order. Questions concerning payment should be addressed to the Finance Department of the City of Mt. Juliet. DISCRIMINATION CLAUSE The City of Mt. Juliet is an equal opportunity entity and does not discriminate on the basis of age, race, sex, national origin, religion or disability in admission to, access to, or operations of its programs, services, activities, or in its awarding of such bids. Scope of Work and Specifications: Remodel of kitchen and restroom in the west side of the public works building to consist of the following: Demo of existing walls as needed for kitchen expansion Construct new wall for bathroom Relocated existing toilet and sink plumbing to include saw cutting concrete floor and also moving the floor drain. Provide new toilet, sink, vanity and lighting. Install new doors, trim, and drop ceiling with new paint in the newly remodeled area. Removal of kitchen pantry.

Install new cabinet, backsplash and laminate counter tops along rear wall of kitchen. Install of new window over the new sink location on the rear wall of the kitchen. Relocate electrical and plumbing as needed for kitchen/bathroom remodel. Move existing kitchen and bathroom doors as requested and fill-in old doors. Construct new closet at end of hallway before entering kitchen. Construct new concrete landing with handrails at rear kitchen exit with steps parallel to building. There will be a Mandatory Pre-Bid Meeting and walk through January 31, 2018 at 9:00 AM at Mt. Juliet Public Works Building, 71 East Hill St, Mt. Juliet, TN. Any and all changes, alternative material or construction must be approved by the Public Works Director.