NOTICE THIS ADDENDUM CONTAINS ADDENDUMS III AND IV. April29, 2015 PURCHASING DEPARTMENT' THE CITY OF MOBILE, ALABAMA

Similar documents
BID NOTICE LAWN MAINTENANCE 2019/2020 SEASON. Bids may be hand-delivered or mailed to the Administration Office at the above address.

Maintenance Agreement

IMPORTANT INFORMATION REGARDING 2017 CONTRACTOR REGISTRATION

LEAGUE OF HUMAN DIGNITY CITY OF LINCOLN BARRIER REMOVAL GRANT PROGRAM AGREEMENT FOR RENOVATION OF REAL ESTATE

CITY OF MCKINNEY ENGINEERING DEPARTMENT ENGINEERING DEVELOPMENT FINAL ACCEPTANCE CHECKLIST

Explanation of Permanent Stormwater Management Facilities Maintenance Agreement

HEAVY-HAULING AGREEMENT. THIS HEAVY-HAULING AGREEMENT amended by Resolution #1, January 2010,

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

Economic Development Incentive Agreement

CERTIFICATE OF APPROVAL OF COUNTY COMMISSION

MANAGEMENT AGREEMENT

Del Val Realty & Property Management

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT (STIPULATED PRICE)

Storm Water Management BMP Maintenance Agreement City of St. George, Utah

DEVELOPER S AGREEMENT BETWEEN THE TOWN OF CLIFTON AND

CHAPTER 2 RELATED DOCUMENTS AND FORMS

Stormwater Treatment Facility Maintenance Agreement

CITY AND COUNTY OF BROOMFIELD SUBDIVISION IMPROVEMENT AGREEMENT FOR (PROPERTY NAME - ALL CAPS)

PROPERTY LEASE AGREEMENT

Clarksville, TN APPENDIX C STORM WATER AND BMP MAINTENANCE AGREEMENTS AND INSPECTIONS FORMS

VIP Realty NC, LLC 504 R East Cornwallis Dr. Greensboro, NC O: (336) F: (336) Property Management Agreement

(Space above this line reserved for Recorder of Deeds)

TERMS AND CONDITIONS

REQUEST FOR PROPOSALS (RFP #PWFM ) Lease of Real Property for Agricultural Farming

LEASE AGREEMENT AMERICAN YOUTH SOCCER ORGANIZATION (AYSO)

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

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.

INSTRUCTIONS FOR FINANCIAL ASSURANCES

UTILITY EASEMENT AGREEMENT

AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR CONSTRUCTION CONTRACT

DEED OF EASEMENT & MAINTENANCE AGREEMENT FOR STORMWATER MANAGEMENT FACILITIES THIS DEED OF EASEMENT AND MAINTENANCE AGREEMENT FOR

REQUEST FOR PROPOSAL Paving of Parking Lots within the County Complex April 11, 2017

Purchasing Division Finance Department 44 E. Downer Place Aurora, Illinois (630) FAX (630)

It is necessary for the Board to adopt the attached resolution accepting the dedication of the easement.

GENESIS PIPELINE CANADA LIMITED AGREEMENT FOR EASEMENT PROVINCE OF ONTARIO

REQUEST FOR PROPOSALS (RFP) for ARCHITECTURAL SERVICES NEW BOROUGH HALL BUILDING BOROUGH OF HIGHLANDS, Monmouth County, New Jersey

SPECIFICATIONS AND CONTRACT DOCUMENTS

The County of Goochland Department of Public Utilities UTILITY PLANS AND CONSTRUCTION PROCESS GUIDELINES

DOCUMENT VET SHEET for Karen McConnaughay Chairman, Kane County Board

WAKE COUNTY STORMWATER CONTROL STRUCTURE AND ACCESS EASEMENT AND AGREEMENT (Corporate)

REAL ESTATE AUCTION PARTICIPATION AGREEMENT

Sale by Tender Memorandum

SAMPLE. Construction Contract

A. Approval / Disapproval of Resolution No : Adopting a Fair Housing Policy.

The County of Goochland Department of Public Utilities UTILITY PLANS AND CONSTRUCTION PROCESS GUIDELINES

SANILAC COUNTY ROAD COMMISSION ROAD POLICIES. A. Drainage, Base and Grade Construction (NON BITUMINOUS)

COMMERCIAL PROPERTY LEASE AGREEMENT

DECLARATION OF RESTRICTIONS AND EASEMENTS OF OAKWOOD MEADOWS SUBDIVISION

) ) ) EXCLUSIVE RESIDENTIAL PROPERTY MANAGEMENT AGREEMENT

AGENDA ITEM FORM INFORMATION ONLY PRESENTATION DISCUSSION ONLY ACTION ITEM

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

Procedures to Apply for an Online Sarasota County ROW Use or Culvert Permit

REALTOR PRE-QUALIFICATION VERIFICATION FORM

Vulcan County Road Work and Fencing Agreement

A. Approval / Disapproval of Resolution No : Adopting a Fair Housing Policy.

FOR SALE Department of Transportation

BEACH STORM DAMAGE REDUCTION EASEMENT

Forest Managers & Consultants, Inc. Forest Appraisals, Management, and Sales

STORMWATER BEST MANAGEMENT PRACTICES OPERATIONS AND MAINTENANCE AGREEMENT

BID DOCUMENTS FOR DEMOLITION OF STRUCTURE AND DETACHED SHED AT 111 SOUTH LANSING STREET

[This entire document will be deleted and replaced with the new agreement base]

INSTRUCTION PAGE. 3. All SBE firms included on SBE utilization plan must complete a Schedule C.

NOTE: This agreement must be properly executed.

TOWNSHIP OF HAZLET COUNTY OF MONMOUTH STATE OF NEW JERSEY PROFESSIONAL SERVICES SOLICITATION FAIR & OPEN PUBLIC SOLICITATION PROCESS

FLAT FEE MLS LISTING AGREEMENT

SAMPLE REMODELING CONTRACT Revised

LEASE AGREEMENT WITNESSETH:

INVITATION TO BID & CONTRACT

DEMOLITIONS LICENSING REQUIREMENTS APPLICATION PROCESS. 1 of 2

Invitation For Bid IFB 2895

CITY OF YUCAIPA COMMUNITY DEVELOPMENT FACADE IMPROVEMENT PROGRAM

TRUST, INDEMNITY AND SECURITY AGREEMENT WITH DEPOSIT OF FUNDS TO PROTECT AND SECURE AGAINST EXCEPTIONS TO TITLE

Project Manual. For. September 26, 2017

CITY OF SARALAND FINAL SUBDIVISION PLAT REVIEW

STORMWATER BEST MANAGEMENT PRACTICES OPERATION, MAINTENANCE, AND INSPECTION PLAN AND AGREEMENT

PUBLIC NOTICE TOWNSHIP OF MIDDLETOWN COUNTY OF MONMOUTH

Sagamore Hills Township Valley View Rd. Sagamore Hills, OH (330) Phone (330) Fax

THE CORPORATION OF THE MUNICIPALITY OF THAMES CENTRE BY-LAW NO

LEIMERK DEVELOPMENTS LTD. MANOTICK ESTATES PHASE VI

LEASE - MANAGEMENT AGREEMENT

NORTH CAROLINA DEED OF TRUST NORTH CAROLINA HOUSING FINANCE AGENCY $15,000 DPA Program Only

LEASE AGREEMENT W I T N E S S E T H. This Lease is made upon the following terms, covenants and conditions to which the parties hereby agree.

Micro Scale Practices Declaration

PAL - RESOLUTION AND AGREEMENT 2014.PDF MOUNTAIN TOP CONTRACT 2014.PDF COMMUNITY HOUSE 2014.PDF

TEMPORARY CONSTRUCTION EASEMENT JEA SEWER SYSTEM CUSTOMER OWNED, OPERATED AND MAINTAINED

The United States Department of Transportation (USDOT) Standard Title VI/Non-Discrimination Assurances. DOT Order No A

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

EASEMENT AGREEMENT. hereinafter called Grantor, (whether grammatically singular or plural) and the:

REAL ESTATE MANAGEMENT AGREEMENT

COMMON ELEMENT MODIFICATION APPLICATION

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

STRAND MANAGEMENT GROUP, LLC RESIDENTIAL MANAGEMENT AGREEMENT

CONTRACT FOR MANAGEMENT

Kings Creek Village Townhouse Association, Inc. APPLICATION FOR RENTALS Dear Owner and Prospective Tenant:

APPROVAL REQUIRED... A5 APPLICATION FOR APPROVAL OF PRELIMINARY PLAN... A6 APPLICATION FOR APPROVAL OF DEFINITIVE PLAN... A7

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

OFFER TO PURCHASE AND CONTRACT

Abatement and Management Office Demolition at Parks Place IFB Number

Whitewater Point & Barber Acres

Jasper County Airport Authority Lease of Real Estate WITNESSETH:

Transcription:

THE CITY OF MOBILE, ALABAMA PURCHASING DEPARTMENT' April29, 2015 NOTICE THIS ADDENDUM CONTAINS ADDENDUMS III AND IV P.O. Box 1827 MoBILE, ALABAMA 36633-1827

... THE CITY OF MoBILE, ALABAMA PURCHASING DEPARTMENT ADDENDUM III April28, 2015 RE: City of Mobile Bid #4807 for Minor Ditch Cleaning Services to include Grass Cutting and Brush Cutting/Removal Gentlemen: The following is Addendum to City of Mobile #4807 for Minor Ditch Cleaning Services to include Grass Cutting and Brush Cutting/Removal. ADD: Performance Bond Required. The performance bond required will be for the amount bid, and labor and material bond shall be one hundred percent ( 1 00%) of the amount of contract, and shall be made by a Surety Company acceptable to the City of Mobile and upon the forms of bonds appended hereto. In default of the entering into of such contract and the execution of such bond, the certified check required to accompany such bid shall be forfeited to the City of Mobile, Alabama. These fees shall not be a penalty but damages for delays, or for the additional cost or expenses that the CITY may incur by reason of such default. ADD: Non-Discrimination Requirements (see attached) CHANGE: FROM: Contractors who bid on more than one Sector must show in writing how they will accomplish their proposed bid. This will include a description of equipment and personnel on hand, as well as, what resources will be added prior to the work beginning. P.O. Box 1827 MoBILE, ALABAMA 36633-1827

Page 2 of2 TO: CHANGE: Contractors who bid on more than one Sector must show in writing at the request of the City of Mobile how they will accomplish their proposed bid. This will include a description of equipment and personnel on hand, as well as, what resources will be added prior to the work beginning FROM: This is a sealed bid; your response must be in a sealed envelope that has Bid #4807 and your company name on the outside along with the date and time of the bid opening 10:30 A.M., Tuesday, April21, 2015. TO: This is a sealed bid; your response must be in a sealed envelope that has your company name on the outside along with either the bid number or date and time ofthe bid opening 10:30 A.M., Tuesday, May 1, 2015. ADDITIONAL INFORMATION/CLARIFICATION A number of questions have been asked, the questions and clarification to these questions on the attached pages. Thank you for your consideration in this matter. Sincerely, / ame Pfochasing Agent City of Mobile JP/nm

MOBILE DITCH CLEARING QUESTIONS #1 Addendum #1 states that the contractor will be responsible for Mucking la. Can the government please clarify the level of cleanliness the contractor is required to get the concrete ditches to? Answer: Remove loose debris, litter, trash and muck out ditches lb. Will the contractor be required to sweep out the concrete ditches or shovel and scrape? Answer: No, just shovel and scrape lc. Also, will the contractor be required to muck out the non-concrete ditches? Answer: No ld. If so what will the final width need to be to satisfy the government? Answer: Not required to dig out earth ditches le. Will the contractor be responsible for trimming around concrete head walls? Answer: Yes, should be able to work from the top side of the ditch #2 The city is requiring the contractor to remove all generated debris. With the 3 locations totaling over 38 miles and it being nearly impossible for the contractor to accurately estimate the quantity of generated debris 2a. Will the city provide the contractor a place to dump generated debris at no cost to the contractor? Answer: No 2b. Will the city allow the contractor to stage generated debris in a city provided staging lot? Answer: Yes, it must be removed before job is considered complete #3 We understand that it is the intention of this contract to have the contractor remove vegetation in and vegetation growing over into the drainage ditches 3a. Can the city clarify its expectations ofthe contractor on the vertical facing height from the bottom of the ditch? Answer: The vertical height of the ditch will vary from ditch to ditch 3b. Will the contractor be required to remove vegetation from the flat surface outside the ditch or just even with the slop of the ditches? Answer: Even with the slope of the ditches but must be able to work from the top of the ditches 1-2 feet? 3c. Many of the ditches have large trees growing along the banks or in the ditches. What Diameter at Breast Height trees will be required to be removed? inches and under. Answer: 3-4 inches

#4 Many of the identified areas are in low areas that have been completely taken over by vegetation and no established ditch exists 4a. In the area what will be required of the contractor? Answer: Clear the area along the main flow line 4b. How wide of a clear zone will be required? Answer: 2-4 feet outside of the earth ditches, 4-6 feet outside of the concrete ditches 4c. In the areas where the ditch is actually a large bluff, How far up the bluff wall will the contractor be required to clean? Answer: Up to and even with the top of the bluff #5 During the past 5 days we have observed a large amount of rain fall and during the site inspections the ditch elevations have changed up to 3 feet from one day to the next Sa. Will the city have an inspector available daily to verify the contractors work to eliminate the water level going down and the contractor having to back track? Answer: Yes Sb. If an inspector will not be available daily, will the government allow video and picture evidence establishing that the contractor did in fact go down to the water line? Answer: Yes, with date: highly recommended Sc. As mentioned above the water level fluctuate greatly from day to day. We witnessed over 3 CY or debris accumulate in about 1 hour at one of the large ditches. Will the same inspection or video evidence be allowed to verify all visible trash was removed during inspection? Answer: Yes #6 Access to each storm drain 6a. Will the city guarantee access to each ditch from each end? Answer: At least one end, not always both 6b. Will the city assist with traffic control? Answer: No #7 Police Escort 7a. Does the city allow the contractor to hire police office support through the city? Answer: This is up to the contractor 7b. If the city allows the police office support what is the cost for this support? Answer: The contractor needs to contact Mobile Police Department to determine costs of hiring off-duty officers, providing exact locations, dates and #of hours each day

#8 Debris Removal 8a. Some of the ditches have eroded away and large pieces of concrete are down in the ditches. Will the contractor be responsible to remove all this concrete? Answer: No #9 3 Mile Creek and other Creeks were over 6 feet deep during our inspections. In spots the creek appeared to be over 10' deep and in a few areas over 80 wide 9a. What will the contractor be required to do along these creeks? Answer: Remove loose debris, Jitter and trash 9b. Will this work be accessible from the banks or will the contractor be required to utilize a John boat? Answer: The banks are usually accessible but a john boat is also recommended 9c. If boat work is not allowed, how will the city view minor debris landing in the creek during cleaning operations? Answer: Must be removed unless it is weed eater debris #10 Many of the areas will require large equipment to muck out large amounts of silt. sand and debris loa. Has the city utilized large equipment down in the concrete drain basins before? Answer: No, not in the ditch lob. Will the concrete drain basins handle the weight of large equipment needed to muck out the ditches? Answer: No loc. Many of the areas or fenced off limiting access. Will the contractor be allowed to remove the fence to enter these areas, and replace the fence once the clearing operation is completed? Answer: Yes, while workers are present; must be replaced if workers are not present

. PERFORMANCE BOND KNOW ALL MEN: That we (Name of Contractor) a Corporation, Partnership, or Individual (underline correct legal title of Contractor), hereinafter called the "Principal", and (Name and Address or legal title of one or more sureties) hereinafter called the "Surety" or "Sureties", are held and firmly bound unto the Council of the City of Mobile, Alabama hereinafter called the "Owner", in the sum of dollars ($ ), for the payment whereof the Principal and the Surety or Sureties bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has, by means of a written agreement dated 2015 entered into a Contract with the Owner for which agreement is by reference made a part hereof. NOW THEREFORE, the condition of this obligation is such that if the Principal shall faithfully perform the Contract on his part, and satisfy all claims and demands, incurred for the same, and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure to do so, and shall fully reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any such default, thence this obligation shall be null and void; otherwise it shall remain in full force and effect. PROVIDED, however, that no suit action or proceedings by reason of any default whatever be brought on his Bond after twelve months from the day on which the fmal payment under the Contract falls due. PROVIDED, further that the said Surety, or Sureties, for the value received hereby stipulate and agree that no charge, extension of time or addition to the terms of the Contract or to the work to be performed thereunder of the Specifications thereof shall in any way effect their obligations on this bond, and they do hereby waive notice of such change, extension of time, alteration or addition to the terms of the contract, or to the work, or to the Specifications.

.. SIGNED, SEALED AND DELIVERED this day of 20 Individual Principals sign here (SEAL) (SEAL) In the presence of: (SEAL) (Corporate N arne) BY: --------- (Signature) ATTEST: ITS: (Title) (Signature) ITS: (Surety sign here )(Corporate name) BY: ----------- (Signature) ATTEST: (Signature) ITS: (Title) Corporate Seal ITS: ---------- (Title)

. ~ - NON-DESCRIMINATION REQUIREMENTS During the performance of this contract, the CONTRACTOR agrees as follows: 1. The CONTRACTOR will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin. The CONTRACTOR will take affirmative action to insure that applicants are employed, and that employees are treated during employment, without regard to their race, creed, color or national origin. Such shall include but not be limited to the following: Employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation, and selection for training, include apprenticeship. The CONTRACTOR agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting agency of the municipality setting forth the provisions of this nondiscrimination clause. 2. The CONTRACTOR will, in all solicitations or advertisements for employees placed by or on behalf of the CONTRACTOR, state that all qualifying applicants will receive consideration for employment without regard to race, creed, color, or national origin. 3. The CONTRACTOR will send to each labor union or representative of workers with which he has a collective bargaining agreement or other Contract or understanding, a notice to be provided by the municipal contracting agency, advising the labor union or workers' representative of the CONTRACTOR' s commitments under this ordinance. Copies of the notice shall be posted in conspicuous places available to employees and applicants for employment. 4. In the event of the CONTRACTOR's non-compliance with the non-discrimination clauses of this Contract, this Contract may be canceled, terminated or suspended in whole or in part and the CONTRACTOR may be declared ineligible for further municipal contracts. 5. CONTRACTOR will include the provisions ofthis ordinance in every subcontract or purchase order unless exempted by written orders of the governing body of the City of Mobile so that provisions will be binding upon each subcontractor or vendor.

THE CITY OF MOBILE, ALABAMA PURCHASING DEPARTMENT ADDENDUM IV April29, 2015 RE: City of Mobile Bid #4807 for Minor Ditch Cleaning Services to include Grass Cutting and Brush Cutting/Removal Gentlemen: The following is Addendum to City of Mobile #4807 for Minor Ditch Cleaning Services to include Grass Cutting and Brush Cutting/Removal. Gentlemen: There is an error on page two (2) of Addendum III, stating that the Bid opening is 10:30 A.M., Tuesday, May 1, 2015, that is incorrect. The correct paragraph should read: This is a sealed bid; your response must be in a sealed envelope that has your company name on the outside along with either the bid number or date and time ofthe bid opening 12:00 P.M., Friday, May 1, 2015. Thank you for your consideration in this matter. Sincerely, J{Jf ;{_ Purchasing Agent City of Mobile JP/nm P.O. Box 1827 MoBILE, ALABAMA 36633-1827