Bid #1911-004 - Internal Inspection of Steel Chemical Storage Tanks

expired opportunity(Expired)
From: Fort Lauderdale(City)
1911-004

Basic Details

started - 21 Jan, 2020 (about 4 years ago)

Start Date

21 Jan, 2020 (about 4 years ago)
due - 12 Feb, 2020 (about 4 years ago)

Due Date

12 Feb, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
1911-004

Identifier

1911-004
City of Fort Lauderdale, FL

Customer / Agency

City of Fort Lauderdale, FL
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Bid #1911-004 - Internal Inspection of Steel Chemical Storage Tanks




Bid contact:Please log in to view Bid contact informationIssuing agency:City of Fort Lauderdale, FLSee other Bids by this agencyBid Comments:
 This bid is for the internal inspection of steel sulfuric acid bulk storage tank at The City of Fort Lauderdale Public Works Department, Water Treatment Facility. Inspection must comply with applicable NFPA 22 & 25, API, AWWA, ASME and best engineering practices and manufacturers recommendations. A final report must be included and contain photos, comments on integrity and recommended inspection intervals. Actual plate thickness must be established, corrosion rate, acceptable file height, shell to annular ring connection condition, nozzle to shell connection, foundation viability, declivity  and general condition of roof, shell, paint, vents, ladders and welds.  Bid may include option to open, drain and
clean out prior to inspection. All questions must be submitted in writing through BidSync questions and answers section. The entire bid must be submitted in accordance with the Instructions to Bidders contained in this Quick Quote. BidSync will charge no fee on awards made by the City of Fort Lauderdale.  


Internal Chemical Tank Inspection Insurance Language
During the term of this Agreement, Contractor at its sole expense, shall provide insurance of such a type and with such terms and limits as noted below. Providing and maintaining adequate insurance coverage is a material obligation of Contractor. Contractor shall provide the City a certificate of insurance evidencing such coverage. Contractor’s insurance coverage shall be primary insurance as respects to the City for all applicable policies. The limits of coverage under each policy maintained by Contractor shall not be interpreted as limiting Contractor’s liability and obligations under this Agreement. All insurance policies shall be through insurers authorized or eligible to write policies in Florida and possess an A.M. Best rating of A-, VII or better, subject to the approval of the City’s Risk Manager.
 
The coverages, limits and/or endorsements required herein protect the primary interests of the City, and these coverages, limits and/or endorsements shall in no way be required to be relied upon when assessing the extent or determining appropriate types and limits of coverage to protect the Contractor against any loss exposures, whether as a result of this Agreement or otherwise. The requirements contained herein, as well as the City’s review or acknowledgement, is not intended to and shall not in any manner limit or qualify the liabilities and obligations assumed by the Contractor under this Agreement.
 
The following insurance policies/coverages are required:
 

Commercial General Liability Coverage must be afforded under a Commercial General Liability policy with limits not less than:
$1,000,000 each occurrence and $2,000,000 project aggregate for Bodily Injury, Property Damage, and Personal and Advertising Injury
$1,000,000 each occurrence and $2,000,000 project aggregate for Products and Completed Operations
 
Policy must include coverage for Contractual Liability, Independent Contractors, and contain no exclusions for explosion, collapse, or underground.
 
The City, a political subdivision of the State of Florida, its officials, employees, and volunteers are to be covered as an additional insured with a CG 20 26 04 13 Additional Insured – Designated Person or Organization Endorsement or similar endorsement providing equal or broader Additional Insured Coverage with respect to liability arising out of activities performed by or on behalf of the Contractor. The coverage shall contain no special limitation on the scope of protection afforded to the City, its officials, employees, or volunteers.
 

Business Automobile Liability Coverage must be afforded for all Owned, Hired, Scheduled, and Non-Owned vehicles for Bodily Injury and Property Damage in an amount not less than $1,000,000 combined single limit each accident.
 
If the Contractor does not own vehicles, the Contractor shall maintain coverage for Hired and Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy.
 
 
 

Workers’ Compensation and Employer’s Liability Coverage must be afforded per Chapter 440, Florida Statutes. Any firm performing work on behalf of the City must provide Workers’ Compensation insurance. Exceptions and exemptions will be allowed by the City’s Risk Manager, if they are in accordance with Florida Statute.
 
The Contractor and its insurance carrier waives all subrogation rights against the City, a political subdivision of the State of Florida, its officials, employees, and volunteers for all losses or damages. The City requires the policy to be endorsed with WC00 03 13 Waiver of our Right to Recover from Others or equivalent.
 
Contractor must be in compliance with all applicable State and federal workers’ compensation laws, including the U.S. Longshore and Harbor Workers’ Compensation Act or Jones Act, if applicable.
 
For any Contractor who has exempt status as an individual, the City requires proof of Workers’ Compensation insurance coverage for that Contractor’s employees, leased employees, volunteers, and any workers performing work in execution of this Agreement.
 
If the Contractor has applied for a workers’ compensation exemption, the City does not recognize this exemption to extend to the employees of the Contractor. The Contractor is required to provide proof of coverage for their employees, leased employees, volunteers and any workers performing work in execution of this Agreement. This applies to all contractors including but not limited to the construction industry.
 

Pollution and Remediation Legal Liability (Hazardous Materials) For the purpose of this section, the term “hazardous materials” includes all materials and substances that are designated or defined as hazardous by Florida or Federal law or by the rules or regulations of Florida or any Federal Agency. If work being performed involves hazardous materials, the Contractor shall procure and maintain any or all of the following coverage, which will be specifically addressed upon review of exposure.
 
Disposal Coverage
The Contractor shall designate the disposal site and furnish a Certificate of Insurance from the disposal facility for Environmental Impairment Liability Insurance, covering liability for sudden and accidental occurrences in an amount not less than $1,000,000 per claim and shall include liability for non-sudden occurrences in an amount not less than $1,000,000 per claim.
 
Hazardous Waste Transportation Coverage
The Contractor shall designate the hauler and furnish a Certificate of Insurance from the hauler for Automobile Liability insurance with Endorsement MCS90 for liability arising out of the transportation of hazardous materials in an amount not less than $1,000,000 per claim limit and provide a valid EPA identification number.
 

Insurance Certificate Requirements The Contractor shall provide the City with valid Certificates of Insurance (binders are unacceptable) no later than thirty (30) days prior to the start of work contemplated in this Agreement.
The Contractor shall provide a Certificate of Insurance to the City with a thirty (30) day notice of cancellation; ten (10) days’ notice if cancellation is for nonpayment of premium.
In the event that the insurer is unable to accommodate the cancellation notice requirement, it shall be the responsibility of the Contractor to provide the proper notice. Such notification will be in writing by registered mail, return receipt requested, and addressed to the certificate holder.
In the event the Agreement term goes beyond the expiration date of the insurance policy, the Contractor shall provide the City with an updated Certificate of Insurance no later than ten (10) days prior to the expiration of the insurance currently in effect. The City reserves the right to suspend the Agreement until this requirement is met.
The certificate shall indicate if coverage is provided under a claims-made or occurrence form. If any coverage is provided on a claims-made form, the certificate will show a retroactive date, which should be the same date of the initial contract or prior.
The City shall be named as an Additional Insured on all liability policies, with the exception of Workers’ Compensation.
The City shall be granted a Waiver of Subrogation on the Contractor’s Workers’ Compensation insurance policy.
The Agreement, Bid/Contract number, event dates, or other identifying reference must be listed on the certificate.
 

The Certificate Holder should read as follows: City of Fort Lauderdale
100 N. Andrews Avenue
Fort Lauderdale, FL 33301
 
The Contractor has the sole responsibility for all insurance premiums and shall be fully and solely responsible for any costs or expenses as a result of a coverage deductible, co-insurance penalty, or self-insured retention; including any loss not covered because of the operation of such deductible, co-insurance penalty, self-insured retention, or coverage exclusion or limitation. Any costs for adding the City as an Additional Insured shall be at the Contractor’s expense.
 
If the Contractor’s primary insurance policy/policies do not meet the minimum requirements, as set forth in this Agreement, the Contractor may provide an Umbrella/Excess insurance policy to comply with this requirement.
 
The Contractor’s insurance coverage shall be primary insurance as respects to the City, a political subdivision of the State of Florida, its officials, employees, and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees, or volunteers shall be excess of Contractor’s insurance and shall be non-contributory.
 
Any exclusions or provisions in the insurance maintained by the Contractor that excludes coverage for work contemplated in this Agreement shall be deemed unacceptable and shall be considered breach of contract.
 
All required insurance policies must be maintained until the contract work has been accepted by the City, and/or this Agreement is terminated. Any lapse in coverage shall be considered breach of contract. In addition, Contractor must provide confirmation of coverage renewal via an updated certificate should any policies expire prior to the expiration of this Agreement. The City reserves the right to review, at any time, coverage forms and limits of Contractor’s insurance policies.
 
All notices of any claim/accident (occurrences) associated with this Agreement, shall be provided to the Contractor’s insurance company and the City’s Risk Management office as soon as practical.
 
It is the Contractor's responsibility to ensure that all independent and subcontractors comply with these insurance requirements. All coverages for independent and subcontractors shall be subject to all of the requirements stated herein. Any and all deficiencies are the responsibility of the Contractor.

Bond Requirements This Agreement is required to be bonded pursuant to Section 255.05, Florida Statutes, and the Contractor shall furnish Payment and Performance bonds on the City’s standard form covering the full and faithful performance of the Agreement for construction and the payment of obligations arising hereunder.
 
All bonds must be underwritten by a surety company authorized to issue bonds in the State of Florida. The Contractor shall deliver required bonds to the City no later than thirty (30) days prior to the start of work contemplated in this Agreement.
 
If the Surety on any bond furnished by the Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements of Section 255.05, Florida Statutes, the Contractor shall within five (5) days thereafter substitute Surety, both of which shall be acceptable to the City.
 

Loss Control/Safety Precaution shall be exercised at all times by the Contractor for the protection of all persons, including employees, and property. The Contractor shall comply with all laws, regulations, or ordinances relating to safety and health, and shall make special effort to detect hazardous conditions and shall take prompt action where loss control/safety measures should reasonably be expected.
                                      
The City may order work to be stopped if conditions exist that present immediate danger to persons or property. The Contractor acknowledges that such stoppage will not shift responsibility for any loss or damages from the Contractor to the City.
 
Added on Jan 23, 2020:This addendum #1 is to add a photo of the Storage Tank.


All other terms, specifications and conditions remain the same.
Added on Feb 6, 2020:This addendum #2 is to change the bid opening date, from Thursday February 6th to Wednesday February 12th at 2:00pm.


All other terms, conditions and specifications remain unchanged. Description:
Internal Steel Storage Tank Inspection Delivery location:Please log in to see the delivery locationClassification codes: View classification codesContract duration:One Time PurchaseContract renewal:Not ApplicablePrices good for:120 daysRegions:Florida, Broward

Please log in to see Bid details or to add this to My Bids. If you are not registered,
please register for free. Login

FL 33301Location

Address: FL 33301

Country : United StatesState : Florida

You may also like

H335--Underground Storage Tank Service/Inspection Services

Due: 01 May, 2024 (in 1 day)Agency: VETERANS AFFAIRS, DEPARTMENT OF