City of Washington Stream and Ditch Rehab

expired opportunity(Expired)
From: Washington(City)

Basic Details

started - 21 Oct, 2022 (18 months ago)

Start Date

21 Oct, 2022 (18 months ago)
due - 03 Nov, 2022 (17 months ago)

Due Date

03 Nov, 2022 (17 months ago)
Contract

Type

Contract

Identifier

N/A
Washington

Customer / Agency

Washington
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.

1 INVITATION TO BID FOR “City of Washington Stream and Ditch Rehab” Washington, NC 1. INTRODUCTION The City Of Washington is requesting bids from qualified firms for the following “City of Washington Stream and Ditch Rehab” see attached specifications for locations. The project includes approximately the cleaning of approximately 9,000 linear feet of ditches / storm water conveyance. The project scope and specifications are enclosed. This is an informal bid, you are not required to be present at the time of the bid opening but are more than welcome to attend if you would like to. (THIS BID WILL SERVE AS ACTING CONTRACT WHEN SIGNED) Questions should be addressed to: Mr. Wayne Black (Asst. Public Works Director) Monday – Friday 8:00AM – 5:00 PM (252) 975-9660 Mrs. Jennifer Alligood (Purchasing Agent) Monday – Friday 7:00 AM – 3:30 PM (252) 975-9308 2. GENERAL TERMS AND CONDITIONS 2.1 Submit the BID marked “City of Washington Stream and Ditch Rehab”. Bids should be submitted to the City
Of Washington, Attention: Jennifer Alligood, 203 Grimes Road, Washington, NC, 27889 no later than 1:00 p.m. on Thursday, November 03, 2022. The bid opening will be conducted and made part of the public record at City Hall in the Public Works Conference Room, located on the second floor, 102 E 2nd Street, Washington, NC 27889 at 2:00 p.m. on Thursday, November 03, 2022. You are not required to be present at the time of the bid opening but are more than welcome to attend if you would like to. Bids can be emailed to Jalligood@washingtonnc.gov , mailed, or dropped by the office Monday – Friday from 7:00 AM – 3:30 PM. Bids must be submitted by the date and time stated or they will remain unopened. It is the responsibility of the bidder to ensure timely and correct delivery of the quote. Bid packets may be obtained by potential bidders Monday – Friday from 7:00 AM – 3:30 PM from Jennifer Alligood the purchasing agent located at 203 Grimes Road, Washington, NC, 27889. mailto:Jalligood@washingtonnc.gov 2 2.2 It shall be the bidder’s responsibility to read this entire document, review all enclosures and attachments, and comply with all requirements specified herein. 2.3 All quotes are subject to the provisions of terms and conditions specific to this invitation to bid, and the specifications. 2.4 Failure to sign will render bid invalid. 2.5 Unless otherwise indicated, the offer shall be valid for 45 days from the date of quote opening. 2.6 The City Of Washington reserves the right to accept or reject any or all bids in whole or in part and to waive any informality in the bid. Informality shall be defined as a deviation from a non-statutory requirement or a specification, neither of which affect the amount of the bid. Any deviation from specifications indicated herein must be clearly pointed out; otherwise, it will be considered that items are in strict compliance with these specifications, and bidder will be held responsible therefore. Deviations shall be explained in detail. The specification herein is intended to indicate the character, quality and/or performance of the goods or services desired. Reference to brand names is not intended to restrict the bidding, but to inform the bidder more clearly what is required for this project. 2.7 The City Of Washington will assume no responsibility for oral instruction, suggestion, or interpretation. Any question regarding the bid documents, and/or specifications shall be directed to Jennifer Alligood or Wayne Black and any material change will be submitted to all bidders in a written addendum. Bidders must acknowledge receipt of addendum(s) by signing the appropriate form that will be included in the bid. 2.8 Modification of or corrections to quotes are not acceptable after bids have been closed. Erroneous bids may be reclaimed or superseded any time prior to bid opening time. Any new bid must be marked on the outside of the sealed envelope with the notation “Supersedes all previous submissions” or an email that references this. 2.9 Tabulations of quotes and award information are a matter of public record and are available upon request when accompanied by a stamped self-addressed envelope or can be emailed. 2.10 Awards shall be based on determination of the lowest responsive responsible bidder meeting specifications provided. 2.11 Historically Underutilized Business: Is your organization registered with HUB office? Yes No Is your organization a minority Contractor, small Contractor, physically handicapped Contractor, a woman Contractor, a disabled business enterprise, or a non-profit work center for the blind and severely disabled? Yes No MBE requirements and 5% goal also apply on informal contracts EXCEPT the Owner, not the bidder, has the responsibility to make a good faith effort to solicit minority bids to attain the goal. (GS 143- 131(b)). Documentation and data on MBE participation is required for informal projects and must be reported upon project completion to the Department of Administration - HUB Office. 2.12 Permit Fees: The Contractor shall obtain all permits. The Contractor shall give all notices and comply with all laws, ordinances, rules, regulations, and orders of any public authority bearing on the performance of this work. 2.13 Performance Bond and Payment Bond are not required by awarded vendor. 3 2.14 Insurance Provisions: a. Worker’s Compensation Insurance: Insurance covering all employees meeting statutory limits in compliance with the applicable state and federal laws. The policy must include the employers’ liability with a limit $100,000 each accident, $100,000 bodily injury by disease, $500,000 bodily injury by disease policy limit. b. Comprehensive General Liability: Shall have minimum limits of $1,000,000 per occurrence combined single limit for bodily injury liability and property damage liability. This shall include premises and/or operations, independent contractors, products and/or operations, independent contractors, products and/or completed operation, broad form property damage and SCU coverage, and a contractual liability endorsement. c. Business Auto Policy: Shall have minimum limits of $300,000 per occurrence combined single limit for bodily injury liability and property damage liability. This shall include owned vehicles, hired and non-owned vehicles, and employee non-ownership. d. Builder’s Risk: Contractor shall have all risk coverage with limits of insurance equal to 100% of the completed value of the materials being installed for the City of Washington. 2.15 Termination of Contract: The contract may be terminated by the City if (a) the Contractor fails to prosecute the work as directed within the time specified, (b) fails to perform the work in a manner satisfactory to the City, or (c) if the Contractor shall become insolvent or be declare bankrupt. The City Of Washington shall give notice in writing to the Contractor and his surety of such delay, neglect or default, specifying the same and if the Contractor within ten (10) days after such notice has not complied, the City Of Washington has full power and authority, without violating the contract to remove the work out of the hands of the Contractor and to appropriate or use any or all materials and equipment on the ground that may be suitable and acceptable. All costs and charges incurred by the City, together with the completion of the project shall be deducted from any monies due or which may become due to the Contractor. If the expenses incurred are greater than the amount which would be payable to the Contractor, then the Contractor and the Surety shall be liable and shall pay the City the amount of said excess. 3. SUPPLEMENTARY GENERAL CONDITIONS: 3.1 Cleaning of Area: The Contractor at all times shall keep the premises free from an accumulation of waste materials or rubbish caused by his operations. At the completion of the work, the Contractor shall remove all waste materials and rubbish from and about the project as well as his tools, construction equipment, machinery and surplus materials and shall leave all surfaces “broom clean” or its equivalent. 3.2 Contractor shall provide any and all equipment deemed necessary to complete work intended. 4. CONTRACTOR SAFETY REQUIREMENTS: 4.1 Contractor is required to comply with all current NCOSHA Safety and Health Standards that are applicable to the work being performed by the Contractor form the City of Washington. 4.2 The City shall have the right but not the obligation to stop work if a condition is observed that is considered immediately dangerous to the life or health of a Contractor’s employee. The job shall be closed until the situation is corrected. The City’s representative shall attempt to first contact the person designated by the Contactor to handle questions or situations concerning safety. However, the City does not have to allow this situation to persist to satisfy any requirement to contact this person. The City shall not be liable for any expense or damages incurred by the Contractor due to job closure that is the result of a condition that is immediately dangerous to life and health. 4 5. SITE SAFETY AUDIT: 5.1 The City’s Risk Manager or his/her designee shall have the right, but not the obligation, to periodically audit the Contractor’s job site to ensure compliance with the provisions of this contract. 6. ACCIDENT REPORTING REQUIREMENT: 6.1 Accidents that occur on the job site of a Contractor working for the City shall be reported to the City’s Risk Manager. 7. SCOPE OF WORK: 7.1 Scope of Work 1 - Streamflow Rehabilitation Assistance Program SCOPE OF WORK 1 Streamflow Rehabilitation Assistance Program SITE Location Linear Feet Per Site Planned Repair and Removal from Floodplain Cost Per Site A Mitchell Branch / NorthGate 257 LF Removal species by excavation and utilize at permitted landfill $ 2 Cherry Run / Airport Canal 812 LF Removal species by excavation and utilize at permitted landfill $ 8 Runyon Creek Tributary / Penn Haven 757 LF Removal species by excavation and utilize at permitted landfill $ 9 Jack' Creek / 6th Street to VanNorden 315 LF Removal species by excavation and utilize at permitted landfill $ TOTAL COST – SCOPE OF WORK 1 $ 5 Streamflow Rehabilitation Assistance Program Site Location Linear Feet Per Site Planned Repair and Removal from Floodplain Cost Per Site A Mitchell Branch / NorthGate 257 LF Removal species by excavation and utilize at permitted landfill $ ` • ID #: A • Area: Mitchell Branch / NorthGate • Footage: 257 Feet • Scope of Work: Vegetation & Sediment Removal Project Limits 6 Streamflow Rehabilitation Assistance Program Site Location Linear Feet Per Site Planned Repair and Removal from Floodplain Cost Per Site 2 Cherry Run / Airport Canal 812 LF Removal species by excavation and utilize at permitted landfill $ • ID #: 2 • Area: Cherry Run / Airport Canal • Footage: 2,434 Feet • Scope of Work: Vegetation & Sediment Removal Project Limits Project Limits Project Limits AIRPORT CANAL 7 Streamflow Rehabilitation Assistance Program Site Location Linear Feet Per Site Planned Repair and Removal from Floodplain Cost Per Site 8 Runyon Creek Tributary / Penn Haven 757 LF Removal species by excavation and utilize at permitted landfill $ • ID #: 8 • Area: Runyon Creek Tributary / Penn Haven • Footage: 578 Feet • Scope of Work: Sediment Removal Project Limits Project Limits 8 Streamflow Rehabilitation Assistance Program Site Location Linear Feet Per Site Planned Repair and Removal from Floodplain Cost Per Site 9 Jack' Creek / 6th Street to VanNorden 315 LF Removal species by excavation and utilize at permitted landfill $ • ID #: 9 • Area: Jack' Creek / 6th Street to VanNorden • Footage: 1,198 Feet • Scope of Work: Vegetation & Sediment Removal Project Limits Project Limits 9 7.2 Scope of Work 2 – City of Washington Drainage Work Areas 2022 SCOPE OF WORK 2 City of Washington Drainage Work Areas 2022 Site Location Linear Feet Per Site Planned Repair and Removal from Floodplain Cost Per Site 1 Ditch 15th & US 17 Point 505 LF Sediment Removal $ 2 Cherry Run / Airport Canal 1,622 LF Vegetation & Sediment Removal $ 3 East 7th & Harvey 200 LF Sediment Removal $ 4 Reed Drive (Smallwood) 200 LF Sediment Removal $ 5 East 8th to Simmons 817 LF Sediment Removal $ 6 Willow Street 406 LF Sediment Removal $ 7 Simmons to East 4th St. Creek 1,292 LF Vegetation & Sediment Removal $ 8 Runyon Creek Tributary / Penn Haven 757 LF Sediment Removal $ 9 Jack' Creek / 6th Street to VanNorden 883 LF Vegetation & Sediment Removal $ TOTAL COST – SCOPE OF WORK 2 $ 10 City of Washington Drainage Work Areas 2022 Site Location Linear Feet Per Site Planned Repair and Removal from Floodplain Cost Per Site 1 Ditch 15th & US 17 Point 505 LF Sediment Removal $ • ID #: 1 • Area: Ditch 15th St and US 17 Point • Footage: 505 Feet • Scope of Work: Sediment Removal Project Limits Project Limits Project Limits 11 City of Washington Drainage Work Areas 2022 Site Location Linear Feet Per Site Planned Repair and Removal from Floodplain Cost Per Site 2 Airport Canal (FU to US 17) 1,622 LF Vegetation & Sediment Removal $ • ID #: 2 • Area: Airport Canal (FU to US 17) • Footage: 2,434 Feet • Scope of Work: Vegetation & Sediment Removal Project Limits Project Limits Project Limits AIRPORT CANAL 12 City of Washington Drainage Work Areas 2022 Site Location Linear Feet Per Site Planned Repair and Removal from Floodplain Cost Per Site 3 East 7th & Harvey 200 LF Sediment Removal $ • ID #: 3 • Area: E 7th St and Harvey St • Footage: 200 Feet • Scope of Work: Sediment Removal Project Limits Project Limits 13 City of Washington Drainage Work Areas 2022 Site Location Linear Feet Per Site Planned Repair and Removal from Floodplain Cost Per Site 4 Reed Drive (Smallwood) 200 LF Sediment Removal $ • ID #: 4 • Area: Reed Drive – Smallwood • Footage: 200 Feet • Scope of Work: Sediment Removal Project Limits 14 City of Washington Drainage Work Areas 2022 Site Location Linear Feet Per Site Planned Repair and Removal from Floodplain Cost Per Site 5 East 8th to Simmons 817 LF Sediment Removal $ • ID #: 5 • Area: E 8th St to Simmons St • Footage: 817 Feet • Scope of Work: Sediment Removal 15 City of Washington Drainage Work Areas 2022 Site Location Linear Feet Per Site Planned Repair and Removal from Floodplain Cost Per Site 6 Willow Street 406 LF Sediment Removal $ • ID #: 6 • Area: Willow St to Jack’s Creek • Footage: 406 Feet • Scope of Work: Sediment Removal Project Limits 16 City of Washington Drainage Work Areas 2022 Site Location Linear Feet Per Site Planned Repair and Removal from Floodplain Cost Per Site 7 Simmons to East 4th St. Creek 1,292 LF Vegetation & Sediment Removal $ • ID #: 7 • Area: Simmons St to E 4th St to Runyon Creek • Footage: 1,292 Feet • Scope of Work: Vegetation & Sediment Removal Project Limits 17 City of Washington Drainage Work Areas 2022 Site Location Linear Feet Per Site Planned Repair and Removal from Floodplain Cost Per Site 8 Penn to Haven Street 757 LF Sediment Removal $ • ID #: 8 • Area: Penn to Haven Street • Footage: 578 Feet • Scope of Work: Sediment Removal Project Limits Project Limits 18 City of Washington Drainage Work Areas 2022 Site Location Linear Feet Per Site Planned Repair and Removal from Floodplain Cost Per Site 9 West 6th to Respess 883 LF Vegetation & Sediment Removal $ • ID #: 9 • Area: West 6th to Respess • Footage: 1,198 Feet • Scope of Work: Vegetation & Sediment Removal Project Limits Project Limits 19 8. DELIVERY, STORAGE AND HANDLING: 8.1 Products shall be delivered in manufacturer’s original packaging or containers, undamaged and dry, with seals and labels intact and legible. 8.2 Materials shall be stored for the project with weather protective covering and off the ground. 8.3 Combustible materials shall be stored away from any ignition sources. 9. WARRANTY 9.1 Contractor shall stipulate his warranty for the work performed in this bid. 10. EXCEPTIONS TO SPECIFICATION 10.1 Please provide detailed information for all exceptions and any substitutions. 20 11. COST /EXECUTION OF CONTRACT 11.1 By submitting this ITB, the potential contractor certifies the following:  ITB, Hold Harmless Statement for the City and is signed by an authorized representative of the firm.  Can obtain insurance certificated as required in the specified length of time following the notice of award.  Cost and availability of all equipment, materials and supplies associated with performing the services described here in have been determined and included in the proposed cost.  All labor cost, direct and indirect, have been determined and included in the proposed cost.  Contractor has inspected the sight and is familiar with all aspects of the project and the specifications required. If exceptions to the specifications exist, they must be clearly listed on page 7 – “Exceptions of Specifications.” Therefore, in compliance with the Invitation To Bid, and subject to all conditions herein, the undersigned offers and agrees, if this ITB is accepted within specified date from the date of opening. Bidder: Address: City, State, Zip: Telephone Number: Fax: Cell: The following if applicable: Federal Employee Identification Number: NC Contractor’s License Number: Signature: Title: Typed or printed name: Date: 21 CITY OF WASHINGTON INVITATION TO BID For “City of Washington Stream and Ditch Rehab” The undersigned bidder hereby declares that he has carefully examined the requirements and specifications herein, has visited the site, examined all conditions affecting this project, and will provide all materials, equipment, and appurtenances required for the following sum: Bid Package Cost Scope of Work 1 - Streamflow Rehabilitation Assistance Program $ Scope of Work 2 - City of Washington Drainage Work Areas 2022 $ TOTAL COST $ If Awarded This Project a Tentative Start Date: Number of Calendar Days to Complete Project:

102 E. Second Street Washington, NC 27889Location

Address: 102 E. Second Street Washington, NC 27889

Country : United StatesState : North Carolina

You may also like

Concrete Tank Inspection and Rehabilitation Plan Request For Proposals

Due: 01 May, 2024 (in 7 days)Agency: Olivenhain Municipal Water District