Salt Storage Bin and Roof

From: Sevier(City)

Basic Details

started - 23 Dec, 2023 (4 months ago)

Start Date

23 Dec, 2023 (4 months ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification

Identifier

N/A
City Of Sevier

Customer / Agency

City Of Sevier
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 Package for Salt Storage Bin and Roof City of Sevierville Public Works Department P. O. Box 5500 Sevierville, TN 37864-5500 Phone: (865) 868-1989 Fax: (865) 453-5518 Contact: Lucas Munasque Email: lmunasque@seviervilletn.org January 2024 mailto:lmunasque@seviervilletn.org 2 INFORMATION FOR BIDDERS RECEIPT AND OPENING OF BIDS The City of Sevierville, Tennessee (herein called the “Owner”) invites bids on the form(s) attached hereto for a Salt Storage Bin and/or Roof. The Owner will RECEIVE BIDS UNTIL Wednesday, January 24th at 3:00 pm, at Sevierville City Hall, 120 Gary Wade Boulevard, Sevierville, Tennessee, 37862, (Mailing address: P.O. Box 5500, Sevierville, Tennessee, 37864-5500). Bids will then be publicly opened and read aloud at Sevierville City Hall, 120 Gary Wade Boulevard, Sevierville, Tennessee. The envelopes containing the bids must be sealed,
addressed to Tracy Baker, Assistant City Administrator, and must bear the following information: Name of Bidder Bidder’s Address Date and Time of Bid Opening Bid Enclosed: Salt Storage Bin and Roof Bidders must submit one (1) original and two (2) copies of bid. The Owner may consider informal any bid not prepared and submitted in accordance with the provisions herein, and may waive any informality or reject any and all bids. Any bid received after the time and date specified shall not be considered. QUALIFICATIONS OF BIDDERS The Owner may make such investigations as it deems necessary to determine the ability of the Bidder to supply the necessary services and equipment, and the Bidder shall furnish to the Owner all such information and data for the purpose as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified to carry out the obligation of the contract by supplying the services and equipment contemplated therein. Conditional bids will not be accepted. METHOD OF AWARD - LOWEST QUALIFIED BIDDER If at the time this contract is to be awarded the lowest base bid submitted by a responsible Bidder does not exceed the amount of funds then estimated by the Owner as available to finance the contract; the contract will be awarded on the bid. If such bid exceeds such amount, the Owner may reject all bids or may award the contract on the lowest bid with such deductible alternates to produce a net amount, which is within the available funds. The Owner reserves the right to determine the lowest qualified Bidder by research of qualifications of the Bidders. This may be done by means not limited to the following: past experience with the Bidder, interviews, submitted certifications, or research of other customers. Submitted costs may not determine the qualified bidder. Only one (1) award will be made from this contract. This will be a lump sum contract, paid in increments acceptable to the Contractor and the Owner agreed upon during the pre-construction meeting. 3 OBLIGATION OF BIDDERS At the time of the opening of bids, each Bidder will be presumed to have read and to be thoroughly familiar with the specifications. The failure or omission of any Bidder to examine all the forms, instruments, and documents shall in no way relieve the Bidder from any obligation in respect to its bid. Shop Drawings of roofing structure must be submitted with the bid. Addenda to the Bid Package must be acknowledged by all bidders. Failure to acknowledge receipt of Addendum Letters may be grounds for rejection. Each Bidder is requested to fill out and return the attached Bid forms, Title VI Information, Affidavit Regarding Drug-Free Workplace Program form, vendor information sheet, and the W-9 as a part of the bid package. VENDOR INFORMATION Adequate vendor information shall be included with the bid for determination of meeting the specifications. Any exceptions shall be explained in writing and submitted as a part of the bid package. SHIPPING/DELIVERY Any and all shipping and/or handling charges to be included in the lump sum total bid price. PAST EXPERIENCE Unless a current contract holder with the City of Sevierville, bidders shall supply a list of all customers for which they have done similar work within the past twelve (12) months. The list shall include the name of a contact person and his/her telephone number. STORAGE OF EQUIPMENT The successful Bidder(s) will be allowed storage space as decided upon by the City and Bidder(s) at the preconstruction meeting. LICENSING AND CERTIFICATIONS The successful Bidder must be a licensed contractor as required by the "CONTRACTOR'S LICENSING ACT OF 1994", Tennessee Code Annotated Sections 62-6-101, et seq., as it may be amended from time to time. The Contractor shall have the proper classifications of license as listed in the Rules of Tennessee Board for Licensing General Contractors-Chapter 0680-1. GENERAL TERMS AND CONDITIONS Successful bidder(s) shall complete the entirety of work by November 1, 2024. Work may not begin on demolition of the existing structure prior to May 1, 2024. If the deadline is not reached, liquidated damages in the amount of $100 per day will be assessed and deducted from final payment. PLANS AND SPECIFICATIONS 1. All material and workmanship must conform with the requirements of the latest edition of the International Building Code 2006. Design according to NASPEC-01, North American Specification for the Design of Cold-Formed Steel Structural members, and with ANSI/ASCE 7-05. 2. See attached Salt Bin Layout, by owner, for layout specifications. Layout Plan Notes: 4 a. All dimensions are in feet and should be considered nominal. Exact measurements for existing conditions and proposed building shall be verified in the field and with roof manufacture. This verification shall be the responsibility of the winning contractor. b. Existing Concrete Pad (1) to remain. c. Dowel into existing concrete wall at locations (2). Rebar Splices shall be as listed in the table below (all rebar shall be epoxy coated): d. Saw cut existing concrete wall at location (3) e. Demolish and remove existing wall at location (4). Pieces shall be demolished to such a size that no dimension is greater than 1 foot. The owner is responsible for removal of this rubble upon demolition completion. f. New pad at location (5) shall match elevation of existing salt bin floor. Concrete “hump” on existing salt bin floor shall be removed and sealed. g. Construct new walls to specified dimensions matching elevation and width at top of existing wall. Refer to TDOT Standard Drawing M-252-84B section “A-A” for interior slope of new wall portions and for reinforcing steel placement. h. Existing concrete wall blocks and material stockpiles will be moved by owner. 3. See attached TDOT Standard Drawing M-252-84A Salt Bin Standard Drawing for salt bin design and construction specifications (including “general notes”). 4. See attached TDOT Standard Drawing M-252-84B Salt Bin Standard Drawing for wall construction specifications. 5. See attached Steel Master XQ60-21 Roof Plan for roof specifications. Roofing systems differing from Steel Master XQ60-21 are acceptable. Roofing system must maintain a clear height of 20 feet at the crown (if arch type) or at the lowest point horizontal structural member as measured from the top of concrete wall. ALL portions of roofing system must be galvanized including roof panels, structural members, and hardware. PROJECT SCOPE 1. In accordance with PLANS AND SPECIFICATIONS documents, contractor(s) shall construct a 75’ x 60’ salt storage bin (excluding center wall in Standard Drawings), metal roof system, and additional concrete pad to the north of existing concrete pad 2. Contractor shall furnish all materials, labor, equipment, and assorted hardware to construct the project as defined in the “CONSTRUCTION REQUIREMENTS” section of this bid package 3. Work item “Concrete Work and Site Prep” shall include: a. All site preparation including grade work, demolition of existing salt bin wall on east side, demolition of salt bin concrete berm at front of bin, and removal of existing roof (in a non- destructive manner) 5 b. Installation of concrete walls (and accompanying steel), concrete pad to the north of existing salt bin concrete pad, and concrete berm at open end of salt bin c. Excludes removal of Redirock walls and material stockpiles 4. Work item “Metal Roof System (Installed)” shall include: d. Metal roofing system including all hardware, structural members, paneling, and materials necessary for installation e. Design Stamped by a Professional Engineer licensed in Tennessee and Shop drawings associated with roof system f. Installation of roofing system 5. Project Outline (next 2 sheets): CONSTRUCTION REQUIREMENTS 1. Concrete shall be TDOT Class A 3000 psi or Owner-approved equivalent a. ANY vertical joint between new and current concrete shall be joined by application of half-inch polypropylene foam joint filler in accordance with TDOT QPL Report Product Category 5, Section E b. New concrete pad shall be 6 inches thick with a minimum bedding material thickness of 4 inches of pug mix 2. Reinforcing Steel shall be ASTM A615, Grade 60, Epoxy Coated a. Where doweling into wall structure, contractor shall fix in place dowels (rebar or otherwise) with masonry epoxy in accordance with TDOT QPL Report Product Category 22, Section C. Contractor shall ensure that rebar dowels are inserted to the proper depth so as to achieve minimum splice length as specified in TDOT Specification STD-17-3, and drill holes are cleaned in accordance with TDOT standard specifications. 3. Interior surface of salt storage bin walls shall be coated, in two coats, using Rustoleum C9578 Coal Tar Epoxy or Owner-approved equivalent a. Entire interior surface of walls including three (3) linear feet on floor measured from wall to floor joint shall be coated b. Contractor must clean surface to be coated via power washing with non-acidic degreasers prior to coating 4. The first four feet of interior arch roof, including metal fasteners and frame, shall be coated with one (1) 50 mil coating of polyurea sealer a. An epoxy primer is required prior to application of the polyurea coating. Epoxy primer and polyurea applications shall be as recommended by manufacturer. UTILITY LOCATIONS Contractor shall be responsible for performing utility location requirements by calling Tennessee One-Call service and any other applicable utility services. Contractor shall be responsible for all damage to any and all utilities. IRAN DIVESTMENT ACT 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 § 12-15-106. 6 7 8 INSURANCE COVERAGE REQUIREMENTS These coverage requirements apply to the Contractor and any Sub-Contractors who may perform services on this project. General Liability - $1 million per occurrence and $2 million aggregate limit for both Premises/Operations and Products/Completed Operations - Coverage must be on a Primary and Non-contributory basis - City* must be named as Additional Insured with the attachment of the Additional Insured endorsement - Waiver of Subrogation Auto Liability - $1 million per occurrence - City* must be named as Additional Insured with the attachment of the Additional Insured endorsement - Waiver of Subrogation Workers Compensation - Statutory Limits - Waiver of Subrogation Employers Liability - $1 million each accident limit - $1 million disease each employee limit - $1 million disease policy limit The successful bidder may achieve the required limits and coverage for Commercial General Liability and Automobile Liability through a combination of primary and excess or umbrella liability insurance, provided that such primary and excess or umbrella insurance policies result in the same or greater coverage as those required, and in no event shall any excess or umbrella liability insurance provide narrower coverage than the primary policy. The City of Sevierville does not intend to purchase builders risk insurance for the work to be performed under this project. Owner shall be responsible for purchasing and maintaining the Owner’s usual liability insurance and shall provide property insurance to cover the value of the Owner’s property. A loss insured under the Owner's property insurance shall be adjusted by the Owner as fiduciary and made payable to the Owner as fiduciary. The Owner shall pay any contractor its just share of insurance proceeds received by the Owner, less any amount paid by Owner as a deductible where the loss was caused by Contractor, its subcontractors, their employees, or anyone for whom they are responsible. Conditions for All Coverages Additional Insured: The City of Sevierville, its Board of Mayor and Aldermen, officers, employees, agents, representatives, boards, commissions, committees, and volunteers are to be covered as additional insured with respect to liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, leased or used by the Contractor or premises on which Contractor is performing services on behalf of the Owner. The coverage shall contain no special limitations on the scope of 9 protection afforded to the Owner. Contractor’s insurance shall be primary to any policy of insurance maintained by Owner. Notice of Cancellation or Non-renewal: Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled, reduced in coverage or in limits except after thirty (30) days prior written notice has been given to the Department Head granting this bid and/or to the Risk Coordinator for the Owner. Acceptability of Insurers: Insurance is to be placed with financially sound Tennessee admitted insurers (Best's rating of A or better) or approved by Owner's Risk Coordinator. City of Sevierville Risk Coordinator: Rebecca Nowack, phone (865) 453-5504 Certificates of Insurance: Contractor shall furnish the Owner with certificates of insurance with original endorsements affecting coverage required by this clause. The certificates and endorsements for each policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be received and approved by the Owner before work commences. Defense, Indemnification and Hold Harmless Agreement: Contractor hereby agrees to indemnify, defend and hold harmless the Owner from any and all loss, damage, cost, expense, liability, claims, demands, suits, attorney's fees and judgments arising directly or indirectly from or in any manner related to the work, project, event or other purposes in connection with the Contractor's performance or failure to perform under the terms of this contract, regardless of the active or passive nature of any negligence by the Owner, except as otherwise expressly stated herein. Contractor shall not be responsible when such liability arises from the sole negligence of the Owner. Contractor shall pay Owner for any costs incurred in enforcing this provision, including but not limited to reasonable attorney fees and expenses. 10 BID FORM FOR Salt Storage Bin and Roof Company: Contact Name: Email Address: Address: Phone: Fax: Federal Tax Identification Number: Business License # City: Description Total Concrete Work and Site Prep $_______________ Metal Roof System (Installed) $_______________ Total $_______________________ It is further understood and agreed by the undersigned in submitting this proposal that the Owner reserves the following rights and privileges: a. To accept or reject any or all bids, and/or waive any of the informalities in the bidding. b. To reject all items of equipment and materials which do not conform to or exceed these specifications, without altering bid price of this proposal. c. To re-bid anytime during the term of the contract. Note: Bidders shall not add any conditions or qualifying statements to this bid, except as provided herein, as otherwise the bid may be declared irregular as not being responsive to the Advertisement for Bids. If you have questions regarding the specifications contained in this bid package, please contact: Lucas Munasque 310 Robert Henderson Rd., P.O. Box 5500 Sevierville, TN 37864 Phone: 865-868-1989 Fax: 865-453-5518 lmunasque@seviervilletn.org Bid Submitted by: Authorized Signature Name (Printed) Title Date 11 TITLE VI INFORMATION The City of Sevierville complies with all applicable federal and state civil rights laws, including but not limited to Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000e.), and the City does not discriminate based on race, color, gender, religion, age or national origin. By virtue of submitting a response to this solicitation, bidders agree to comply with the same non-discrimination policy. Bid Item/Project Name: Bid Date: *For Title VII compliance, we ask for voluntary disclosure of the following information for the majority owner of the business: Gender: ___ Male ___ Female Race: ___ Caucasian ___ African American ___ Other (please specify) Company Name: 12 Tennessee Drug Policy Requirements for Construction Contracts 1) The following requirement applies to all construction contract bidders having 5 or more employees. Bidder is required to include in bid an affidavit attesting that effective no later than bid date, bidder operates a drug-free workplace program that complies with the requirements of Tennessee Code Annotated Section 50-9-101 through 50-9-114 OR a program at least as stringent as the program operated by the City of Sevierville. 2) The City of Sevierville operates a drug-free workplace program that complies with the above-referenced law. The City of Sevierville performs drug or alcohol tests at the following times: a. Job Application b. Reasonable Suspicion c. Post-Accident d. Routine Fitness for Duty e. Follow-up f. Random. All testing and specimen-handling procedures conform to the standards of the U.S. Department of Transportation guidelines. A Medical Review Officer (MRO) provides medical oversight to assure appropriate processing and accurate interpretation of the results. Failure to submit to substance abuse testing or testing positive for prohibited drugs and/or alcohol may result in discipline up to and including termination. For further information on the program operated by the City of Sevierville, please call Rebecca Nowack, Risk Manager, at (865) 453-5504. 13 AFFIDAVIT REGARDING DRUG-FREE WORKPLACE PROGRAM STATE OF COUNTY OF The undersigned, having been duly sworn, deposes and says as follows: 1. I am over 18 years of age, and I have personal knowledge of the matters stated herein. 2. I am the of (Position) (Name of Company) Hereinafter referred to as “the Bidder”. 3. As of the date of the submittal of its bid, the Bidder has a drug-free workplace program that complies with the requirements of Tennessee Code Annotated Section 50-9-101, seq. OR a program at least as stringent as the program operated by the City of Sevierville. Authorized Signature Name (Printed) Title Date Sworn to and subscribed before me, this day of ___. Notary Public Signature Notary Seal End of Affidavit My commission expires 14 15 this is a test 16 BUSINESS TAX & LICENSE AFFIDAVIT Tennessee Code Annotated § 5-14-108(1) The undersigned states that they have legal authority to swear this on behalf of _______________________________, and that the business is not in any manner Name of firm or individual in violation of Tennessee Code Annotated § 5-14-108(1) which states, "No purchase shall be made or purchase order or contract of purchase issued for tangible personal property or services by employees, acting in their official capacity, from any firm or individual whose business tax or license is delinquent. " Please check one of the following: Affiant affirms and warrants that their business license status is currently valid, and all appropriate Tennessee business taxes have been paid and are current as of the date of this affidavit. Affiant affirms and warrants that their business is exempt from obtaining a business license in the state of Tennessee. BUSINESS Signature: _________________________ Title: _________________________ Date: _________________________ Witness Signature: _________________________ Date: _________________________

120 Gary Wade Blvd. Sevierville, TN 37862Location

Address: 120 Gary Wade Blvd. Sevierville, TN 37862

Country : United StatesState : Tennessee

You may also like

Sole Source - Town Hall Roof

Due: 31 May, 2024 (in 1 month)Agency: Town of South Boston

Roof Replacement of Salt Shed at the Highway Maintenance Complex

Due: 03 May, 2024 (in 4 days)Agency: Town of Merrimack