RFB-Bus Barn Rehabilitation Construction Project

expired opportunity(Expired)
From: Bethel(City)

Basic Details

started - 15 Oct, 2021 (about 2 years ago)

Start Date

15 Oct, 2021 (about 2 years ago)
due - 29 Nov, 2021 (about 2 years ago)

Due Date

29 Nov, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
City of Bethel

Customer / Agency

City of Bethel
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.

CITY OF BETHEL BETHEL, ALASKA REQUEST FOR PROPOSALS BUS BARN REHABILITATION RFB Issued: October 29, 2021 Deadline for Questions: November 8, 2021 @ 4:00 pm Deadline for Pre-Award Protests: November 8, 2021 @ 4:00 pm Bid Opening (Due) Date and Time: November 29, 2021, 4:00 pm AK Time Bid Opening Place: City Hall 300 State Highway Bethel, Alaska 99559 1 Request For Proposals Bus Barn Rehabilitation TABLE OF CONTENTS Section 1 GENERAL DESCRIPTION Page 3 A. Purpose B. Overview Section 2 SCOPE OF WORK Page 4 A. Current Condition B. End Result Desired C. Demolition of Floor D. Driven Pilings E. Possible Construction Steps F. Mandatory Site Visit G. Brush Clearing H. Utilities I. Barge Shipment Section 3 GENERAL CONDITIONS Page 6 A. Questions or Clarifications B. Protests C. Addenda D. Conflict of Interest E. Inducement F. Non-Collusion G. Debarment H. Local Preference I. Good Standing J. Non-Discrimination K. Withdrawal or Correction of Bids L. Duplicate Bids 2 M. Bid Terms and Requirements
N. Purchase Agreement O. Contract Commencement Section 4 CITY’S RESERVATION OF RIGHTS Page 8 A. Proposals B. Payment Bond C. Performance Bond D. Insurance E. Discussion F. Public Disclosure G. Confidentiality and Proprietary Information H. Cost Liability I. Evaluation of Proposal J. Proposal Timeline SECTION 1. INSTRUCTIONS FOR PREPARING AND SUBMITTING Page 13 PROPOSALS A. Read B. Visit the City’s Website C. Prepare Proposal Package D. Submit ATTACHMENTS: A. Signature and Verification (2 pages) B. Price Sheet 3 CITY OF BETHEL REQUEST FOR PRPOSALS BUS BARN REHABILITATION INSTRUCTIONS FOR PROPOSERS 1. GENERAL DESCRIPTION A. Purpose The City of Bethel is seeking proposals from qualified construction companies to install pilings and resituate the City’s old bus barn building so that it can be put to productive use as a storage facility for heavy equipment. The goal is for the City’s Streets and Roads Division to occupy the building with their heavy equipment: grader, dump trucks, bulldozer, front-end loader, excavator, and smaller pieces. The building is currently not useable because of the unstable and unsafe condition of the foundation. B. Overview Bethel, Alaska is located 400 miles west of Anchorage alongside the Kuskokwim River in southwestern Alaska. Bethel is surrounded by 56 Native Alaskan villages, located six to one hundred miles away. Bethel is the largest western hub community in Alaska, containing 6,214 people who live in 2,000+ households spread over 44 square miles. Bethel is off the road system, not part of the Alaska road network that connects to Washington State. Several flights a day bring people, supplies, and equipment to Bethel from Anchorage. Large cargo is brought in by barge from May to October while the Kuskokwim River is unfrozen. a. Bus Barn The City owns the bus barn building and land located at 503 First Avenue in Bethel. The bus barn has been used for many purposes over the 40+ years since it was constructed, but most recently it was used by each of eight City departments to store everything from papers/files, furniture, to confiscated four-wheelers and snowmobiles. In the last two years, the City’s Property Maintenance Division declared the building off limits due to safety concerns. The foundation and floor were severely rotted. The deck and building appear to have shifted, lifted, or sunk in various locations. The front door barely opens enough to allow a skinny person to enter the building. Despite the rotten foundation and floor damage, the Public Works Director and Property Maintenance Division are confident that the walls and roof of the building can be restored and put to productive use. In general, the building must be lifted up off of its current post and pad foundation, the floor removed without damaging the walls, steel pilings installed in the ground, and then the building lowered onto the pilings and permanently affixed thereto. 4 All prospective proposers must attend a mandatory site visit to see the condition of the building first-hand. Prospective bidders should ask questions of the Public Works Director, listen to answers he provides, and begin to form a rehabilitation plan. 2. SCOPE OF WORK A. Current Condition The City’s Bus Barn building was constructed over 40+ years ago at its current site at 503 First Avenue with untreated wood. The building and floor are elevated off the ground about three feet by a crisscross of blocking at five positions on each side of the building. Thus, ten blocking positions support the building with BCI* joists running from side to side, with a modicum of support provided by “pony walls” erected between each blocking station. *”BCI Joists are specially constructed I-joists with flanges made from strong VERSA- LAM® laminated veneer lumber with oriented stranded board webs and approved waterproof structural adhesives, providing outstanding strength and durability” (Boise Cascade website: www.bc.com/manufacturing/bci-joists). The foundation elements have succumbed to rot. The blocking timbers, pony walls, and BCI joists have sufficient rot to make the entire building unsafe. The City closed off the building to entry two years ago. B. End Result Desired The City wants to be able to use the building as a garage for heavy equipment used by the Streets and Roads Division of the Public Works Department. The City envisions the inside of the building to be a sand pad covered with gravel. The walls and ceiling will remain intact and be supported by ten pilings, five on each side of the building. The piling tops will be permanently affixed to the bottom of the walls so that the bottom of the walls are no more than 12-inches off the ground. The front garage door will open and close electronically. The back walk-through door will open and close manually. A new boiler will be installed to heat the building. C. Demolition of Floor The floor of the building must be removed in such a way that minimal damage is done to the walls and roof. Contractor must fix the walls to the pilings so that the bottom of the wall is no higher than 12 inches from the ground that will be the new floor. The Contractor may have to reinforce the walls and take other measures to achieve the wall support needed. D. Driven Pilings Ten pilings will be driven until resistance, which is approximately 45 feet below the surface. The pilings will be driven five on each side to support the building. The building is 80 feet long from garage door to back door and 60 feet wide. http://www.bc.com/manufacturing/bci-joists 5 E. Possible Construction Steps 1. Shore up building to make it safe to work in and around. 2. Remove floor. Separate floor cleanly from walls so that walls are still strong and can stand on their own and support the roof. 3. Lift building up and support it. 4. Remove old blocking and debris from building walls. 5. Install steel pilings to 45 feet depth or until resistance. Piling attachment to walls must be done so that wall base is no more than 12 inches above ground level. This is to reduce the amount of fill and gravel required for a solid gravel floor inside. 6. Attach walls to pilings. Contactor will most likely weld braces to pilings and then attach braces to floor base with bolts through metal plates. 7. Remove all temporary building supports; perform strength tests. F. Mandatory Site Visit Due to the poor condition of the foundation and the need for contractor expertise in devising the exact remedy to meet the City’s needs, a site visit is mandatory. The site visit may be conducted by the contractor or his/her designee. The mandatory site visit is Wednesday, November 10, 2021 from 1:30 pm to 3:30 pm. Staying for the entire two- hour period is not required, but signing in during the two-hour period is required. The two-hour site visit will be an open conversation with questions and answers. All parties will be privy to all that is said during the site visit. G. Brush Clearing The City of Bethel Property Maintenance crew will clear the remaining trees and brush from the left side of the building prior to contractor work. H. Utilities The City is not aware of any underground pipes, cables, or electric wires. There is one visible electricity connection from a telephone pole to the front of the building. This electrical connection must be disconnected by the Alaska Village Electric Cooperative prior to construction. I. Barge Shipment Bethel is located 400 miles west of Anchorage, off the road system. Large pieces of equipment, lumber, and other construction materials are typically barged to Bethel from Seattle, Anchorage, or Seward. Alaska Marine Lines sails from Seattle and Anchorage to Bethel. Alaska Logistics sails from Seattle and Seward to Bethel. Respondents to this RFP are encouraged to contact Alaska Marine Lines, Inc., the City’s preferred barge company, to obtain a quote to incorporate into the bid price. Delivery schedule and drop off locations can be found on the website. See the following table for contact information. 6 Alaska Marines Lines Main Contact CC emails to: Mailing Address: 4025 Delbridge Way SW Suite 200 Seattle, WA 98106 Don Hanson, Sales donh@lynden.com 206-369-1194 (cell) Lauren Minkler, Inside Sales Coordinator laurenm@lynden.com 206-892-2592 (office) Rick Kellog, Sales rkellog@lynden.com 206-892-2729 (office) 3. GENERAL CONDITIONS A. Questions or Clarifications All questions regarding this Request for Proposals (“RFP”) shall be submitted via email to purchasingagent@cityofbethel.net. Emailed questions and inquiries will be accepted from any and all prospective Proposers in accordance with the terms and conditions of this RFP. All questions shall be submitted on or before the deadline indicated on the front cover. Should any prospective Proposer be in doubt as to the true meaning of any portion of this RFP, or should a prospective Proposer find any ambiguity, inconsistency or omission therein, the Proposer shall make a written request for an official interpretation or correction. Such requests shall be submitted via email to purchasingagent@cityofbethel.net by the deadline listed above. B. Protests Protests regarding any alleged improprieties or ambiguities in this Request for Proposals document must be filed with the purchasing agent no later than the date provided on the front cover and in the timeline. Post-award protests must be filed within five days of receipt of notice of intent to award. Information on how to file a protest can be found in Section 4.20.270 of the Bethel Municipal Code. The Code may be found on the City’s website: www.cityofbethel.org. C. Addenda All interpretation or correction, as well as any additional RFP provisions that the City may decide to include, will be made only as an official addendum that will be posted to the City’s website: www.cityofbethel.org for all parties to review. It shall be the Proposer’s responsibility to ensure that they have received all addendums before submitting a bid. Any addendum issued by the City shall become a part of this RFP and will be incorporated into any contract for purchase. In order to avoid any miscommunication, each Proposal shall acknowledge all addenda which it has received, but the failure of a Proposer to receive, or acknowledge receipt of any addenda shall not relieve a Proposer of the responsibility for complying with the terms thereof. mailto:donh@lynden.com mailto:laurenm@lynden.com mailto:rkellog@lynden.com mailto:rkellog@lynden.com mailto:purchasingagent@cityofbethel.net mailto:purchasingagent@cityofbethel.net http://www.cityofbethel.org/ http://www.cityofbethel.org/ 7 D. Conflict of Interest All City of Bethel employees and Bethel City Council members adhere to and follow a Conflict of Interest Policy prohibiting them from directly or indirectly participating in a procurement contract if the city employee or council member knows, or should reasonably know that: 1. The city employee or council member or any member of the city employee’s family has a financial interest pertaining to the procurement contract. 2. Any other person, business, or organization with whom the city employee or council member or any member of their immediate family is negotiating or has an arrangement concerning prospective employment is involved in the procurement. Violation of this policy by any Proposer is automatic grounds for disqualification of a proposal and/or a breach of contract. E. Inducement All City of Bethel employees and Council Members adhere to and follow the Conflict of Inducements Policy that prohibits gratuities or offers of employment in connection with a decision, approval, disapproval, or recommendation regarding any matter which affects the City or over which the City is negotiating. Any attempt by a Proposer to violate this policy is automatic grounds for disqualification of a proposal. F. Non-Collusion Evidence of collusion or other anticompetitive practices among Vendors shall be grounds for disqualification. G. Debarment Submission of a Proposal in response to this RFB is certification that the Vendor is not currently debarred, suspended, proposed for debarment, and/or declared ineligible or voluntarily excluded from participation in any transaction by any State or Federal departments or agency. Submission is also agreement that the City will be notified of any changes in this status. H. Local Preference Proposals are eligible for local bidder preference as outlined in the Bethel Municipal Code (BMC), Section § 4.20.060. Vendors claiming the preference for scoring purposes must expressly state so in their proposal and must demonstrate full compliance with all of the requirements set out in BMC §4.20.060. I. Good Standing According to the Bethel Municipal Code 4.20.070: “No procurement contract may be awarded to a person, group, organization, or entity that is delinquent in the payment or collection of sales taxes, fees, charges, penalties, interest or other amounts that are due owing, or otherwise obligated to the City which is not remedied within ten (10) business 8 days of notice to the selected bidder. See Bethel Municipal Code on City website (www.cityofbethel.org). J. Non-Discrimination The City will not contract with any persons or entities that discriminate against employees or applicants for any reason other than those related to job performance. All prospective Vendors will comply with all Federal, State, and local laws and policies that prohibit discrimination in the workplace. The City will not discriminate because of race, creed, religion, color, national origin, ancestry, sex, sexual orientation, gender identity, age, marital status, change in marital status, pregnancy, parenthood, disability status, genetic information, political affiliation or status as a disabled veteran. K. Withdrawal or Correction of Bids Proposals may be withdrawn by written notice prior to the submittal deadline. Corrections may be made to proposals submitted if prior to the submittal deadline. L. Duplicate Bids The City will only accept one (1) Proposal per Vendor, including its subsidiaries, affiliated companies, organizations, or franchises. If multiple Bid Packages are received from the same Vendor, all bid packages from the Vendor will be rejected. M. Bid Terms and Requirements Proposals must be signed by an official authorized to bind the Vendor to its provision for at least a period of thirty (30) days from the date this RFB is due. Failure of the successful Vendor to accept the obligation of the contract may result in the cancelation of an award. N. Purchase Agreement Respondents selected to do business with the City of Bethel will be required to execute the City’s Construction Agreement (a sample agreement is included with this RFP as Attachment C. Those who wish to submit a proposal to the City are required to carefully review the City’s Construction Agreement. Any requests to revise, amend, or change the language of the Construction Agreement must be submitted in writing in the Bid Package. O. Contract Commencement Commencement of a Purchase Agreement (Contract) shall not begin until all necessary documents are received, reviewed and approved by the City and all City approvals have been completed, including City Council approval. Commencement of a contract without these requirements will be at the Vendor’s sole risk and not compensated by the City. 4. CITY’S RESERVATION OF RIGHTS A. Proposals The City reserves the right to reject any and all Proposals, to waive or not waive informalities or irregularities in the response procedures, and to accept or further http://www.cityofbethel.org/ 9 negotiate cost, terms, or conditions of any Proposal determined by the City to be in the best interest of the City. All agreements resulting from negotiations that differ from what is represented in the RFB or in the Vendor’s response, shall be documented and included as part of the final contract. The City reserves the right not to consider any Proposal which it determines to be unresponsive and/or deficient in any of the information requested within the RFB. All Proposals become the property of the City of Bethel, whether awarded or rejected. The accepting and opening of a Proposal from a Vendor does not constitute the City’s acceptance of the Vendor as a responsive and responsible Offeror. By accepting and opening of a Proposal, the City presumes the Vendors are familiar with the procurement documents and agree and understand all requirements in this document. The selected Vendor will be required to provide the City with an IRS form W-9. The City is tax-exempt from all taxes. The Vendor, if awarded a contract for this work, shall be responsible for all taxes that may be applicable to this work. B. Payment Bond The successful Offeror will be required to furnish a performance bond with a corporate surety qualified to do business in the state of Alaska. The performance bond shall be equivalent to the amount of the payment bond. C. Performance Bond The successful Offeror will be required to furnish a payment bond with a corporate surety qualified to do business in the state of Alaska. The payment bond shall be equal to one-half of the total contract amount, if not more than $1,000,000; and forty percent of the total contract amount, if more than $1,000,000 and less than $5,000,000. D. Insurance The Contractor shall obtain and shall require its subcontractors to obtain insurance of the types and in the amounts described below and provide satisfactory evidence thereof to the City. 1. Commercial General Liability Insurance The Contractor shall maintain occurrence version commercial general liability insurance with a limit of not less than $ 1,000,000 for each occurrence. If such insurance contains a general aggregate limit, it shall apply separately to this Agreement or be no less than two times the occurrence limit. Such insurance shall: A. Name the City of Bethel, its officers, employees, and agents as insureds with respect to performance of Services. The coverage shall contain no special 10 limitations on the scope of protection afforded to the above-listed insureds. B. Be primary with respect to any insurance or self-insurance programs maintained by the City, its officers, employees, or agents. 2. Business Automobile Liability Insurance The Contractor shall maintain business automobile liability insurance with a limit of not less than $ 1,000,000 for each accident. Such insurance shall include coverage for owned, hired and non-owned automobiles and equipment, pollution liability coverage for carried cargo and include the MCS-90 endorsement, if applicable. 3. Compensation Insurance The Contractor shall maintain Workmen's Compensation Insurance as required by state law, with statutory limits and employers’ liability insurance with limits of not less than $1,000,000 for each accident. In case of any such work sublet, the Contractor shall require the subcontractor similarly to provide Workman's Compensation Insurance for all of the subcontractor’s employees to be engaged in such work unless such employees are covered by the protection afforded by the Contractor's Workers' Compensation Insurance policy. 4. Other Insurance Requirements The Contractor shall: A. Prior to commencement of services, furnish the City with a properly executed certificate of insurance which shall not be canceled or allowed to expire on thirty (30) days prior written notice to the City. B. Provide certified copies of endorsements. C. Replace certificates and endorsements for any policies expiring prior to completion of services. D. Maintain such insurance from the time services commence until services are completed. The Contractor shall not commence work under the agreement until all of the required insurance policies have been obtained and have been reviewed and approved by the City of Bethel. Similarly, the Contractor shall not allow any subcontractor to commence work on a subcontract until the subcontractor has obtained the required insurance and the same has been reviewed and approved by the City of Bethel. General Liability insurance and Workman’s Compensation insurance shall extend a waiver of subrogation for the City of Bethel. 11 E. Discussion Discussion with proposers may commence after the opening of all Proposals on the date and time specified on the front cover of this document. F. Public Disclosure All information in Proposer’s Proposal is subjected to disclosure under the provisions of Alaska’s Public Records Laws (AS 40.25.100 et seq.) and corresponding provisions of the Bethel Municipal Code (BMC § 2.40). These laws and ordinances also provide for the complete disclosure of contracts and attachments thereto except as expressly exempted under Law. G. Confidentiality and Proprietary Information If any information is proprietary, an original shall be delivered, which is clearly marked PROPRIETARY. The copy containing proprietary information will be solely for City use and then disposed of after a contract is issued. H. Cost Liability The City of Bethel assumes no responsibility or liability for costs incurred by a Proposer prior to execution of a Purchase Agreement. By submitting a Proposal, Proposer agrees to bear all costs incurred or related to the preparation, submission and selection process for the Proposal. I. Evaluation of Proposal A three-person employee team will review and score the proposals submitted. Individual scores will be compared, discussed, and revised, as desired, at a meeting of the review team. The review team will make a recommendation for contract award to the City Manager. If the City Manager agrees with the recommendation, an Action Memorandum will be put before Bethel City Council to “negotiate and execute” the contract. The following elements must be included in the Proposal. These are the criteria that will be used by the review team to score proposals submitted. 1. Construction Plan (50 pts.) Detailed description of the construction plan for the Bus Barn site in Bethel, Alaska. Plan must be in chronological order from start to finish. Include major tasks, number of crewmembers, use of subcontractors, and use of heavy equipment. Drawings, photos, and other material may be included. Submit a schedule of work to be completed with milestones that include date of substantial completion and date of final completion. Project should be substantially complete by September 30, 2022. Submit a brief Safety Plan that lists steps to be taken by contractor to address the safety of workers and general public during construction, at the end of each work day (securing site), and upon City acceptance of building at completion. 12 2. Contractor Project History (30 pts.) Contractor and all subcontractors: Submit a list of at least five construction projects completed in Alaska that are similar in nature to the Bus Barn Rehabilitation project, if possible, and any construction project otherwise. The list should contain a minimum of 1-2 paragraph description of the project, cost of the project, location, and start and end dates from contract signature to 100% complete. Be specific about the construction work actually completed by firm (e.g., a subcontractor might have only completed pile driving work). Photos and support material may be included. Briefly describe the change orders issued for each of the five construction projects completed in Alaska. Include the cost of each change order. Include a 1-2 page resume for each crew supervisor or solo subcontractor to be on-site during construction. Do not submit resumes for each worker; just the leaders. 3. Price (20 pts.) Each proposal shall specify lump sum prices as called for on Attachment B, the Price Sheet. The cost should include all costs associated with completing the project. The City will only pay approved applications associated with the final contract price. J. Proposal Timeline Date Event October 29, 2021 RFP Issued November 8, 2021 Deadline to submit questions or file a pre-selection protest November 29, 2021 Proposals due at City Hall by 4:00 pm Alaska time. Proposal prices will not be available to the public, per Bethel Municipal Code. December 14, 2021 Bethel City Council considers contract for approval. December 15, 2021 Expected contract signed; contract fulfillment period begins The City reserves the right to adjust the timeline as necessary pursuant to any changes which occur as a result of the RFP process. 5. INSTRUCTIONS FOR PREPARING AND SUBMITTING PROPOSALS A. Read the Request for Proposals document. Direct technical questions about the item being purchased or questions about the RFP to the Purchasing Agent by email only, at (purchasingagent@cityofbethel.net). At the Purchasing Agent’s discretion, mailto:purchasingagent@cityofbethel.net 13 addendums to this RFP may be issued based on questions and comments received by email. B. Visit the City’s Website at www.cityofbethel.org and follow these links for all addenda associated with this Request for Proposals document: Business > Request for Proposals and Request for Bids > RFP–Bus Barn Rehabilitation. Potential respondents are responsible for accessing the City’s website on a regular basis to access, read, and respond to all addenda. C. Prepare Proposal Package by submitting the following: (1) Alaska Business License (Form 08-070) issued under AS 43.70 for the Prospective Proposer prior to submittal of proposals. Required for Subcontractors prior to submittal of proposals. (2). Certificate of Registration (Form 08-2407) as required by AS 08.18.011 for Construction Contractors, including General Contractors, Specialty Contractors (AS 08.18.024), Residential Contractors (AS 08.18.025), Electrical Contractors (AS 08.18.026), and Mechanical Contractors (AS 08.18.028). Required for the Prospective Proposer prior to submittal of proposals. Required for Subcontractors prior to submittal of proposals. (3) Signature and Verification page (Attachment A) (4) Price Sheet (Attachment B) (5) Proposal (See Section 4. I.) D. Submit Proposals to the City of Bethel by the deadline on the front cover of this document. Hard Copy Submission Proposals submitted in hard copy form must be in an envelope and marked, “Proposal- Bus Barn Rehab.” Proposals must be received at City Hall at 300 Chief Eddie Hoffman State Highway on or before the Opening Date and Time shown on the cover of this document. Mail complete proposal package to*: Deliver Proposals to: Purchasing Agent Purchasing Agent City of Bethel City Hall, 300 Chief Eddie Hoffman Hwy. PO Box 1388 Bethel, Alaska 99559 Bethel, AK 99559 NOTE: This is rural Alaska. The delivery of mail and the flight schedule of private carriers is often unpredictable and weather dependent. Plan to submit the documents a few days early to ensure on time arrival. There is no guarantee mail will be received and in the City’s possession by the deadline if sent too close to the deadline. Vendors should plan accordingly as late submissions will NOT be accepted – NO EXCEPTION. A submission is considered received when it has arrived at the City of Bethel Finance Department, not when it reaches the Post Office box. http://www.cityofbethel.org/ 14 Electronic Submission Proposals may be submitted by fax or email. Proposals submitted by email must be in either MS Word format or PDF format and sent to Purchasing Agent by email at (purchasingagent@cityofbethel.net) or by fax: 907-543-1388. In the subject line, put “Proposal-Bus Barn Rehab.” The City is not responsible for incomplete transmissions or unsuccessful delivery by electronic means. 15 Attachment A SIGNATURE AND VERIFICATION Page 1 of 2 By signing Page 2 of Attachment A, I hereby acknowledge under penalty of unsworn falsification (perjury), the following: 1. Proposer, nor any of their representatives or third party mandated by Proposer, has attempted to contact City representatives or members of the selection committee for the purpose of influencing their choice, judgment or recommendation relating to the contract, or with members of the City Council to influence their decision; 2. Proposer has produced the Proposal without collusion, communication, agreement or arrangement with a competitor with regards to price, methods, factors or formulas for setting prices, to the decision to submit a proposal or to present a proposal that does not comply, directly or indirectly, with specifications contained in the Request for Proposals; 3. Neither the Proposer nor any of its representatives engaged in discrimination, intimidating measures, influence peddling or corruption or entered into any form of collusion, communication, agreement or arrangement with other suppliers or third parties relating to a contract with the City of Bethel. 4. If selected, Proposer nor any of its representatives will not engage in discriminating against any person because of race, color, religion (creed), gender, gender expression or identity, age, national origin (ancestry), disability, marital status, sexual orientation, military status, political affiliation, or other statuses protected by law. 5. Proposer’s failure to certify to and attach the statements in this attachment shall result in automatic rejection of the bid. 6. If Proposer or its representative is found to have been in violation of any of the statements in this Attachment, the City shall automatically reject the bid. 7. The City may cancel a contract if, during the course of the contract, the City finds Proposer to be in violation of any of the sworn statements required by this Attachment. 16 Attachment A SIGNATURE AND VERIFICATION Page 2 of 2 Acknowledgement of Receipt of Addenda I hereby acknowledge receipt of all addenda associated with the Request for Proposals to hire a contractor for the Bus Barn Rehabilitation project. ________________________________________ Signature Date ________________________________________ Printed Name To find addenda, please visit the City of Bethel’s website at www.cityofbethel.org > Business > Request for Proposals and Request for Bids > Addendum. Where did you hear about this RFB? ADN City of Bethel Website Plans Room Other http://www.cityofbethel.org/ 17 Attachment B PRICE SHEET BUS BARN REHABILITATION PROJECT A. Price Sheet Instructions The price below represents a firm bid price to complete the bus barn rehabilitation project as defined herein, explained at the mandatory site visit, and in proposal submitted by our firm. Description Price Bus Barn Rehabilitation Construction Project Total B. SIGNATURE AND VERIFICATION Pursuant to and in compliance with the City of Bethel’s Request for Proposals document, the undersigned hereby proposes to provide construction services to rehabilitate the City’s Bus Barn building as described in the proposal submitted at the price provided on this page. Respondent Name (printed): Title: Company Name and Mailing Address: Telephone Number: E-mail Address: Signature:

300 State Highway, P.O. Box 1388, Bethel, AK 99559Location

Address: 300 State Highway, P.O. Box 1388, Bethel, AK 99559

Country : United StatesState : Alaska

You may also like

Bond Project - Improvements to WSJE & GMMS

Due: 25 Apr, 2024 (in 2 days)Agency: St.John The Baptish Parish Public Schools

Z2DA--Project #629-22-133 Site Modifications for Tele-Critical Care (DB)

Due: 30 Apr, 2024 (in 6 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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