Sep 29
Bid ended

1225 RFP - Emergency Hauling - Bait Shop & Fuel Facility - Long Beach Harbor #12135

Long Beach, MS (G-NR-E)

Status

Bidding Closed

Bid Date9/29/22 5:00pm

Company & Contacts

City of Long Beach
David Ball, P.E. (Overstreet & Associates)  
david@overstreeteng.com

PROPOSAL FOR

“EMERGENCY HAULINGBAIT SHOP & FUEL FACILTIYLONG BEACH HARBOR

MAYOR AND BOARD OF ALDERMEN LONG BEACH, MISSISSIPPI

Ladies and Gentlemen:

Pursuant to your request for quotes, we (Name of Company) residing at (Company Address), do hereby submit this our proposal for furnishing of all labor, tools, and equipment needed to perform pre-disaster hauling of the bait shop and the fuel facility at the Long Beach Harbor, and reinstallation upon notice, all as indicated in the Specifications shown herein. Contractor will furnish all materials, equipment, and labor as may be required to satisfactorily complete this work.

GENERAL REQUIREMENTS:

(1) In order to be considered, all proposals should be returned to the office of the City Engineer, at 201 Jeff Davis Avenue Long Beach, MS 39560 by 5:00 P.M., September 29, 2022. Completed proposals may be returned via email (david@overstreeteng.com), or by hand-delivery.
(2) Owner intends to issue a purchase order to the Contractor providing the lowest and best quote for this project, as provided for under State Law for procurement of construction contracts under $50,000.
(3) Contractor must furnish to the Owner proof of vehicular and public liability insurance in the amount of not less than $1,000,000, prior to commencement of the work.
(4) The City of Long Beach and Overstreet & Associates shall be named as additional insureds on all policies.
(5) All work under this contract must be fully completed within the timeframes detailed herein. If contractor fails to complete the work within this time without cause or reason satisfactory to Owner, Contractor shall fully repair or replace the portable fuel facility and the bait shop trailer in the Long Beach Harbor to the satisfaction of the Owner. Further, due to the financial losses that Owner will face in the event of Contractor’s failure, the payment for the completed work shall be reduced by the sum of two hundred dollars ($200) for each and every calendar day which the work remained incomplete after expiration of the allowed time.
(6) Payment for the completed work will be made in one lump sum, after approval by the Board of Aldermen at the next Board Meeting subsequent to the completion of work. No partial payments will be allowed.
(7) Payment and performance bonds will be required for quotes that are in excess of $25,000.00.
(8) Contractor shall warrant his work against defects in materials and workmanship for a period of one year following final payment of the project by the City.
(9) The price quoted shall include any and all applicable taxes or fees and costs, and shall be in full consideration of all expenses incurred in performing the work.
(10) As directed by the Owner, the proposed scope of work (or portions thereof) may need to be performed multiple times in any calendar year, based on the number of emergencies designated.
(11) At Owner’s discretion, Contractor may be directed to only perform portions of the scope of work herein. Directed work may vary per emergency event.