Pier 2 Fender Refurbishment 2024

Agency: Alabama State
State: Alabama
Level of Government: State & Local
Category:
  • 20 - Ship and Marine Equipment
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD15037570336661357
Posted Date: Dec 6, 2023
Due Date: Jan 4, 2024
Source: Members Only
Pier 2 Fender Refurbishment 2024
SCHEDULE

Optional Pre-bid Meeting: 10:00 A.M. Thursday, December 14, 2023, at the work location at the north end of Berth 2 on the Main Docks Facility.

Bid Opening: 2:00 A.M. Thursday, January 4, 2024, in the International Trade Center Building, 1st Floor Killian Room, 250 North Water Street, Mobile, AL 36602.

Read more

Attachment Preview

Alabama State Port Authority
Requisition and Proposal
Project Name Berth 2 Fender Refurbishment 2024
Project No. 11359 Task No. 01
To: Prospective Bidders
Please procure the following and deliver to the address below:
Date: December 2023
Delivery of Proposal:
Alabama State Port Authority (ASPA)
Location identified below in Note #1
Delivery of Performance of Work:
Alabama State Port Authority Main Docks
Berth 2
Mobile, AL
Description of Work
This Requisition solicits proposals for construction services to remove and replace deteriorated
sections of the Berth 2 fender system as specified in the attached drawings and scope of work. All
work shall be in accordance with the requirements stated herein, Scope of Work Specifications,
Reference documents and drawings, Insurance Requirements and applicable State of Alabama and
Federal Laws. The project site is located at Berth 2 on the Alabama State Port Authority Main Docks
facility in Mobile, AL.
The work consists principally of providing bonds, labor, materials, equipment, insurance, and
supervision necessary for the removal of deteriorated sections of fender system, purchase and
installation of new fender system, and disposal of all removed materials associated with the work.
The project includes, but is not limited to, the purchase and installation of rubber cell fender units,
timber and steel fender components, chain assemblies, bolts and all associated hardware. All
materials, labor, tools, rigging and equipment necessary to perform the work shall be included by the
Contractor in the proposal. It is the Contractor’s responsibility to field verify all dimensions and site
conditions essential for the successful completion of the work. The Contractor shall not be entitled to
any additional compensation for any work or expense resulting from the neglect of verifying all
existing site conditions.
All Contractors submitting bids are to carefully examine the site of the proposed work and thoroughly
review the contract requirements prior to submission of a bid proposal. Each Bidder shall satisfy
oneself as to the character, quality, and quantities of work to be performed, and as to the
requirements of the proposed contract. The submission of a proposal shall be proof that the bidding
Contractor has made such examination and is satisfied as to the conditions to be encountered in
performing the work and as to the requirements of the proposed Contract. All bidding Contractors
must hold a current license from the State Licensing Board for General Contractors, Montgomery, AL
with the classification of (H/RR) Heavy/Railroad or (H/RR-S) Specialty Construction-Marine
Construction or (H/RR-S) Piers.
An OPTIONAL pre-bid meeting is scheduled for Thursday, December 14, 2023 at 10:00 a.m. at the
north end of Berth 2 on the Main Docks Facility. All bidders without proper access credentials must
contact the project manager at least 24 hours in advance to set up an escort into the facility.
Electing to not visit the site before bidding will not relieve the prospective bidders from the previously
stated requirements regarding the submission of a proposal.
The work performed under this contract shall not commence until the Contractor has submitted a
Performance Bond, Labor & Material Bond, and Certificate of Insurance in an acceptable form.
Form ENG-FR-003 R&P Template
Last Revised 1/31/12
Alabama State Port Authority
Requisition and Proposal
Project Name Berth 2 Fender Refurbishment 2024
Project No. 11359 Task No. 01
2|P a g e
Performance Bond and Labor & Material Bonds shall be in an amount equal to 100% of the contract
price; Certificate of Insurance shall be as per the attached requirements and countersigned by a
licensed resident agent in the State of Alabama.
The Contractor shall comply with all Federal and State laws, local ordinances and regulations, and all
orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner
affect those engaged or employed on the work, or which in any way affect the conduct of the work.
The Alabama State Port Authority will utilize its sales tax exemption status on this project.
The Contractor will be responsible for the purchase of all materials and will be required to apply for a
sales and use tax certificate of exemption upon contract award.
The Contractor will be required to complete the work under the Contract within 180 calendar days
after receipt of a “Notice to Proceed”. Work will start and the Contractor will be required to furnish
proof of purchase of materials within 10 calendar days after receipt of notice to proceed. The work
will have to be scheduled and performed in a manner that will not interfere with the operations of
the facility ongoing in the immediate and adjacent areas. ASPA intent is that work hours will be during
normal day light hours.
ASPA cargo handling operations take priority over construction activities, therefore the Contractor
will be required to relocate his operations as necessary to facilitate marine vessel berthing. ASPA
Operations will make every effort to inform the Contractor of the vessel berthing schedule as far in
advance as possible. For information purposes only, vessels berth in this location approximately 2-3
times per month. The work area is directly adjacent to active wharfs with marine and land activity in
the general vicinity of the work area, thus the Contractor must coordinate closely with ASPA
Engineering and Operations personnel to schedule work activities to ensure that they do not interfere
with normal operations. The Contractor shall plan work activities in such a way as to keep the
maximum amount of wharf area orderly and accessible during all phases of the project. The
Contractor must provide a high visibility temporary barrier to delineate the limits of construction
activities on the berth at all times. The Contractor must capture and dispose of all waste materials
generated by the construction activities. No debris will be allowed to fall into the water below. The
Contractor is responsible for the disposal of all waste materials associated with the work.
The Contractor shall place a competent superintendent on the Project who shall have experience in
the work being performed under the Contract. The assigned superintendent shall have the
responsibility for the day-to-day operations of the work and shall remain on the Project site while the
work under the Contract is being performed. It is the responsibility of the Contractor to become
familiar with all conditions affecting the nature and manner of the work.
The Contractor will agree to comply with the safety rules, standards and regulations of the Federal
Occupational Safety and Health Administration (OSHA) applicable to each of its operations, and to
those established and recommended safety standards inherent in the industry; and to comply with
U.S. Coast Guard regulations applicable to waterfront facilities and the policies of the Alabama State
Port Authority while occupying any property of the Alabama State Port Authority.
Form ENG-FR-003 R&P Template
Last Revised 1/31/12
Alabama State Port Authority
Requisition and Proposal
Project Name Berth 2 Fender Refurbishment 2024
Project No. 11359 Task No. 01
3|P a g e
The Alabama State Docks is a full time operating facility; operating 24 hours a day, 365 days a year,
including nights, weekends and holidays. The successful Contractor will be required to familiarize
itself with and conform to all Port safety requirements and procedures.
Time is an essential element in the contract. As the prosecution of the work will inconvenience the
tenant and interfere with business, it is important that the work be pressed vigorously to completion.
Also, the cost to the Alabama State Port Authority of the administration of the contract, supervision,
inspection and engineering will be increased as the time occupied in the work is lengthened.
Therefore, exclusive of Sundays and national holidays, for each day that the work remains incomplete
after the time specified, an amount of $500.00 shall be paid by the contractor to the Alabama State
Port Authority as liquidated damages for the loss sustained by the State because of failure of the
contractor to complete the work within the specified time.
Subsequent to the final acceptance of this project by the Engineer, the following requirements must
be satisfied by the Contractor before final payment can be made.
a) The Contractor must execute copies of CONTRACTOR'S AFFIDAVIT OF PAYMENT OF CLAIMS AND
DEBTS on the form furnished by the Engineer.
b) The Contractor must have his surety execute copies of CONSENT OF SURETY TO FINAL PAYMENT
on the form furnished by the Engineer.
c) The Contractor must furnish a letter on his letterhead acknowledging that acceptance of final
payment by the Contractor constitutes a waiver of all claims, present or future, in connection with
this project.
d) The Contractor must furnish a written guarantee on his letterhead covering all defects in material
and workmanship for a period of one (1) year commencing on the date of final acceptance.
e) If any purchased items have been incorporated in the work, the Contractor must furnish a letter
on his letterhead assigning those warranties to the OWNER. Copies of said warranties shall be
bound in one binder and submitted along with the letter assignment.
IMPORTANT NOTICE TO BIDDERS REGARDING ACCESS TO ASPA RESTRICTED FACILITIES:
The Alabama State Port Authority’s Access Policy is provided on the ASPA website and in the links
below:
https://www.alports.com/port-access/
ALL persons working on this project are REQUIRED to have valid access credentials to include: 1) A
TWIC Card 2) ASPA Badge 3) ASPA Vehicle Decal.
IMPORTANT NOTICE TO BIDDERS REGARDING EMPLOYMENT PRACTICES:
Effective October 1, 2011, the Beason-Hammon Alabama Taxpayer and Citizen Protection Act (“the
Act”) requires that any business entity contracting with or providing any grant or incentives to the
state, including the Alabama State Port Authority, certify compliance with the Act. All Bidders must
certify such compliance by executing the enclosed Certificate of Compliance and returning it to the
Alabama State Port Authority with your bid package along with proof of the contractor’s enrollment
in the e-verify program. The following E-Verify website link is provided for convenience:
http://www.dhs.gov/files/programs/gc_1185221678150.shtm.
Form ENG-FR-003 R&P Template
Last Revised 1/31/12
Alabama State Port Authority
Requisition and Proposal
Project Name Berth 2 Fender Refurbishment 2024
Project No. 11359 Task No. 01
4|P a g e
Contractor’s Proposal
The Contractor hereby agrees to perform the specified work for the prices outlined in the following
schedule. All items listed shall be performed in accordance with this requisition and proposal and all
referenced documents.
Description
Est Qty UOM Unit Price
Value
1. Project Mobilization/Demobilization
1
LS
LS
$ ___________
2. Bonds and Insurance
3. Removal & Disposal of approximately 62 LF of
fender system as specified in the attached
drawings and scope of work specifications.
4. Furnish & Install approximately 62 LF of new
fender system as specified in the attached
drawings and scope of work specifications.
1
LS
1
LS
LS
$ ___________
LS
$ ___________
1
LS
LS
$ ___________
TOTAL BASE BID $ _____________
BID ADDITIVE 1
5. Removal & Disposal of approximately 62 LF of
existing fender system at a location to be
determined by ASPA as specified in the attached
1
LS
drawings and scope of work specifications.
6. Furnish & Install approximately 62 LF of new
fender system at a location to be determined by
ASPA as specified in the attached drawings and
1
LS
scope of work specifications.
LS
$ ___________
LS
$ ___________
TOTAL BID ADDITIVE 1 $ _____________
BID ADDITIVE 2
7. Remove and dispose of single U-Adjuster
Shackles. Furnish and install double U-
Adjuster/Tensioner Shackles and tension chains
12
EA
per the scope of work specifications.
________ $ ___________
TOTAL BID ADDITIVE 2 $ _____________
BID ADDITIVE 3
8. Remove & Dispose existing; Furnish and Install
new approximately 23 LF of timbers per the
23
LF ______ $ ___________
scope of work specifications.
TOTAL BID ADDITIVE 3 $ _____________
Form ENG-FR-003 R&P Template
Last Revised 1/31/12
Alabama State Port Authority
Requisition and Proposal
Project Name Berth 2 Fender Refurbishment 2024
Project No. 11359 Task No. 01
5|P a g e
NOTES:
1. Sealed bid proposals will be received via courier to the Alabama State Port Authority, 1400
Alabama State Docks Blvd, Suite 216, Administration Building, Mobile, AL 36602 by 1:30 P.M. on
Thursday, January 4, 2024. Sealed bid proposals can also be hand delivered to the Killian Room,
1st Floor ITC starting at 15 minutes prior to the official bid opening at 2:00 PM on Thursday,
January 4, 2024 at the Alabama State Port Authority in the International Trade Center building,
250 North Water Street, Killian Room, 1st floor, Mobile, AL. No bids will be accepted after 2:00
P.M. No faxed or electronic bids will be accepted. Conditional bids will not be accepted.
2. Bid proposals must be submitted in sealed envelopes with the words “Bid Document Enclosed
clearly marked on the outside of the envelope. Sealed bids shall have the bidder’s name,
contractor’s license number, project name, and time and date of bid opening shown on the
outside of the envelope.
3. A Bid Bond or Certified Check made payable to the Alabama State Port Authority and equal to
five percent (5%) of the amount bid, not to exceed $10,000, must accompany the Bid Proposal.
4. Authority reserves the right to refuse to issue a proposal form or a contract to a prospective
bidder for any of the following reasons:
a) Failure to pay, or satisfactorily settle, all bills due for labor and materials on former
contract in force with the Authority.
b) Contractor default under previous Contract with the Authority.
c) Proposal withdrawal or Bid Bond forfeiture on previous project with the Authority.
d) Unsatisfactory work on previous contract with the Authority.
e) Lack of competency, past experience, adequate machinery or lack of personnel.
5. Authority may make such investigations as deemed necessary to determine the ability of the
bidder to perform the work, and the bidder shall furnish all such information and data for this
purpose as the Authority may request. The Authority reserves the right to reject any bid if the
evidence submitted by, or investigation of, such bidder fails to satisfy the Authority that such
bidder is properly qualified to carry out the obligations of the Contract.
6. The Owner may terminate the contract, or any portion thereof, for just cause by written notice
to the Contractor. If the contract, or any portion thereof, is terminated before completion of all
items of work in the contract, payment will be made for the actual number of units or items of
work completed or started. No claims for loss of anticipated profits will be considered.
7. If the Contractor to whom this contract is awarded does not provide adequate service or
workmanship, ASPA reserves the right to cancel the contract and re-bid this work excluding that
Contractor from consideration.
8. Any questions regarding the procurement should be directed to Matthew Thomas, P.E., Project
Manager, at phone number (251) 441-7242 or email matthew.thomas@alports.com.
9. The right is reserved, as the interest of the Alabama State Port Authority may require, to reject
any and all bids and to waive informalities in bids received.
10. The Contractor must provide a high visibility temporary barrier to delineate the limits of
construction activities on the berths at all times.
11. The new fender system longitudinal wales shall be furnished with no internal splices.
12. The cost of all items ancillary to the project shall be absorbed into the cost of the bid items. No
separate payment shall be made for these items.
Form ENG-FR-003 R&P Template
Last Revised 1/31/12
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >