Demolition & Debris Removal

Agency: City of Seguin
State: Texas
Type of Government: State & Local
NAICS Category:
  • 238910 - Site Preparation Contractors
  • 562119 - Other Waste Collection
Posted Date: Nov 30, 2023
Due Date: Dec 12, 2023
Solicitation No: Ai-2024-08
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Bid Number: Ai-2024-08
Bid Title: Demolition & Debris Removal
Category: Invitation to Bid
Status: Open

Publication Date/Time:
11/29/2023 8:00 AM
Closing Date/Time:
12/12/2023 3:00 PM
Related Documents:

Attachment Preview

CITY OF SEGUIN
205 N. RIVER
SEGUIN, TEXAS 78155
BID SPECIFICATION
for
DEMOLITION AND DEBRIS REMOVAL
Bid No. Ai-2024-08
Bids Due:
December 12, 2023, at 10:00 a.m.
Bid No:
RFP Title:
Bids Due:
Invitation for Bids
Ai-2024-08
Demolition and Debris Removal
Tuesday, December 12, 2023, by 10:00 a.m. local time
Via e-mail to: abruns@seguintexas.gov
The City of Seguin is soliciting bids for debris removal and demolition of seven (7) residential
structures in accordance with the specifications contained herein. Bids will be received until the
date and time indicated above. Bids shall remain valid for sixty (60) days.
Bids must be sent electronically to City of Seguin Purchasing Manager, Ashley Bruns, at
abruns@seguintexas.gov. Please include the Bid Number and the words DEMOLITION BID in
the subject line of the e-mail. Bids which are received after the specified time and date will not
be considered.
Respondents are encouraged to read the entire document prior to submitting a response. Any
clarification or interpretation of the specifications, if made, will be made only by written
addendum issued by the City of Seguin Purchasing Department. Once issued, an addendum
becomes a part of the bid documents. The City will not be responsible for any verbal explanation
or interpretation of the bid made or given prior to the award of the contract.
For questions regarding this bid,
contact:
Ashley Bruns
Purchasing Manager
(830) 386-2251
abruns@seguintexas.gov
1
GENERAL SPECIFICATIONS
1.0 SCOPE AND INTENT
The City of Seguin is requesting bids for furnishing all labor, equipment, materials, supplies,
superintendence, and other items or services necessary to perform the demolition and debris
removal of the residential structures located at:
953 E. Pine Street
708 Schuessler Street
563 Avenue B
406 Ellis Street
556 Silva Street
216 S. Cherry Street
1415 Sixth Street
2.0 CRITERIA FOR BID AWARD
The bid will be awarded to the bidder(s) having sufficient ability to perform this Contract as
stated in conjunction with the lowest price or best value to the City per location. Contactors
can/may be awarded individual bids for individual properties. The City reserv es the right
to accept or reject any or all bids or any combination of bids it deems
advantageo us. Factors used to determine the award are:
2.1 Capability and experience of the Contractor,
2.2 Contractor’s Legal and Compliance History, and
2.3 Price per location
3.0 STATEMENT OF QUALIFICATIONS
A statement of the qualifications of the bidder must be submitted using the form provided
herein. The City may make investigations as necessary to determine the ability of the bidder to
perform the Contract Work. The City reserves the right to reject any bid unless evidence
substantiates that the bidder is properly qualified to carry out contractual obligations. Bids will
be considered only from qualified bidders.
Bidders, if required, shall present satisfactory evidence that they have been regularly engaged
in furnishing material and machinery and constructing such work as they propose to execute,
and that they are fully prepared with necessary capital, machinery and material to begin the
work promptly and to conduct it as required by these specifications.
4.0 CONTRACTOR’S LEGAL AND COMPLIANCE HISTORY
Contractor shall provide a report of legal action that shall include the style, cite, substance,
status, and outcome of any current/pending litigation and any litigation settled or disposed
within the past five (5) years against Contractor, Contractor’s officers, Contractor’s employees
and Contractor’s proposed subcontractors relating to the protection of the environment. The
report shall detail the substance, status, and outcome of such legal action. This includes without
limitation the names of the agency and/or persons bringing the action, all relevant dates, and all
fines, judgments, and/or settlements. Provide detail of any ethics violations or board actions
within the past five (5) years against the proposer, including its parent, sister or subsidiary
companies, and proposed sub-contractors. If contractor has no history of legal action to
report, contractor shall include a statement of “no legal action” in their bid.
“Legal Action” means: ANY enforcement action by the United States Environmental Protection
Agency, the Occupational Safety and Health Administration, any other federal agency, the Texas
Commission on Environmental Quality (including its predecessor agency the Texas Natural
Resource Conservation Commission), the Texas Department of State Health Services (including
its predecessor agency The Texas Department of Health), and any other state agency,
commission or department, whether in Texas or elsewhere, when such enforcement action is a
result of violations, real or alleged, of any laws, licenses, permits, judicial orders, or
administrative orders, relating to the protection of the environment.
“RELATING TO THE PROTECTION OF THE ENVIRONMENT” means: requirements pertaining to
the manufacture, processing, distribution, use, handling, storage, transportation, reporting,
records keeping, permitting, licensing, treatment, disposal, emission, discharge, spill, release, or
threatened release of hazardous materials, hazardous substances, hazardous wastes, toxic
substances, petroleum, industrial waste, solid waste, pollutants or contaminants into or onto
the air, surface water, drinking water, groundwater, storm water, publicly owned treatment
works, or land.
5.0 LIST OF SUBCONTRACTORS
A list of subcontractors of the bidder must be submitted using the form provided. Attach to bid
as necessary for the number of subcontractors anticipated on this project. It is expressly
understood that the use of any subcontractor other than those submitted with the Bid shall
require written approval from the City.
6.0 PREPARATION OF BID
6.1 Bidder’s Proposal Form must be complete and printed in ink or typewritten. Bids must
give full firm name and address of respondent and be manually signed. The person signing
the proposal must show title or authority to bind his/her firm in a contract. Firm name and
authorized signature must appear on each page that calls for this information. Failure to
provide complete information or exact quantities requested may result in disqualification of
bid.
6.2 All prices shall be submitted as specified on the Bid Form. No Bidshall be marked on all
items for which bidder does not wish to bid.
7.0 EXCEPTIONS
If there are any exceptions to, or deviations from, what is prescribed in the specifications,
they must be listed on a Bidder’s Exception sheet and attached to the bid. If a Bidder’s
Exception sheet is not attached, it is presumed that your bid meets all specifications
without exception.
8.0 INSURANCE REQUIREMENTS AND INDEMNITY
The Vendor will procure and maintain at its own expense insurance with insurance
companies authorized to do business in the State of Texas, covering all operations under
this Agreement, whether performed by the Vendor or its agents, subcontractors or
employees. Before commencing the work the Vendor will furnish to the City an original
certificate or certificates in a form satisfactory to the City, showing that Vendor has
complied with this paragraph and all requirements indicated in Attachment A.
DEMOLITION SPECIFICATIONS
1.0 Contractor must be currently licensed with the City of Seguin and is responsible for obtaining a licensed
plumber.
2.0 Contractor must obtain a demolition permit from the City of Seguin. The fee for the demolition permit
will be waived. All requirements of the demolition permit must be met.
3.0 Contractor must agree to complete work and pass final inspection within sixty (60) days of written
notice to proceed.
4.0 Time is of the essence of this contract and for each day of delay beyond the number of calendar days
or completion date agreed upon for the completion of this work herein specified the City may withhold,
permanently, from the Contractor’s total compensation the sum of one hundred dollars ($100.00) per each
calendar day as stipulated damages for such delay. Bad weather days will be allowed at the discretion of City
staff.
5.0 Contractor hereby agrees to commence work within ten (10) days after the date written notice to
do so shall have been given to him, and to complete the same and pass final inspection within sixty (60)
days of written notice to proceed.
6.0 Contractor shall keep work site clear of dangerous debris during demolition process and will limit access
of work site to only necessary workers and inspectors. Contractor accepts full responsibility for securing work
site during demolition and accepts full liability for any consequences of failure to keep work site secure.
Contractor accepts full responsibility for safety of workers and will follow methods and practices established by
industry standards and law to ensure job safety. Contractor accepts full liability for any injuries sustained by
persons or damages to property suffered during course of demolition.
7.0 Prior to any demolition activities, the contractor will remove all universal waste items including light
bulbs, mercury-containing devices, paints, pesticides, etc. These items will be properly packaged and disposed
by the contractor. The contractor will provide documentation (waste manifest, bill of lading, etc.) that the
waste was properly disposed.
8.0 Utilities to the site will be terminated by the City. Prior to demolition, the contractor will be responsible
for verifying that all utilities (i.e. natural gas, telephone, water, etc.) have been disconnected.
9.0 Prior to the start of demolition of the structure, it shall be inspected by contractor to ensure the safety
of the crew.
10.0 Any piping above ground must be cut below grade and capped. Sewer tap must be capped off with
concrete by the Contractor and left uncovered so that Inspectors can verify that the sewer line has been
properly capped. Contractor is responsible for contacting City staff for final inspection of the project, which
includes inspection of the sewer tap and verification that the property has been cleaned in accordance with
specifications. The work will not be considered complete until a final inspection of the project by City staff.
11.0 Contractor shall comply with Chapter 33, Section 3303 – “Demolition” of the 2018 International Building
Code (see Exhibit A). The City will mark the boundaries of the site.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Property Damage Appraisals CONTACT: Bowdin, Bruce (214-749-2513) ISSUED: 3/18/04 CONFERENCE: OFFERS DUE: 3/23/04

Dallas Area Rapid Transit

Bid Due: 10/07/2052

Bid Information Type Invitation to Bid Status Issued Number Ji0424-41 (Demolition of Six

City of Beaumont

Bid Due: 5/17/2024

Bid Information Type Invitation to Bid Status Issued Number Ji0424-40 (Demolition of Five

City of Beaumont

Bid Due: 5/03/2024

Solicitation Number title Solicitation Documents Deadline to Submit Questions Deadline To Submit Responses

Houston City Housing Authority

Bid Due: 5/20/2024