SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO
|
|
- Gwendoline Baker
- 6 years ago
- Views:
Transcription
1 SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO CITY OF SAN MATEO, CALIFORNIA ***** CONTRACT BOOK AUGUST 5, 2013
2 CONTRACT BOOK SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO CITY OF SAN MATEO, CALIFORNIA CITY COUNCIL AWARD CONTRACT DRAWINGS: Included in this Contract Book. TIME OF COMPLETION: 90 Calendar Days NOTICE INVITATION TO BIDDERS PROPOSAL FORM SCHEDULE OF BID ITEMS LIST OF SUBCONTRACTORS BIDDER'S STATEMENT NONCOLLUSION AFFIDAVIT ***** CONTENTS CERTIFICATION OF NON-DISCRIMINATION CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION SPECIAL PROVISIONS PART I -- GENERAL PROVISIONS PART II -- CONSTRUCTION PART III -- CONSTRUCTION METHODS APPENDIX I - AGREEMENT FOR PUBLIC IMPROVEMENT Q:\pw\PWENG\Heinrich\Fire Station 21\Bid\Contract Book 08/06/13
3 NOTICE INVITING BIDS SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO CITY OF SAN MATEO, CALIFORNIA PUBLIC NOTICE IS HEREBY GIVEN THAT the City of San Mateo invites competitive bids for a Contract for the project entitled: San Mateo Fire Station 21 Window Replacement. 1. Sealed bids will be received by the City Clerk of the City of San Mateo, California, for CITY OF SAN MATEO, SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT as described and shown in this Contract Book. Said sealed proposals shall be delivered to the City Clerk, City Hall, 330 West 20th Avenue, San Mateo, California 94403, at or before 2:00 p.m., Thursday, August 22, 2013, and they shall be opened and read by a City Representative at said date and time at a public meeting called by the City. 2. PROJECT DESCRIPTION: The Project consists of replacing the existing exterior windows in Fire Station 21, located at 120 S. Ellsworth Avenue in San Mateo. The Work is specifically defined in PART II: Construction. 3. COST ESTIMATE: The City estimated total cost for the project is $130,000. This estimate is intended to merely serve as a guideline of the magnitude of work. Neither the bidders nor the Contractor shall be entitled to claims because of any inaccuracy in the estimated cost range. 4. CONTRACT TIME: The Work for this Contract shall be performed and substantially completed within 90 (ninety) calendar days after the City s Notice to Proceed, as defined in the Contract Documents. 5. PRE-BID CONFERENCE: A mandatory pre-bid conference and walk-through is scheduled on Tuesday, August 13, 2013, 10:00 AM, at Fire Station 21. This meeting is to inform bidders of project requirements. Bidder's attendance at this meeting will be mandatory. Failure to sign-in and attend the walk-through will disallow submitted bids. 6. CONTRACTOR S LICENSE: Pursuant to Business & Professions Code Section and California Public Contract Code section 3300, the successful bidder must possess a current and active State of California Class C-17 Glaziers contractor s license at the time the contract is awarded. The Contractor and/or their designated subcontractor shall be required to possess appropriate hazardous materials removal certifications, and each subcontractor shall possess a valid Class C license for their area of work. Firms bidding as a joint venture must secure a joint venture license prior to award of this contract. Failure to possess the specified license(s), when requested by the City after the bid opening, shall render the bid non-responsive. 7. CONTRACT DOCUMENTS: The Contract Documents consist of this Contract Book, which includes the Bidding and Contracting Documents, General Requirements and A-3
4 A-4 Technical Specifications and drawings. The Contract Documents are available as a free download at 8. ADDENDA: Addenda issued during the time of bidding shall become a part of the Contract Documents, must be covered in the Bids, and will be included as part of the Agreement. It is the responsibility of each bidder to contact the City to determine the existence of any and all addenda. Each Bid shall include specific acknowledgement, in the space provided, of receipt of all addenda. Failure to acknowledge all addenda may result in the Bid being rejected as not responsive. The deadline for submission of questions and clarifications concerning the San Mateo Fire Station 21 Window Replacement, project is Friday, August 16, 2013 at 5:00 PM. Addenda will be issued online at the City of San Mateo s website, seventy-two (72) hours prior to date set for the opening of bids. 9. BONDS AND INSURANCE: All bids shall be accompanied by a bid bond, cashier's check, or certified check made payable to the City of San Mateo in an amount not less than ten percent (10%) of the aggregate amount of the bid. Additionally, after award of the contract, the successful bidder shall be required to provide security for 100% faithful performance and 100% labor and materials (payment bond) in accordance with the requirements set forth in Section 00800, SUPPLEMENTARY CONDITIONS as well as proof of insurance, in accordance with the requirements set forth in Section 00820, LIABILITY AND INSURANCE REQUIREMENTS. Bonds must be executed by a surety possessing a valid certificate of authority issued by the California Department of Insurance. 10. PREVAILING WAGE: In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date in effect on the date of advertisement for bids. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. The wages as set forth in the General Prevailing Wage Rates for this project will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. The State Prevailing Wage Rates may also be obtained from the California Department of Industrial Relations internet web site at Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force.
5 11. LIQUIDATED DAMAGES: The City will assess liquidated damages in the amount of $ per calendar day for each day the Contractor fails to complete the Work within the Contract Time as specified above, in accordance with the terms of the AGREEMENT. 12. Contractor is notified that he or she shall comply with the requirements for Non- Discrimination as set forth in the in the Section 00470, CERTIFICATION OF NON- DISCRIMNATION. 13. The right is reserved, as the interest of the City may require, to reject any or all bids, to waive any informality in bids, and to accept, modify, or reject any items of the bid, or in the case of a single bid being received to extend the acceptance date by up to thirty (30) days with notice. The City of San Mateo is a charter City and any contract entered into is subject to the provisions of the City of San Mateo Charter, which may supersede certain provisions of the Public Contract Code and other provision of state law. 14. Said City Representative shall report the results of the bidding to the City Council at a later date, at which time the City Council may award the contract to the lowest responsible bidder as so reported; or as City's interest may dictate. The City Council may exercise its right to modify the award or to reject any or all bids. Any protests to award of contract shall follow the procedures outlined in City Council Resolution No. 61, dated June 7, RETENTION: To ensure performance, City reserves the right to retain five percent (5%) of the contract price for 35 days after it records the Notice of Completion. However, pursuant to the Public Contracts Code Section 22300, Contractor may substitute securities for said five percent (5%) retention or request that City make payments of retentions earned directly to an escrow agent at Contractor's expense. The provisions of the Public Contracts Code Section are hereby expressly made a part of the contract. 16. INQUIRIES: If a bidder has question regarding this Project, contact: Gogo Heinrich, Project Manager, City of San Mateo, (650) , gheinrich@cityofsanmateo.org. Dated: August 5, 2013 /S/ DAVID LIM, MAYOR A-5
6 PROPOSAL FORM SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO TO THE HONORABLE CITY COUNCIL CITY OF SAN MATEO, CALIFORNIA DEAR COUNCIL MEMBERS: FOR THE TOTAL BASE CONTRACT SUM OF (use figures only) computed from the unit and/or lump sum prices shown on the attached schedule of bid items, the undersigned hereby proposes and agrees that if this proposal is accepted he will contract with the City of San Mateo, California, to furnish all labor, materials, tools, equipment, transportation, and all incidental work and services required to complete all items of work shown in the Contract Documents. All work shall conform to the lines, grades, and dimensions shown on said drawings and shall be done in accordance with this Contract Book and the APWA-AGC Standard Specifications for Public Works Construction, 2012 Edition. This proposal is submitted in conformance with the requirements of the APWA-AGC Standard Specifications for Public Works Construction, 2012 Edition; and is also subject to the terms and conditions of the attached LIST OF SUBCONTRACTORS and BIDDER'S STATEMENT. The work shall be paid for at the unit and/or lump sum prices shown on the attached SCHEDULE OF BID ITEMS. Contractor's Signature Date Name of Company Address Phone Number ( ) Fax Number ( ) ( ) A-6
7 SCHEDULE OF BID ITEMS (To be submitted with Proposal Form) SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO ITEM NO. DESCRIPTION OF WORK EST. QTY. UNIT UNIT COST TOTAL COST 1 BASE BID: Replace all exterior windows. $ 2 Cost for exterior finish repairs. All labor, materials and fees to repair the exterior finishes surrounding the windows to match existing. This lump sum cost shall be based on 10 (ten) square feet. This bid item will be used only when recommended and approved by the Project Manager. Payment for quantities different than this bid item amount will be adjusted based on the unit cost derived from this bid item. 3 Cost for interior finish repairs. All labor, materials and fees to repair the exterior finishes surrounding the windows to match existing. This lump sum cost shall be based on 10 (ten) square feet. This bid item will be used only when recommended and approved by the Project Manager. Payment for quantities different than this bid item amount will be adjusted based on the unit cost derived from this bid item. 10 Sq. Ft. $ 10 Sq. Ft. $ TOTAL ITEMS 1-3 This cost is the basis for award. A-7
8 ADDITIVE ALTERNATES Note: The City reserves the right to select and award the additive alternates at its discretion. A.1 Additive Alternate No. 1: In lieu of double glazing (STC Rating 40), furnish and install triple glazing (STC Rating 46) for all windows. $ A.2 Additive Alternate No. 2: Furnish and install insect screens at the operable portions of all windows. $ A-8
9 SUBCONTRACTING REQUIREMENTS AND LIST OF SUBCONTRACTORS (To be submitted with Proposal Form) SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO Each bidder acknowledges it is aware and familiar with the requirements related to subletting and subcontracting set forth in Section 2-3 of the APWA-AGC Standard Specifications, and in the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code of the State of California. These requirements include a provision that the Contractor shall perform, with its own organization, contract work amounting to at least 50 percent of the contract price. Each bidder in submitting his bid for the doing of the work or improvement shall in his bid or offer, in accordance with the provisions of Section 4104 of the Public Contract Code of the State of California, set forth the following: 1. Name and address of the place of business of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or the improvement in an amount in excess of one-half (1/2) of one percent (1%) of the general contractor's total bid or $10,000, whichever is greater. 2. The specific work and dollar amount of work that will be done by each subcontractor. 3. If no portion of the work is to be subcontracted as provided in item 1, insert the word "none" in the space provided and sign below. NAME ADDRESS SPECIFIC WORK DOLLAR AMOUNT $ $ $ $ $ Contractor's Signature A-9
10 BIDDER'S STATEMENT SHEET 1 OF 3 (To be submitted with Proposal Form) SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO The undersigned has carefully read the APWA-AGC Standard Specifications for Public Works Construction, 2012 Edition, and realizes that any variation or deviation from these specifications, requirements and conditions shall be sufficient grounds for rejection of all or any part of the work performed. Such rejected work shall be replaced entirely at the Contractor's expense, and failure to do so within a reasonable length of time shall be sufficient reason for the withholding of payment for any part of or all of the work and forfeiture of the Contractor's bond. The undersigned further certifies that he is licensed by the State of California as a Class C-17 Glaziers, that the license is now in force, and that the number is and the expiration date is. Further the undersigned certifies that upon request he will provide evidence of said license. Pursuant to Business and Professions Code Section I,, declare under penalty of perjury that the foregoing and the statements contained in the bid for the above titled project are true and correct and that this declaration is made on this day of, 20, at, California. The undersigned understands he must meet the requirements of Section SP-7-2.3, NON- DISCRIMINATION POLICY prior to award of contract and conform to those guidelines throughout the duration of the contract. It is understood that the quantities set forth herein are approximate only and are to be used only for the comparison of bids and the guidance of the bidder. If awarded the contract, the undersigned hereby agrees to sign and file an agreement, attached as Appendix I, together with the necessary bonds, certificate(s) of insurance, related endorsements for general and automobile liability insurance, and proof of a San Mateo Business License in the office of the City Clerk within ten (10) calendar days after the date of the award and to commence work within five (5) days of the date specified in the notice to proceed, and to complete the work under said contract within the specified number of working days beginning from the date specified in the notice to proceed. Further, the undersigned agrees to insure that all subcontractors obtain a San Mateo Business License in accordance with Section SP-2-13, SAN MATEO BUSINESS LICENSE GUIDELINES. Contractor and all subcontractors also agree to keep the Business License current for the entire term of the contract. If the unit price and the total amount named by a bidder for any item do not agree, it will be assumed that the error was made in computing the total amount and the unit price alone will be considered as representing the bidder's intention. Unit prices bid must not be unbalanced. A-10
11 BIDDER'S STATEMENT SHEET 2 OF 3 (To be submitted with Proposal Form) SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO The undersigned has checked carefully all the figures listed in the Schedule of Bid Items and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. The undersigned agrees that this bid may not be withdrawn for a period of forty-five (45) days after the date set for the opening thereof. NOTE: IF THE PROPOSAL IS MADE BY AN INDIVIDUAL, HIS NAME AND POST OFFICE ADDRESS MUST BE SHOWN. IF THE PROPOSAL IS MADE BY A PARTNERSHIP, THE NAME AND ADDRESS OF EACH MEMBER OF THE FIRM OR PARTNERSHIP MUST BE SHOWN (if more than two members of a firm or partnership, please attach an additional page); OR IF MADE BY A CORPORATION, THE PROPOSAL SHALL SHOW THE NAME OF THE STATE UNDER THE LAWS OF WHICH THE CORPORATION WAS CHARTERED AND THE NAMES, TITLES AND BUSINESS ADDRESSES OF THE PRESIDENT, SECRETARY AND TREASURER OF SAID CORPORATION. A-11
12 BIDDER'S STATEMENT SHEET 3 OF 3 (To be submitted with Proposal Form) SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO SIGNATURES FOR BIDDER: If INDIVIDUAL, sign below: Signature Date Print name Post Office Address If PARTNERSHIP, sign below (show names of non-signing partners): Signature Date Name of Partner Post Office Address Signature Date Name of Partner Post Office Address (if different) If CORPORATION, sign below (show names of non-signing officers): a CORPORATION Name of State Where Chartered Signature Date Print name of person signing bid Title List names of the following officers: PRESIDENT SECRETARY TREASURER Post Office Address A-12
13 NONCOLLUSION AFFIDAVIT (To be submitted with Proposal Form) SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO State of California ) ) ss. County of ), being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, or any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or of that of any other bidder, or to secure contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this affidavit. Subscribed and sworn to before me, a Notary Public in and for the State of California, County of, this day of, 20. Signature of Notary Public (seal) My commission expires,. A-13 ***END OF AFFIDAVIT***
14 CERTIFICATION OF NON-DISCRIMINATION (To be submitted with Proposal Form) SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO On behalf of the bidder making this proposal, the undersigned certifies that there will be no discrimination in employment with regard to race, color, religion, sex, disability, or national origin; that all federal, state, local directives, and executive orders regarding non-discrimination in employment will be complied with; and that the principle of equal opportunity in employment will be demonstrated positively and aggressively. BIDDER By: (Name and title of person making certification) Date A-14
15 CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE (To be submitted with Proposal Form) SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO On behalf of the bidder, the undersigned certifies that the Prevailing Wage Scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. The undersigned understands that weekly certified payrolls must be submitted for verification. BIDDER By: (Name and title of person making certification) Date Questions shall be addressed to: Department of Labor Relations Division of Labor Statistics and Research Prevailing Wage Unit 45 Fremont Street, Suite 1160 P. O. Box San Francisco, CA A-15
16 CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION (To be submitted with Proposal Form) SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO I am aware of the provisions of Section 3700 of the Labor Code that require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. BIDDER By: (Name and title of person making certification) Date A-16
17 SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA SAN MATEO FIRE STATION 21 WINDOW REPLACEMENT CITY PROJECT NO The work embraced herein shall be done according to the APWA-AGC Standard Specifications for Public Works Construction, 2012 Edition, (hereinafter referred to as the Standard Specifications), and according to these Special Provisions. The Standard Specifications are in all other respects incorporated into and are a part of the contract, except where they conflict with these Special Provisions. The Special Provisions shall govern in lieu of conflicting provisions of the Standard Specifications, but shall in no way nullify nonconflicting portions of the Standard Specifications. Whenever the letters SP are used as a prefix in section numbering (e.g., SP-200-2) the sections so designated are in these Special Provisions and refer to modifications or additions to sections in the Standard Specifications which have the same first numbers (e.g., 200-2). PART 1 - GENERAL PROVISIONS SP-2-1 AWARD OF CONTRACT. The right is reserved to reject any an all proposals. The award of contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed or has demonstrated, to the satisfaction of the City, adequate good faith efforts to do so. In determining the award, careful consideration by City shall be given to each item of bid. All bids will be compared on the basis of the Engineer s Estimate of the quantities of work to be done. The City reserves the right to amend or reject any or all proposals and also to select, modify, or reject any of the bid items as City see in its best interest. Such award, if made, will be made within 45 days after the opening of the proposals. This period will be subject to extension for such further period as may be agreed upon in writing between the Department and the bidder concerned. Any protests to award of contract shall follow the procedures outlined in City Council Resolution No. 61, dated June 2, SP-2-3 SUBCONTRACTS. The Contractor is prohibited from employing any subcontractor that is ineligible under Labor Code section SP-2-4 CONTRACT BONDS. Before execution of the contract by the Agency, the Contractor shall file with the agency surety bonds satisfactory to the City in the amounts and for the purposes noted below. Bonds shall be duly executed by a responsible corporate Surety, authorized to issue such bonds in the State of California and secured through an authorized agent with an office in California. The Contractor shall pay all bond premiums, costs, and incidentals. Each bond shall be signed by both the Contractor and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide two acceptable surety bonds; one for labor and materials and one for performance. A-17
18 The "Payment Bond" (Material and Labor Bond) shall be for not less than 100 percent of the contract price, to satisfy claims of material suppliers and of mechanics and laborers employed by it on the work. The bond shall be maintained by the Contractor in full force and effect until the completed work is accepted by the Agency, and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code. The "Faithful Performance Bond" shall be for 100 percent of the contract price to guarantee faithful performance of all work, within the time prescribed, in a manner satisfactory to the City, and that all materials and workmanship will be free from original or latent developed defects. SP GUARANTEE. The Contractor warrants and guarantees that all material and equipment used or furnished and all workmanship are of the type and quality specified herein. The Contractor further guarantees that any latent fault in construction or defective material discovered within one year after acceptance of the work shall be remedied by him without cost to the City, upon written notice given to him. Other subsequent latent defects shall be covered by responsibilities set forth in the law. In the event of failure to comply with the above-mentioned conditions within a reasonable time after notice, the City will have the defects repaired and made good at the expense of the Contractor, who agrees to pay the costs and charges therefore immediately upon demand. The signing of the agreement by the Contractor shall constitute execution of the above guarantees. The Faithful Performance Bond shall remain in full effect during the guarantee period and will not be released until the expiration of such period. SP-2-5 PLANS AND SPECIFICATIONS. The plans for this project consist of the window schedule and photographs. The specifications are for Peerless Architectural Windows. The plans and specifications are incorporated into this contract book. SP-2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish and install all materials, equipment, tools, labor, and incidentals necessary to complete the work. The work to be performed under this contract for the window replacement at Fire Station 21 shall include, but not be limited to, the following: Selective Demolition and disposal of existing windows and associated materials. Installation of new windows. Temporary security and weather protection while the work is being performed and until acceptance of the work. ADDITIVE ALTERNATES: Additive Alternates: A.1 Additive Alternate No. 1: In lieu of double-glazed windows (STC Rating 40), furnish and install triple-glazed windows (STC Rating 46). A.2 Additive Alternate No. 2: Furnish and install insect screens for all operable portions of the windows. A-18
19 SP EXAMINATION OF THE SITE. There will be a MANDATORY pre-bid site visit for the project on Tuesday, August 13, 2013 at 10:00 am at the San Mateo Fire Station 21, 120 S. Ellsworth, San Mateo. The bidder shall examine carefully the site of the work contemplated, the plans and specifications, and the proposal and contract forms therefor. The bidder is responsible for confirming the quantities of windows, types, and dimensions. The submission of a bid shall be conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality and scope of work to be performed, the quantity of materials to be furnished and as to the requirements of the proposal, plans, specifications and contracts. The bidder represents that he or she is fully qualified to perform this examination and review. If the bidder determines that any portion of the site or the plans and specifications present any interpretation problems of any kind, the bidder shall note such a determination upon this bid form. Failure to note any such determination shall be conclusive evidence of acceptance by the bidder of the sufficiency of the plans and specifications. SP-2-9 SURVEYING. Staking of line and grade is not applicable to this project. SP-2-12 ATTORNEY FEES. Attorney fees in amount not exceeding $85 per hour per attorney, and in total amount not exceeding $5,000, shall be recoverable as costs (that is, by the filing of a cost bill) by the prevailing party in any action or actions to enforce the provisions of this contract. The above $5,000 limit is the total of attorney fees recoverable whether in the trial court, appellate court, or otherwise, and regardless of the number of attorneys, trials, appeals or actions. It is the intent that neither party to this contract shall have to pay the other more than $5,000 for attorney fees arising out of an action, or actions, to enforce the provisions of this contract. The parties expect and hope there will be no litigation and that any differences will be resolved amicably. SP-2-13 SAN MATEO BUSINESS LICENSE GUIDELINES. A business license shall be obtained as required by the San Mateo Municipal Code, Chapter 5. Section of said Chapter 5 provides that "Every person conducting the business of contractor shall pay an annual tax as follows: (1) General Contractor, $124.00; (2) all other contractors, $49.00." SP NOTICE OF POTENTIAL CLAIM. The Contractor shall not be entitled to the payment of any additional compensation for any cause, including any act, or failure to act, by the Engineer, or the happening of any event, thing or occurrence, unless he shall have given the Engineer due written notice of potential claim as hereinafter specified, provided, however, that compliance with this Section SP shall not be a prerequisite as to matters within the scope of the Protest Provision in Section 6-7, "Time of Completion," in the Standard Specifications, nor to any claim which is based on differences in measurements or errors of computation as to contract quantities. The written notice of potential claim shall set forth the reasons for which the Contractor believes additional compensation will or may be due, the nature of the costs involved, and, insofar as possible, the amount of the potential claim. The said notice as above required must have been given to the Engineer prior to the time that the Contractor shall have performed the work giving rise to the potential claim for additional compensation, if based on an act or failure to act by the A-19
20 Engineer, or in all other cases within 15 days after the happening of the event, thing or occurrence giving rise to the potential claim. It is the intention of this Section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters may be settled, if possible, or other appropriate action promptly taken. The Contractor hereby agrees that he shall have no right to additional compensation for any claim that may be based on any such act, failure to act, event, thing or occurrence for which no written notice of potential claim as herein required was filed. SP CHANGES INITIATED BY THE AGENCY. The City of San Mateo reserves the right to change the scope of this contract in order to align the contract price to the monies available. The City shall have full authority and discretion to determine the decrease or increase in quantities required as well as the sub-projects that will be altered, added or deleted. The Contractor shall not be entitled to any additional compensation or adjustment in the unit prices bid because of the above-stated alteration of this project. SP-3-3 EXTRA WORK. New or unforeseen work will be classified as extra work when the Engineer determines that it is not covered by contract unit prices or stipulated unit prices. When the price for the extra work cannot be agreed upon, the City will pay for the extra work based on the accumulation of costs as provided in Section 3-3, Extra Work, of the Standard Specifications. The mark-ups shall be as specified below. SP LABOR SURCHARGE To the actual wages as defined in Section (a) of the Standard Specifications for Public Works Construction, will be added a labor surcharge. The labor surcharge compensates the contractor for statutory payroll items stipulated by various governmental agencies. The six items included are Workers Compensation, Social Security, Medicare, Federal Unemployment, State Unemployment and State Training Taxes. The labor surcharge calculation for overtime work does not include workers compensation on the premium portion of, overtime, as provided by workers compensation regulations. The surcharge percentage to be applied to the actual wages paid as provided in Section (a) of the Standard Specifications for Public Works construction will be 16 percent for regular time (RT) and 14 percent for over time (OT). SP MARK-UP. A. Work by Contractor A-20 The following percentages shall be added to the Contractor's cost and shall constitute the mark-up for all overhead and profits: 1. Labor Surcharge (RT)... 16% 2. Labor Surcharge (OT)... 14% 3. Labor... 25% 4. Materials... 15% 5. Equipment Rental... 15%
21 A Other Items and Expenditures... 15% To the sum of the costs and mark-ups provided for in this subsection, one percent (1%) shall be added as compensation for bonding. B. Work by Subcontractor When subcontractor performs all or any part of the extra work, the markup established in SP (a) shall be applied to subcontractor's cost as determined under In addition, a markup of 10 percent on first $5,000 of subcontracted portion of extra work and 5% on the work added in excess of $5,000 of subcontracted portion of extra work may be added by the contractor for overhead and profit. SP TRADE NAME OR EQUALS. The product specified is Peerless Architectural Windows. Contractor must supply any of the materials specified or offer a product that is equal to that specified. Note that Peerless Architectural Windows meet not only the performance requirements, but the historical requirements as well. The Engineer shall determine whether the material offered is equivalent to that specified. Bidders must submit their substitution requests prior to August 16, 2013 at 5:00 pm for the substitution to be considered. SP-5-1 LOCATION OF UTILITIES. The Contractor's attention is directed to Section 5-l of the specifications for Public Works Construction regarding the Contractor's responsibility for requesting utility companies' representatives to mark or otherwise indicate the location of their respective underground installations. At least forty-eight (48) hours prior to commencing work, the Contractor shall notify Underground Service Alert (USA) so that the various utility companies may field-mark said installations. Once the field marks are in place, the Contractor shall be responsible for all marked utilities damaged during construction or claims resulting from said damage. In addition, the City shall not be responsible for any unmarked utility damaged during construction or any claims resulting from this damage, except for damage to City of San Mateo utilities that the City has not marked within forty-eight (48) hours after receiving notice from USA to do so and which were not marked at the time the damage occurred. Attention is directed to the possible existence of underground utilities not indicated on the plans and to the possibility that underground utilities may be in a location different from that which is indicated on the plans. The Contractor shall ascertain the exact location of underground utilities whose presence is indicated on the plans, the location of their service laterals or other appurtenances, and for existing service lateral or appurtenances of any other underground facilities which can be inferred from the presence of visible facilities such as buildings, meters and junction boxes prior to doing work that may damage any such facilities or interfere with their service. SP COMMENCEMENT OF WORK. The Contractor shall begin work within 15 calendar days after receiving notice that the contract has been awarded by City Council and shall diligently prosecute the same to completion with the time limits provided in the special provisions. SP CONSTRUCTION OR FABRICATION AND DELIVERY SCHEDULE. After notification of award and prior to start of any work, the Contractor shall submit to the Project Manager for approval its proposed construction or fabrication and delivery schedule. The
22 schedule shall be in the form of a tabulation, chart, or graph and shall be in sufficient detail to show the chronological relationship of all activities of the project including, but not limited to, estimated starting and completion dates of various activities, submittal of shop drawings to the Project Manager for approval, procurement of materials, scheduling of equipment, and delivery of finished product. The schedule shall be submitted and approved prior to any work being done. SP PRE-CONSTRUCTION CONFERENCE. A pre-construction conference will be held at a location selected by the City for the purposes of review and approval of said schedule and to discuss construction procedures and payment schedule. The Contractor shall be represented by his superintendent of work. The City will be represented by members of the organization having direct control of supervision of the project. SP DELAYS AND EXTENSIONS OF TIME. In the event that a disagreement shall arise between the City and the Contractor over Time of Performance as extended by the City due to an allowed suspension of work, the Contractor may request an extension from the City Manager. Such requests shall be filed with the City Clerk, addressed to the City Manager, at least twenty (20) days prior to the expiration of the Time of Performance as modified. The ruling of the City Manager shall be final and conclusive. SP-6-7 TIME OF COMPLETION. The Contractor shall prosecute and work to completion before the expiration of ninety (90) calendar days, beginning from the date specified in the Notice to Proceed. The City will furnish the Contractor weekly a statement of calendar days remaining on the contract. SP-6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the work within the time allowed will result in damages being sustained by the City of San Mateo. Such damages will be determined on the following basis. For each consecutive calendar day in excess of the time specified for completion of the work (as adjusted), the Contractor shall pay to the City of San Mateo, or have withheld from monies due it, the sum of the amount necessary to cover any add-on costs or lost revenue and by cost plus an estimate of overhead costs incurred by the City; e.g., inspection and administrative costs, loss of revenue or the cost of alternative services during delay, etc. Execution of the contract under these specifications shall constitute agreement by the City of San Mateo and Contractor that $250 per day is the minimum value of the costs and actual damage caused by failure of the Contractor to complete the work within the allotted time, that liquidated damages shall not be construed as a penalty, and that the amount calculated by the City may be deducted from payments due the Contractor if such delay occurs. SP-6-11 MEDIATION. Should any dispute arise out of this Agreement, any party may request a meeting between the parties to resolve the dispute. Only in the event the dispute is not resolved as a result of such a meeting, or the opposing party refuses to attend such a meeting, any party may request that it be submitted to mediation. The parties shall mediate the dispute within 30 days of such a request. The mediator shall be agreed to by the mediating parties: in the absence of an agreement, the parties shall each submit one name from the mediators listed by either the American Arbitration Association, the California State Board of Mediation and A-22
23 Conciliation, or other agreed-upon service. The mediator shall be selected by a "blindfolded" process. The cost of mediation shall be borne equally by the parties. Neither party shall be deemed the prevailing party. No party shall be permitted to file a legal action without first meeting in mediation and making a good faith attempt to reach a mediated settlement. The mediation process, once commenced by a meeting with the mediator, shall last until agreement is reached by the parties but not more than 60 days, unless the maximum time is extended by the parties. SP HOURS OF LABOR. Construction operations beyond the eight-hour normal workday and on legal holidays may occur on occasion if approved in advance by the City. The Contractor shall notify the Director in writing twenty-four (24) hours prior to any non-emergency type overtime operations or forfeit the sum of the job inspector's pay per day (or prorated portion thereof) for overtime work without written consent of the Director -- said sum to be deducted from any monies due the Contractor or paid directly to him. Normal working hours for this project shall be between 7:00 a.m. and 4:00 p.m. unless specifically modified in writing. SP NON-DISCRIMINATION POLICY. It is the policy of the City of San Mateo that all qualified persons are to be afforded equal opportunities of employment on any public works contract entered into with the City. SP LOWEST RESPONSIBLE BIDDER. In order to promote the policy declared above, contracts for public works will be awarded only to such bidders as are determined to meet the following qualifications of lowest responsible bidder. The lowest responsible bidder shall be the bidder who offers to perform the work involved according to the plans and specifications therefore for the least amount of money; provided the bidder has the ability, capacity and, when necessary and the required State or other license. In determining to whom the award is to be made, the awarding authority may consider, in addition to the bid or quotation received, the experience of the bidder for the particular service sought, the quality of work that the bidder has done, the quality of the product or materials provided by the bidder, the ability of the bidder to complete the project in a timely manner, the safety compliance record of the bidder, and the insurance carried by the bidder. SP STANDARDS OF NON-DISCRIMINATION A. The successful bidder and each subcontractor shall undertake action to ensure that applicants and employees are treated fairly such that the principles of equal opportunity in employment are demonstrated positively and aggressively during employment, without regard to race, color, religion, sex, disability, or national origin. B. In all advertisements for labor or other personnel or requests for employees of any nature, the successful bidder and each subcontractor shall state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. SP CERTIFICATION OF NON-DISCRIMINATION. Each bidder on any public works contract shall sign the certification of nondiscrimination, which is a part of the proposal form. A-23
24 Each subcontractor shall, prior to entering into a contract with any successful bidder, execute and file with the City a certificate of nondiscrimination. SP PREVAILING WAGE AND WEEKLY CERTIFIED PAYROLL SUBMISSION. In general, the prevailing wage scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date in effect on the date of advertisement for bids. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. Each Contractor and Subcontractor and any lower-tier Subcontractor shall submit weekly certified payrolls for each work week from the time he starts work on the project until he completes his work. If he performs no work on the project during a given work week, he may either submit a weekly payroll form with the notation, "No work performed during this work week," or submit a letter to that effect. He should identify his initial and final payrolls by marking them "Initial" and "Final." Payrolls shall be completed and submitted no later than seven (7) workdays following completion of the workweek. SP EMPLOYMENT OF APPRENTICES. Contractor shall be responsible for compliance with California Labor Code Section relating to employment of apprentices for all apprenticeable occupations when the contract amount exceeds $30,000 or 20 working days or both. SP LIABILITY INSURANCE. The Contractor shall provide and maintain: A. Commercial General Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each occurrence. If such insurance contains a general aggregate limit, it shall apply separately to this Agreement or be no less than two (2) times the occurrence limit. B. Automobile Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each occurrence. Such insurance shall include coverage for owned, hired, and non-owned automobiles. C. Workers Compensation in at least the minimum statutory limits. A-24
25 D. General Provisions for all insurance. All insurance shall: 1. Include the City of San Mateo, its elected and appointed officials, employees, and agents as additional insureds with respect to this Agreement and the performance of services in this Agreement. The coverage shall contain no special limitations on the scope of its protection to the above-designated insureds. 2. Be primary with respect to any insurance or self-insurance programs of City, its elected and appointed officials, employees, and agents. 3. Be evidenced, prior to commencement of services, by properly executed policy endorsements in addition to a certificate of insurance. a. In addition to requiring that you provide an insurance certificate showing the levels and types of coverage required for your project or contract, the City of San Mateo also requires you to provide the City with a copy of the actual endorsements to the commercial general, automobile, and any excess liability insurance policies that show that the City of San Mateo, its elected and appointed officials, employees and agents have been named as additional insureds by the insurers. These endorsements are required because California Insurance Code 384 expressly provides that an insurance certificate is not proof of what the underlying insurance policy actually contains. If you look at an insurance certificate, you will notice that the certificate actually says the same thing. Therefore, a certificate has minimal legal value and the City cannot be reasonably certain that it is covered under the policies shown on the certificate without endorsements. An endorsement is a piece of paper that modifies the terms of the underlying policy and is issued by the insurance company itself, rather than a broker. A copy of a sample endorsement for commercial general liability is on the following page for your reference. 4. No changes in insurance may be made without the written approval of the City Attorney's office. A-25
26 SAMPLE ENDORSEMENT POLICY NUMBER: XXXXXXXXX THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART AUTOMOBILE LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: The City of San Mateo, its elected and appointed officials, employees and agents are named as additional insured. A-26
27 SP HOLD HARMLESS AND INDEMNITY PROVISION. Contractor agrees to hold harmless and indemnify City of San Mateo, its elected and appointed officials, employees, and agents from and against any and all claims, loss, liability, damage, and expense arising from performance of this contract, including claims, loss, liability, damage, and expense caused or claimed to be caused by passive negligence of City of San Mateo, its elected and appointed officials, employees, and agents; provided, however that this provision does not apply to claims, loss, liability, damage or expense arising from (a) the sole negligence or willful misconduct of City of San Mateo or (b) the active negligence of City of San Mateo; further provided, that this provision shall not affect the validity of any insurance contract, workers compensation or agreement issued by an admitted insurer as defined by the Insurance Code. Contract will defend City of San Mateo, its elected and appointed officials, employees, and agents, against any such claims. SP-7-7 COOPERATION AND COLLATERAL WORK. The City of San Mateo, its workers and contractors, and others, have the right to operate within or adjacent to the work site to perform work. The City of San Mateo, the Contractor, and each of such workers, contractors, and others, shall coordinate their operations and cooperate to minimize interference. SP WATER POLLUTION CONTROL. Not applicable. SP-7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall repair or replace all existing improvements not designated for removal which are damaged or removed as a result of its operation. Improvements, such as but not limited to, curbs, gutters, sidewalks, driveways, fences, walls, signs, pavements, raised pavement markers, thermoplastic pavement markings, signs, sprinkler systems, or plantings, shall be repaired and replaced to a condition equal to or better than the original condition. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the various bid items and no additional compensation shall be made by City. SP TRAFFIC AND ACCESS. The Contractor shall be responsible, during all phases of the work, to provide for public safety and convenience by use of traffic cones, signs, lighted barricades, lights, and flagmen as described and specified in the State of California, Department of Transportation MANUAL OF TRAFFIC CONTROLS - For Construction and Maintenance Work Zones, 2006 Edition. (Section 360, California Vehicle Code, defines highways to include streets.) The provisions of this manual will become a part of the requirements of the contract. Construction operations shall be conducted in such a manner as to cause as little inconvenience as possible to the abutting property owners or motoring public. Convenient access to driveways, houses, and buildings along the line of work shall be maintained unless otherwise approved by the City in advance. Contractor shall request and obtain approval from City before any lane closures are implemented. Open excavation and ditches across a roadway shall be covered and guarded in such a manner as to permit safe traffic flow during hours when no work is being performed. SP PERSONNEL PROTECTIVE EQUIPMENT. The Contractor shall be responsible for providing personnel protective equipment necessary during the work near, at, or within City underground utilities. The equipment used shall comply with the standard safety requirements when handling or exposed to waste from sewer and drainage mains. Records of laboratory tests A-27
28 are available upon request, and the Contractor shall be responsible for review and interpretation of such records. No additional payment shall be made to the Contractor for providing additional personnel protective equipment beyond the requirements of the standard procedures. SP-9-1 MEASUREMENT OF QUANTITIES. When payment for a work item is to be made on a tonnage basis, the Contractor shall furnish the Engineer a legible copy of a licensed weigh-master's certificate showing gross, tare and net weight of each truckload of material. Certificates shall be delivered to the Engineer at the job site upon delivery of the material. SP-9-3 PAYMENT SP GENERAL. Except as directed otherwise in these specifications, full compensation for completing all of the work indicated on the plans and directed herein is considered to be included in the contract unit prices paid for the various items of work and no separate payment will be made therefor. SP FIVE PERCENT (5%) RETENTION. To ensure performance City is entitled to retain five percent (5%) of the contract price for 35 days after it records the Notice of Completion. However, pursuant to the Public Contracts Code Section 22300, the Contractor may substitute securities for said five percent (5%) retention or request that the City make payments of retentions earned directly to an escrow agent at the Contractor's expense. The provisions of the Public Contracts Code Section are hereby expressly made a part of the contract. SP PARTIAL AND FINAL PAYMENTS. Contractor shall submit each month a "Monthly Progress Payment Request" in accordance with the schedule established at the preconstruction conference. Contractor shall use City's standard form for such requests and submit one original plus three copies of each request. The contract price paid for mobilization shall include full compensation for furnishing all labor, materials, tools, and equipment necessary for mobilization as specified herein. SP MOBILIZATION. Mobilization shall be included in the base bid price. The contract priced paid for mobilization shall include full compensation for furnishing all labor, materials, tools, and equipment necessary for mobilization as specified herein. PART II - CONSTRUCTION 1. SELECTIVE DEMOLITION (BASE BID): Included, but not limited to are the following: A. Window removal. Existing windows shall be removed and the embedded steel shall remain in place to limit the damage to the existing finishes. Include haul-off and disposal or windows. A-28
29 2. NEW WINDOWS: Furnish and install as specified below. SECTION ALUMINUM WINDOWS Peerless Products Series 3 ¼ EnerGsave-G-300 AP-AW100 Twin Casement Outswing Windows PART 1 GENERAL 1.01 Work Included A-29 A. Furnish and install aluminum architectural windows complete with hardware and related components as shown on drawings and specified in this section. B. All windows shall be Peerless Products, Inc. Series 3 ¼ EnerGsave-G-300 AP- AW100 Twin Casement Outswing windows. Fixed and projected windows will be incorporated where needed to match the existing window types. Other manufacturers requesting approval to bid their product as an equal must submit the following information seven days prior to the bid date. 1. A sample window, 2-0 x 3 0 single unit, as per requirements of the architect. 2. Test reports from an independent laboratory that certifies that the proposed product meets or exceeds the performance requirements of Section The bidder shall show continuing compliance by furnishing a Notice of Product Certification from the Administrator of the AAMA Certification Program. Test reports from an independent laboratory are required that certifies the insulated glass to be supplied per ASTM E as pass/fail. C. Glass and Glazing 1. All units shall be factory glazed Testing and Performance Requirements A Units shall comply with air, water and structural requirements as specified in AAMA/WDMA/CSA/101/I.S.2/A for type and classification of window units required. B. Test Procedures and Performance Requirements 1. Windows shall conform to all AAMA/WDMA/CSA/101/I.S.2/A requirements for the type and classification of window units required. In addition, the following performance criteria must be met: 2. Air Infiltration Test a. With the vents closed and locked, test unit in accordance with ASTM E 283 at a static air pressure difference of 6.24 psf. b. Air infiltration shall not to exceed 0.1 cfm per square foot of unit. 3. Water Resistance Test a. With vents closed and locked, test unit in accordance with ASTM E 331 & ASTM E 547 at a static air pressure difference of 15.0 psf. b. There shall be no uncontrolled water leakage. 4. Thermal Performance is 0.40 or less. 5. Uniform Load Structural Test
30 a. With vents closed and locked, test unit in accordance with ASTM E 330 at a positive and negative static air pressure difference of psf. b. There shall be no glass breakage, permanent damage to fasteners, hardware parts, support arms or actuating mechanisms or any other damage that would cause the window to be inoperable. c. There shall be no permanent deformation of any main frame, vent, panel or vent member in excess of L/175 of its span. 6. Forced Entry Resistance Test a. With vents closed and locked, test unit in accordance with AAMA b. Locks shall provide reasonable security against forced entry Quality Assurance A. Provide test reports from an AAMA certified laboratory verifying performance as specified in section B. Provide test reports and window manufacturers letter of certification showing compliance with AAMA/WDMA/CSA/101/I.S.2/A for the appropriate window type. C. Test reports shall be no more than four years old Submittals A. Submit shop drawings, finish samples, test reports and warranties. 1. Shop drawings shall indicate type of glazing, screen and window finish to be supplied. 2. Additional samples may be requested if so directed by the architect Delivery and Storage A. Protect units adequately against damage from the elements, construction activities, theft and other hazards before, during and after installation Warranties A. Manufacturers Warranties 1. Submit written warranties from window manufacturer for the following: a. Windows: Windows furnished are certified as fully warranted against any defects in material or workmanship under normal use and service for a period of one (1) year from date of fabrication. b. Finish: The pigmented organic finishes on windows and component parts (such as panning, trim, mullions, and the like) are certified as complying fully with the requirements of the AAMA 2605 specification and fully warranted against chipping, peeling, cracking or blistering for a period of five (5) years from date of installation c. Glass: The insulating glass units shall be warranted from visual obstruction due to internal moisture for a period of ten (10) years. The manufacturer shall furnish a test report and notice of product A-30
31 certification from an independent laboratory showing compliance with ASTM E PART 2 PRODUCTS 2.01 Materials A. Aluminum 1. Extruded aluminum shall be 6063-T5 or T6 alloy and tempered. 2. Frame and sash extrusions are multi chamber hollows which utilize eurogroove technology. B. Hardware 1. OS Operator Single Locking Handle with adjustable locking points and limit arm. 2. Operator shall move the window from the fully closed to fully open position through a 180 degree rotation of the handle. 3. Operator limit arm must be capable of disengagement using a tamper resistant screw. C. Fasteners 1. Fasteners shall be aluminum, non-magnetic stainless steel or other materials warranted by the manufacturer to be non-corrosive and compatible with aluminum window members, trim, hardware, anchors and other components of the window units. 2. Exposed fasteners shall not be permitted on exterior except where unavoidable for the application of hardware. D. Weatherstrip 1. Weatherstrip shall be Santoprene or equal. E. Thermal Polyamide Strip Barrier 1. All exterior aluminum shall be separated from the interior aluminum by an integrally concealed, low-conductance structural thermal polyamide strip 32 mm which is made for high performance 6/6 polyamide nylon with multidirectional 25 % glass fiber reinforcement in a manner that eliminates direct metal-to-metal contact. F. Hot Melt Silicone and Glazing Beads 1. Hot melt silicone shall conform to AAMA 810 specification. 2. Glazing beads shall be extruded aluminum and shall be of sufficient strength to retain the glass. G. Sealant 1. Sealant shall be non-shrinking, non-migrating elastomeric type conforming to AAMA 803 and AAMA 808. H. Glass 1. Glass shall be dual glazed. Exterior glass shall be insulated (1 ) per ASTM E and certified as manufactured by Peerless Products, Inc. consisting of (1/4 SB60 Lami exterior, (1/2 ) air in airspace, (1/4 Clear lami ) interior so as to have the units capable of passing. Windows must be lab tested for Sound to STC 40 OITC Fabrication A-31
32 A. General 1. Units shall be able to be re-glazed without dismantling the master or vent frame. 2. All aluminum frame and vent extrusions shall have a minimum wall thickness of Mechanical fasteners, welded components and hardware items shall not bridge 32mm polyamide strip thermal barriers. 32mm Polyamide strip thermal barriers shall align at all frame and vent corners. B. Frame 1. Master frame shall be no less than 3 ¼. 2. Frame corners shall be mitered with two piece adjustable corner key design. C. Ventilator 1. Vent frame shall be no less than 3 ¼. 2. Vent corners shall be mitered with two piece adjustable corner key design. 3. Vent frame shall utilize two rows of Santoprene weatherstrip and shall be pressure equalized. D. Screens (Additive Alternate No. 2) 1. Screen frames shall be of extruded aluminum. 2. Screen mounting holes shall be factory drilled. 3. Screen mesh shall be fiberglass or aluminum. E. Finish 1. Organic a. Finish all exposed areas of aluminum windows and components with organic coating of type and color as selected by the architect. b. Finish shall be certified by the manufacturer to meet or exceed AAMA 2605 specification. NOTE: Windows will incorporate two colors of Beige (Window frame) and blue (vents, grids and interior mulls) to match the existing colors of the stucco and the existing windows. WINDOW SCHEDULE TYPE PANES WIDTH In inches HEIGHT In inches HINGE QTY A /2 61-1/2 Two, top & middle 29 B top panes fixed. Hinge is at the top of next section. 3 C /2 54 Side 2 D /2 72 Side. 2 top panes are fixed 17 E /2 29-1/2 Side 4 F Top 4 G top panes fixed. 2 hinges, one at each side 4 H middle panes fixed. 2 hinges, one at each side 2 I /2 None 6 TOTAL 71 A-32
33 Note: The following photographs are for examples reference only. Only window types A, B, H and I are shown. Type A Window Type B Window A-33
34 Type H Window Type I Window PART 3 EXECUTION 3.01 Inspection A. Job Conditions 1. Verify that openings are dimensionally within allowable tolerances, plumb, level, clean, provide a solid anchoring surface and are in accordance with the approved shop drawings. 2. Verify the quantity of windows, window types, and window dimensions. It is the contractor s responsibility to field verify and measure the windows Installation A. Work to be completed in accordance with the approved shop drawings and specifications by skilled tradesmen. B. Set units plumb and level in a single plane for each wall plane without warp or rack of frames or vents. Adequately anchor units in place separating aluminum and other corrodible surfaces from sources of corrosion or electrolytic action. C. Adjust window units for proper operation after installation. D. Furnish and apply sealants to provide a weather tight installation. E. Leave all exposed surfaces clean, smooth and free of debris Anchorage A. Adequately anchor to maintain permanent position when subjected to normal movement and loading Cleaning and Protection A. After completion of installation, units shall be inspected, adjust and promptly cleaned to prevent damage to finish or glazing. B. Remove excess sealant, labels, dirt and other substances. A-34
CONTRACT BOOK CITY HALL AUDIOVISUAL BROADCAST BOOTH CITY OF SAN MATEO, CALIFORNIA *****
CITY MANAGER AWARD CONTRACT BOOK CITY HALL AUDIOVISUAL BROADCAST BOOTH CITY OF SAN MATEO, CALIFORNIA ***** CONTRACT DRAWINGS are included at the end of this Contract Book TIME OF COMPLETION: 90 Calendar
More informationCONTRACT BOOK FINANCE DEPARTEMENT REMODEL CITY PROJECT NO
CONTRACT BOOK FINANCE DEPARTEMENT REMODEL CITY PROJECT NO. 461004-1003 To be used in conjunction with Greenbook Standard Specifications for Public Works Construction 2012 Edition NOVEMBER 2013 CITY OF
More informationCITY HALL AUDIOVISUAL SYSTEMS UPGRADE CITY OF SAN MATEO, CALIFORNIA
CONTRACT BOOK CITY HALL AUDIOVISUAL SYSTEMS UPGRADE February 18, 2015 CITY OF SAN MATEO Public Works Department 330 W. 20 th Avenue San Mateo, CA 94403 CITY COUNCIL AWARD CONTRACT BOOK CITY HALL AUDIOVISUAL
More informationPOLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO CITY OF SAN MATEO, CALIFORNIA
CONTRACT BOOK POLICE STATON HEATING, VENTILATION AND AIR CONDITIONING MODIFICATIONS CITY PROJECT NO. 461006 CITY OF SAN MATEO, CALIFORNIA December 9, 2014 CITY OF SAN MATEO Public Works Department 330
More information5. BID FORMS TABLE OF CONTENTS
5. BID FORMS TABLE OF CONTENTS SECTION 1 BID FORM SECTION 2 BID DATA FORMS 2.A LIST OF PROPOSED SUBCONTRACTORS 2.B BID BOND SECTION 3 NON-COLLUSION AFFIDAVIT SECTION 4 BIDDER INFORMATION FORM 4.A INFORMATION
More informationSuite 300 Tenant Improvement
BID FORM FOR: Suite 300 Tenant Improvement UNIVERSITY OF CALIFORNIA Office of the President Sacramento, CA 95814 February 19, 2014 BID TO: Pamela Madison, Space Planning Manager University of California,
More informationPUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320
PUBLIC WORKS DEPARTMENT BID FORMS FOR ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL
More informationAGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT
AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT Sanitary Sewer Rehabilitation Design Services [name of consultant] This agreement, made and entered into this day
More informationPROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code
PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK Name of Bidder Business Address Phone No. City/State Zip Code TO THE BOARD OF SUPERVISORS OF hereinafter referred to as,
More informationADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017
ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School
More informationPROPOSAL REQUIREMENTS AND CONDITIONS
1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not
More informationUniversity of California, Riverside Barn Expansion
SUBCONTRACT BIDDING DOCUMENTS FOR University of California, Riverside Barn Expansion 950493 TABLE OF CONTENTS Cover Page Table of Contents Advertisement for Bids Instructions to Bidders Information Available
More informationPUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536
PUBLIC WORKS DEPARTMENT BID FORMS FOR LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL
More informationTOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571
TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been
More informationPUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531
PUBLIC WORKS DEPARTMENT BID FORMS FOR CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT
More informationPUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608
PUBLIC WORKS DEPARTMENT BID FORMS FOR 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL
More informationJACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO
BID COVER SHEET JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO **************************************** PROPOSAL CONTRACT DOCUMENTS FOR FIRE STA TION #202 3650 Hoover Road Concrete Rear Replacement
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided
More informationPUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM
PUBLIC WORKS DEPARTMENT BID FORMS FOR POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM-19-019 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID
More informationFRONT END DOCUMENTS BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO THE ADDRESS BELOW
By: Name: Title: By: Name: Title: Owner Contractor FRONT END DOCUMENTS JOB ORDER CONTRACTS (JOC) (JOC-001, JOC-002, JOC-003, JOC-004, JOC-005) BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO
More informationCITY OF SAN MATEO, CALIFORNIA WASTEWATER TREATMENT PLANT DIGESTER CLEANING ***** CITY COUNCIL AWARD CONTRACT BOOK
***** CITY COUNCIL AWARD CONTRACT BOOK CONTENTS NOTICE INVITING SEALED PROPOSALS INSTRUCTIONS TO BIDDERS 1. INSTRUCTIONS TO BIDDERS AND PURCHASE CONTRACT CONDITIONS 2. PROPOSAL FORMS 3. GENERAL CONTRACT
More informationCENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide
CENTRAL COAST WATER AUTHORITY Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide March 2018 1 CONTRACT DOCUMENTS TABLE OF CONTENTS BIDDING REQUIREMENTS, CONTRACT
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided
More informationOppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407
TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY FEE PROPOSAL FORM Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 To the Trustees of
More informationField 6 Fence Phase 1
City of Bishop, California Bidding Information and Contract Documents for Field 6 Fence Phase 1 in the City of Bishop, County of Inyo, California 22 June 2017 Approved: David Grah Director of Public Works
More informationLINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID
DO NOT INCLUDE REYCLING FEE IN YOUR BID LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- CHROMEBOOK BID INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID OPENING JULY 6, 2015, 12:00PM EDUCATION CENTER
More informationPUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618
PUBLIC WORKS DEPARTMENT BID FORMS FOR FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL
More informationIn accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.
State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public
More informationSMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT
SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT (This Agreement shall be utilized for any service, rehabilitation, or construction project when funding sources contain no additional restrictions
More informationCITY OF FORTUNA WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT
CITY OF FORTUNA CONTRACT DOCUMENTS AND SPECIFICATIONS WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT CITY OF FORTUNA P.O. BOX 545 621 ELEVENTH STREET FORTUNA, CALIFORNIA 95540 TELEPHONE
More informationCITY OF BEVERLY HILLS CONTRACT DOCUMENTS
NOTICE TO BIDDERS INFORMAL BIDDING CITY OF BEVERLY HILLS CONTRACT DOCUMENTS FOR LA CIENEGA TENNIS COURTS RESURFACING PROJECT BID NO. 17-04 TABLE OF CONTENTS Page No. I. NOTICE INVITING BIDS...1 II. INSTRUCTIONS
More informationBID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040
INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one
More informationIn accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.
State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public
More informationCHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS
CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER
More informationAIA Document A101 TM 2007
AIA Document A101 TM 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the day of in the year (In words, indicate day, month
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations
More informationconstruction plans must be approved for construction by the City PBZ department.
City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00
More informationSupplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER
Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN 15-800 RENUMBER 1. Article 2.01, Contractor s License; delete and replace with the
More informationSPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER
SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER August 2017 Name of Bidder Address Telephone Number TABLE OF CONTENTS CITY OF KALISPELL Used Asphalt Paver Title No. of Pages Table of Contents (This
More informationSECTION NOTICE INVITING BIDS
SECTION 00020 NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of Yuba City, hereafter referred to as Owner, will receive SEALED BIDS at the City Hall, City Clerk s Office, 1201 Civic Center Blvd.,
More informationUNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS
UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE
More informationSECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS
SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS Section Page 8-1 BASIS AND MEASUREMENT OF PAYMENT QUANTITIES... 8-1 8-1.01 Unit Price Contracts... 8-1 8-1.02 Lump Sum or Job Contracts... 8-1 8-1.03
More informationADVERTISEMENT FOR BIDS
CITY OF NORTH KANSAS CITY, MO Department of Public Works 2010 Howell Street North Kansas City, Missouri 64116 Telephone: (816) 274-6004 ADVERTISEMENT FOR BIDS Sealed bids for: Construction of a New Parks
More informationNOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS
NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower
More informationBID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID #
BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # 2018-12 AT CASTLE AUTOMOTIVE TECHNOLOGY 2245 JETSTREAM DRIVE BUILDING #325 ATWATER, CA 95301 MERCED COUNTY OFFICE OF EDUCATION
More informationContract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:
A. Definitions Contract No. 13139BO0 As used in this Contract the terms are defined as follows: 1. County and/or Owner shall mean the Board of County Supervisors of Prince William County, Virginia, or
More informationAGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.
AGENDA ITEM 1 H Consent Item MEMORANDUM DATE: May 4, 2017 TO: FROM: SUBJECT: El Dorado County Transit Authority Mindy Jackson, Executive Director Award Construction Contract for Capital Improvement Plan
More informationPeralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department
501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department April 18, 2014 ADDENDUM No. 2 Re: RFP No., 13-14/26 Bond Underwriting Services PERALTA COMMUNITY
More informationTHE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297
OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,
More informationLA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT
SET NO: San Diego County, California FINAL CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF: LA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT APRIL 2017 BID FORM CHECKLIST (To be placed in the Bidder
More informationReplacement of Existing Carpet at City Hall
CITY OF MILLBRAE STATE OF CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR DEPARTMENT OF PUBLIC WORKS 621 MAGNOLIA AVENUE MILLBRAE, CA 94030 TELEPHONE: (650) 259-2339 FAX: (650) 697-8158 BID OPENING:
More informationBID FOR LUMP SUM CONTRACT
SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,
More informationIn accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.
State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.
More informationStandard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated:
Document A142 2014 Standard Form of Agreement Between Design-Builder and Contractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Design-Builder: (Name,
More informationPLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA
PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR LIBRARY INTERIOR IMPROVEMENT PROJECT DISTRICT PROJECT NO. PLD-2018-003 All Questions Regarding This Project Are
More informationCITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM
CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # 24-09-CM BACKGROUND The City of Kirkland Economic Development Program is focused on business retention. The satisfaction of existing
More information2. Develop recommendations and best practices for the District to following in serving these students.
Homeless & Food Insecurity Services RFQ XXX Due no later than: Add Date, 2017 by 4pm to Purchasing, 33 Gough Street, San Francisco, CA 94103 khennig@ccsf.edu City College of San Francisco seeks a contractor(s)
More informationCITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS
CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for
More informationMODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018
MODESTO CITY SCHOOLS BID NO. 18-4673 GASOLINE AND DIESEL FUEL DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS Purchasing Department 426 Locust Street Modesto, CA
More informationCITY OF LAGUNA NIGUEL PLANS, AND FOR
CITY OF LAGUNA NIGUEL LAGUNA NIGUEL, CALIFORNIAA PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS FOR NEIGHBORHOOD PARK MONUMENT SIGNS CASH CONTRACT 14-10 PREPARED BY: CITY OF LAGUNA NIGUEL PUBLIC WORKS DEPARTMENTT
More informationREQUIRED BID FORMS SECTION
REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond
More informationGALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f
GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room
More informationCity of Forest Park Request for Proposals. Secure Access Control Systems
City of Forest Park Request for Proposals Secure Access Control Systems Mandatory Pre-Proposal Conference March 9, 2016 at 10 am Bid Deadline March 25, 2016, at 2pm Purpose: The City of Forest Park is
More informationREQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI
REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI PROPOSALS DUE: 1:00 P.M., FRIDAY, MAY 18, 2018 The City of Creve Coeur seeks proposals for the fabrication and delivery
More informationCONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,
CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter
More informationCHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )
CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF
More informationRFP GENERAL TERMS AND CONDITIONS
RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00
More informationSECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS
SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS Section Page 8-1 BASIS AND MEASUREMENT OF PAYMENT QUANTITIES... 8.1 8-1.01 Unit Price Contracts... 8.1 8-1.02 Lump Sum or Job Contracts... 8.1 8-1.03
More informationPROJECT: 2016 DISTRICT WIDE HMA TRENCH PAVING
PROJECT: 2016 DISTRICT WIDE HMA TRENCH PAVING CONTRACT DOCUMENTS TABLE OF CONTENTS PART 1 BIDDING REQUIREMENTS Page Invitation to Bid B 1 Instructions to Bidders B 3 Bidder's Checklist B 10 Bid Form B
More informationWATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA
General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the
More informationIn accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.
State of Oklahoma Office of Management and Enterprise Services Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany
More informationPROFESSIONAL SERVICES AGREEMENT For Project Description, Project #
PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #00-00-0000 Page 1 Contract # THIS AGREEMENT, made and entered into this day of, 2014, by and between SPOKANE AIRPORT, by and through its
More informationCOUNTY OF COLE JEFFERSON CITY, MISSOURI
COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION
More information2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.
Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City
More informationCITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT
CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT THIS Agreement is made effective as of the day of 201_, by and between the City of Port Orchard, a municipal corporation, organized under the laws of
More informationSTANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION
STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION THIS AGREEMENT made at Columbus, Ohio on by and between Lincoln Construction, Inc., hereinafter referred to as the Contractor, and, hereinafter
More informationREQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring
City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid
More informationSECTION NOTICE TO BIDDERS
SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa
More informationBERRIEN COUNTY ROAD DEPARTMENT
PROPOSAL AND SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 1 SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 38% It is the intent of the Berrien County Road Department to purchase all or part of its requirements
More informationM E M O R A N D U M. March 13, 2019
M E M O R A N D U M March 13, 2019 TO: FROM: RE: All Qualified Contractors Nicole Davis Redevelopment Authority of the City of York Repairs to Side Wall of 314 South George Street, York, PA. There will
More informationPROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019
a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver
More informationADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO
ADVERTISEMENT FOR BIDS Water Plant Backup Generators City of Kearney, MO Sealed bids will be received at Kearney City Hall, 100 East Washington, Kearney, MO 64060, on or before 2:00 PM, Friday, December
More informationTABLE OF CONTENTS. Page No. A. INTRODUCTORY PAGES Cover Page... i. Table of Contents
TABLE OF CONTENTS Page No. A. INTRODUCTORY PAGES Cover Page... i Table of Contents... ii Location Map... iii Invitation for Informal Bids... iv Notice to Informal Bidders... v Schedule of Required Informal
More informationOXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services
OXNARD UNION HIGH SCHOOL DISTRICT Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services The Oxnard Union High School District ( District ) is seeking Statements of Qualifications
More informationINVITATION TO BID. Plumbing /Sewer /Storm Drain Replacement & Spot Repair Routine Repair and Maintenance Services. Project No.
INVITATION TO BID Plumbing /Sewer /Storm Drain Replacement & Spot Repair Routine Repair and Maintenance Services Project No. 16135 1. Notice is hereby given that the governing board ( Board ) of the Oakland
More informationCompany Name: Address: Date: OFFICAL SIGNATURE PRINT
Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The
More informationNOTICE TO BIDDERS CUSTODIAL SUPPLIES
Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO
More informationNOTICE INVITING BIDS
NOTICE INVITING BIDS 1. Notice is hereby given that the Governing Board of Santa Rosa City Schools ( District ), of the County of Sonoma, State of California, will receive sealed bids for the Santa Rosa
More informationPARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION
PARTNERS 13-107 PROJECT IDENTIFICATION 000000-1 PROJECT IDENTIFICATION PROJECT: CITY OF NEW BALTIMORE DPS BUILDING ADDITION OWNER: CITY OF NEW BALTIMORE 36535 Green Street New Baltimore, MI 48047 ARCHITECT:
More informationAppendix C. Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services
Appendix C Sample Contract for Professional Services Contract # xxxx Standard Form of Agreement Between [Consultant] and the Iowa Department of Transportation with Standard Form of Consultant's Services
More informationOF BEVERLY HILLS CONTRACT DOCUMENTS
NOTICE TO BIDDERS CITY OF BEVERLY HILLS CONTRACT DOCUMENTS FOR LA CIENEGA PARK COMMUNITY CENTER DRYWALL REPLACEMENT BID NO. 16-33 TABLE OF CONTENTS Page No. I. NOTICE INVITING BIDS.....1 II. INSTRUCTIONS
More informationBOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER
NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA
More informationTOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)
TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL NO. 17/18-15 FINANCIAL ADVISORY SERVICES
More informationEXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08
UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000) BID AND CONTRACT DOCUMENTS EXTERIOR STAIR AND HANDRAIL REPLACEMENT Bid No. B15-08 Bid Due Date:
More informationDocument A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A
Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:
More informationRequest for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL
Request for Proposal #09-1718 Citrus Community College District VENDING SERVICES PROPOSAL Return Proposal to: Citrus Community College District Attn: Robert Lopez, Director of Purchasing 1000 W Foothill
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder
More informationJEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS
JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS Sealed bids will be received in the Jefferson Parish Sheriff s Purchasing Department,
More informationINVITATION TO BID. Play Structure and Matting Routine Repair and Maintenance Services. Project No
INVITATION TO BID Play Structure and Matting Routine Repair and Maintenance Services Project No. 634. Notice is hereby given that the governing board ( Board ) of the Oakland Unified School District (
More information