Model #48TTF007501BW Efficiency rating 9 EER Replace with three new Bryant High Efficiency roof top package Heating & Cooling Units:

Similar documents
CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

CITY OF ROMULUS CHAPTER 39: PURCHASING

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

INVITATION FOR BID. Fumigation

VENDOR PREQUALIFICATION FORM

Request for Proposals Architectural and Engineering Design Services associated with

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

PROPOSAL LIQUID CALCIUM CHLORIDE

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

REQUEST FOR SEALED BID PROPOSAL

Contractor s Insurance Requirements

DESIGN PROFESSIONAL SERVICES (Type) MASTER CONTRACT CONTRACT NO.

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

INSTRUCTIONS TO BIDDERS

Request for Proposal

W.E. O Neil Construction Co. of Arizona c/o (Project Coordinator) 4511 E. Kerby Avenue Phoenix, AZ Fax (480)

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

City of Leavenworth Public Works Department June 13, 2017 Request for Bids 2017 Asphalt Paving Repair Work

Request for Proposals. The Town of Ogden is accepting Proposals for the following:

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

Construction of the Leased Premises

REQUEST FOR SEALED BID PROPOSAL

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

INVITATION TO BID. Polaris Gem Cars January 29, 2019

Town of Waldoboro Public Works Department REQUEST FOR BIDS

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

PHILADELPHIA REDEVELOPMENT AUTHORITY INSURANCE REQUIREMENTS

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

GENERAL INSTRUCTIONS TO BIDDERS

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

NOTICE OF REQUEST FOR PROPOSALS FOR PUBLIC COFFEE SERVICE AT THE CHAPEL HILL PUBLIC LIBRARY TOWN OF CHAPEL HILL, NORTH CAROLINA

Contractor shall provide new thermal fused plastic laminate doors for each interior opening as scheduled. All openings are to receive new hardware.

Purpose of Training. Disclaimer

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

CCIP ADDENDUM. Blasting or any blasting operations;

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

EXHIBIT B. Insurance Requirements for Construction Contracts

INSTRUCTIONS TO BIDDERS

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

Cline Tours, Inc. SERVICE CONTRACT (SHUTTLE SERVICES)

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WELDING SPARK ARRESTOR INSTALLATION

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

Insurance Requirements. The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment.

CITY OF NIAGARA FALLS, NEW YORK

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

BUILDING SERVICES AGREEMENT

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

INSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP )

Proposal No:

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

SAMPLE SUBCONTRACTOR AGREEMENT

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

Required Insurance Language for PRF Construction Contracts

OCIP Contract Language

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

Application for Economic Development Grants

AIA Document A101 TM 2017 Exhibit A

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

INVITATION TO BID (ITB)

B. The Bid is made in compliance with the Bidding Documents.

Invitation for Bid. Gondola Generator Enclosure Framing

AIA Document A101 TM 2017 Exhibit A

Macon-Bibb County, Georgia

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

NIAGARA FALLS WATER BOARD

Transcription:

Town of Ballston Community Library will be receiving bids for replacement of three roof top package Heating & Cooling units at 2 Lawmar Lane, Burnt Hills, NY 12027. The Town of Ballston requires that all New York State insurance requirements be met, including but not limited to Workers Compensation Insurance. See requirements set forth below. Please provide alternate bids or suggestions with relevant quotes and justifications. Please include sample contracts. Sealed bids should be delivered to the Town of Ballston, Town Clerk, 323 Charlton Road, Ballston Spa, NY 12020 by August 10, 2018 at 12:00 PM (noon). The Town of Ballston Community Library Board of Trustees will review all submitted bids and make the final decision, subject to review and approval of the Town Attorney. The Trustees reserve the right to evaluate all quotes for appropriateness to meet the needs of the library and to refuse all bids. 1. Scope of work: Remove three (a fourth unit of this model was previously replaced on July 25, 2016) existing roof top package Heating & Cooling units: Model #48TTF007501BW Efficiency rating 9 EER Replace with three new Bryant High Efficiency roof top package Heating & Cooling Units: Model #581JP07A125A2A0AA Efficiency rating 12 EER Includes new economizer and necessary curb adapter for High Efficiency unit. Includes all necessary gas and electrical connections, including low voltage for thermostats. Provide a one year labor and workmanship warranty. Start up and test new units. 2. GENERAL REQUIREMENTS a. QUALIFICATIONS/EXPERIENCE All contractors shall have experience with roof replacement and installation. Examples of this experience must be included with bid package. If no examples are included, the bid will be removed from consideration. b. PREVAILING WAGE RATES This project is an Article 8 Public Work Project, and is therefore subject to New York State Prevailing Wage Schedule. The Town specific prevailing wage schedule will be included in final contract. The Contractor will be required to provide certified payrolls for workers on a monthly basis that indicate the hours worked, and the rates and supplements provided to each worker, and indicating the labor class of each worker. Payrolls shall be certified by an officer of the company.

c. SITE INTERRUPTION All work performed shall have minimal interruption to the library business. The library must remain open during this time. d. PROJECT MEETINGS Contractor should budget for project meetings with the Library Director. Meetings may include Pre-Construction meeting, Progress Meetings (as needed) potentially brief weekly meetings to organize plan for upcoming week, Substantial Completion Meeting, and Final Inspection. At the routine Progress meetings, the Contractor shall present a review of work progress since the previous meeting, conflicts and resolutions for problems, scheduling issues or delays and their resolution, potential change orders, and other business as directed by the Project Manager in advance of the meeting. e. PRE-BID MEETING/SITE VISIT There will be a site visit prior to the bid due date which will occur on July 27, 2018 at 10:00 AM. It is strongly encouraged for bidders to attend this site visit to evaluate the existing conditions and to walk through a verbal description of the project expectations with the library director and/or trustees. The site visit is not a requirement to bid, however it will be the only opportunity for contractors to come to project location in advance of placing a bid to take any necessary measurements, photographs, and to confirm the site conditions in person. Please register to attend the site visit by emailing csmith@sals.edu with your name, company name, and number of attendees. f. BID FORMAT In addition to the bidder s qualifications, all bidders are required to submit Attachment 1, the Bid Form. This attachment shall be completed in ink or printed. Dollar values will be compared based on the Total Contract Cost listed in Attachment 1, however cost will not be the only factor in awarding this contract. Previous experience, ability to perform work in a timely manner according to schedule, certifications, and proposed project team will all be considered. The Town of Ballston is exempt from New York State Sales and Use Taxes on materials and equipment to be incorporated into the work. Said taxes shall not be included in the Contract Price. A description of the company s capabilities and plan to meet the project requirements in a timely manner is also a requirement of the bid format. The Statement of Surety s intent and proof of availability of insurance must be submitted by the Contractor with the Bid, or within 10 days of notification of being the apparent low bidder.

g. BID DUE DATE & PROJECT TIMELINE All bids are due on August 10, 2018 at 12:00 PM (noon). Bids shall be submitted to the Town of Ballston, Town Clerk, 323 Charlton Road, Ballston Spa, NY 12020 in an opaque sealed envelope, marked with the contract title, and name and address of the bidder and accompanied by all required Bid forms and requested qualification items. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with notation Bid Enclosed on the face of it. Notice of award and contract negotiation is expected to occur within 45 days. Contractor shall initiate site work on or before October 5, 2018. Contractor shall have work completed on this project by November 30, 2018, or sooner. Overall timeline is summarized below in table format: Date Time Task 7/12/2018 N/A Project placed out for Bid 7/27/2018 10:00 AM Site Visit/Pre-Bid Meeting 7/30/2018 5:00 PM Bid Questions Due 8/10/2018 12:00 PM Bids Due 10/5/2018 N/A Contractor Site Work Initiated 11/30/2018 N/A Project complete h. AWARD OF CONTRACT All bids will remain subject to acceptance for forty-five (45) days after the date of the Bid opening, but the Town of Ballston Community Library may, in its sole discretion, release any Bid prior to that date. The Town of Ballston reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in work and to negotiate contract terms with the successful bidder, and the right to disregard all non-conforming, non-responsive, unbalanced or conditional Bids. Also, The Town of Ballston reserves the right to reject the Bid of any Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the Town. Discrepancies in the multiplication of units of work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. In evaluating Bids, The Town of Ballston will consider the qualification of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternatives, unit prices and

other data, as may be requested in the Bid Form or prior to the Notice of Award. If the contract is to be awarded, it will be awarded to the lowest, responsive, responsible Bidder whose evaluation by the Town indicates to the Town that the award will be in the best interest of the Project. Subject to preceding conditions, the Contract will be awarded to the lowest total responsible Bid. i. BONDS AND INSURANCE 1. Bonds: Contractor shall execute a Performance and Payment Bond equal to 115% of the contract price. Such Bond to be provided prior to execution of the Contract. A Warranty Bond equal to twenty-five percent (25%) of the contract price shall be provided upon final completion and on commencement of the Warranty period and to remain in effect for one year. Any additional bonds and warranties required by local, State or Federal regulatory agencies may be needed. Bonds obtained shall be in a form, and from a Surety acceptable to grant agency funding the project. In the event the contract price is adjusted by Change Order by more than ten percent of the Contract price, the Owner may request that the Bond values be increased accordingly. 2 Insurance: Before starting Work, Contractor shall furnish evidence of insurance from companies that are duly licensed or authorized in the jurisdiction in which the Project is located with a minimum AM Best rating of A-VII or better. Contractor shall provide insurance in accordance with the following: Contractor shall provide coverage for not less than the following amounts, or greater where required by Laws and Regulations: a. Workers Compensation: State: Statutory Employer s Liability: Bodily Injury, each Accident $ 100,000 Bodily Injury By Disease, each Employee $ 100,000 Bodily Injury/Disease Aggregate $ 100,000 b. Commercial General Liability: General Aggregate $ 2,000,000

Products - Completed Operations Aggregate $ 2,000,000 Personal and Advertising Injury $ 2,000,000 Each Occurrence (Bodily Injury and Property Damage) $ 2,000,000 c. Automobile Liability herein: Combined Single Limit of: $ 2,000,000 d. Excess or Umbrella Liability: Per Occurrence $ 5,000,000 General Aggregate $ 5,000,000 e. Contractor s Pollution Liability: Each Occurrence $ 2,000,000 General Aggregate $2,000,000 f. Workman s Compensation and Employer s Liability Each Accident $ 1,000,000 Each injury by disease $ 1,000,000 All insurance policies required to be purchased and maintained will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 10 days prior written notice has been given to the insured and additional insured, the Town of Ballston and the Town of Ballston Community Library. The Town of Ballston must be provided with a copy of the policy. Automobile liability insurance provided by Contractor shall provide coverage against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. The automobile liability policy shall be written on an occurrence basis. Business automobile coverage must include a liability arising out of all owned, leased, hired or non-owned automobiles, as well as liability coverage for mobile equipment subject to compulsory insurance or financial responsibility laws or other motor vehicle insurance laws. Contractor s commercial general liability policy shall be written on ISO occurrence form CG 00 01 (1093) or a substitute form providing equivalent coverage and shall include the following coverages and endorsements: 1. Products and completed operations coverage maintained for three years after final payment; 2. Blanket contractual liability coverage to the extent permitted by law; 3. Broad form property damage coverage; and 4. Severability of interest; underground, explosion, and collapse coverage; personal injury coverage.

5. Premises, operations, independent contractors, products-completed operations and personal and advertising injury. The Town of Ballston and the Town of Ballston Community Library shall be included as insureds on the CGL, using ISO additional Insured Endorsement CG 2010 (07/04) and CG 2037 (07/04) or an endorsement providing equivalent coverage to the additional insured. The insurance for the additional insured shall be as broad as the coverage provided for the named insured subcontractor. The insurance shall apply as primary and non-contributing insurance before any other insurance or self-insurance, including any deductible, maintained by, or provided to, the additional insured. The Contractor s commercial general liability and automobile liability, umbrella or excess, and pollution liability policies shall include and list Owner and Engineer and the respective officers, directors, embers, partners, employees, agents, consultants, and subcontractors of each as additional insureds; and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby (including as applicable those arising from both ongoing and completed operations) on a non-contributory basis. 1. Additional insured endorsements will include both ongoing operations and products and completed operations coverage through ISO Endorsements CG 20 10 10 01 and CG 20 37 10 01 (together). If Contractor demonstrates to Owner that the specified ISO endorsements are not commercially available, then Contractor may satisfy this requirement by providing equivalent endorsements. 2. Contractor shall provide ISO Endorsement CG 20 32 07 04, Additional Insured Engineers, Architects or Surveyors Not Engaged by the Named Insured or its equivalent for design professional additional insureds. Umbrella or excess liability insurance shall be written over the underlying employer s liability, commercial general liability, and automobile liability insurance. Subject to industry standard exclusions, the coverage afforded shall be procured on a follow the form basis as to each of the underlying policies. Contractor may demonstrate to Owner that Contractor has met the combined limits of insurance (underlying policy plus applicable umbrella) specified for employer s liability, commercial general liability, and automobile liability through the primary policies alone, or through combinations of the primary insurance policies and an umbrella or excess liability policy. Umbrella or excess liability insurance must include as insureds all entitles that are additional insureds on the CGL. Coverage for such additional insureds shall apply as primary and nonprimary contributing, before any other insurance or self-insurance, including any deductible maintained by or provided to the additional insured, other than the CGL, auto liability and employer s liability coverages maintained by the Contractor.

The Contractor shall provide property insurance covering physical loss or damage during construction to structures, materials, fixtures, and equipment, including those materials, fixtures, or equipment in storage or transit. If Contractor has failed to obtain and maintain required insurance, Owner may exclude the Contractor from the Site, impose an appropriate set-off against payment, and exercise Owner s termination rights. The Town of Ballston and the Town of Ballston Community Library must be named as additional insureds during the project. Where applicable, U.S. Longshore and Harborworkers Compensation Act Endorsement shall apply to this policy. Where applicable, the Maritime Coverage Endorsement shall be attached to the policy. For the Workman s Compensation the coverage shall include sole proprietors, partners of a partnership, members of a limited liability company or officers of a corporation whether or not such coverage is optional under the Worker s Compensation Act. j. CONTRACTOR PAYMENT This project is being funded through a New York State grant. Contractor should invoice on a monthly basis in a timely manner. A voucher must also be completed and accompany the invoice. Project manager will confirm tasks have been completed and materials acquired as noted. Payment will only be received for completed tasks. Partial invoice payments may occur for incomplete tasks. Payment to Contractor will be on a Net 60 day basis. Each payment check must clear on project before the next payment request can be submitted to New York State.