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

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

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

PAVING BID: # BOE

WINDOW TREATMENTS WESTON MIDDLE SCHOOL BID: # BOE

SECURITY CAMERAS PURCHASE AND INSTALLATION BID: # BOE

MOBILE LAPTOP CHARGING CARTS BID: # BOE

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3

NETWORK UPGRADE BID: # BOE

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

PROPOSAL LIQUID CALCIUM CHLORIDE

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

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

WINDOW WASHING

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

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

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

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

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF 3PAR EQUIPMENT

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

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

INVITATION TO BID APRIL 18, 2016

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF HP CHROMEBOOKS

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

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

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

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

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

Request for Proposal Data Network Cabling

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

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

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

REQUEST FOR PROPOSALS

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

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

Town of Lee Septic Tank Pumping Services

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

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

RFP GENERAL TERMS AND CONDITIONS

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

PROPOSAL GUIDE RAIL VEGETATION CONTROL

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

Mold Remediation and Clean Up of Central High School

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

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

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

T ERMS AND CONDITIONS OF L OADOUT AGREEMENT

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

Proposal No:

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

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

Request for Proposal CNC Mill For the Rockville High School

SECTION SUPPLEMENTARY CONDITIONS

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS

West Ridge Park Ballfield Light Pole Structural Assessment

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

GEORGE MASON UNIVERSITY Student Services Entertainment and Event Agreement

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

REQUEST FOR BID POLE BUILDING CONSTRUCTION

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

HEATING AND COOLING SYSTEM MAINTENANCE

INVITATION TO BID Acoustical Ceiling Tile

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

SUBCONTRACTOR AGREEMENT

LONE TREE SCHOOL BELL SYSTEM

Subcontractor Contract and Scope of Work MECHANICAL Social Security Administration Auburn, AL Ross Clark Circle Dothan, Alabama 36301

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

GENERAL INSTRUCTIONS TO BIDDERS

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

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.

INSTRUCTIONS TO BIDDERS

Cherokee Nation

Information for Proposers. 1. TAX EXEMPTION Purchase of materials for this project are exempt from Connecticut sales tax.

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

REQUEST FOR QUOTATION

INVITATION TO BID RSU-21 Schools Additions and Renovations (Referendum 6-10) Bid Package Concrete - Mildred L Day School Sprinkler and Pump Room

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000)

COUNTY OF PRINCE EDWARD, VIRGINIA

Holt Public School District 5780 W. Holt Rd Holt MI

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

REQUEST FOR QUOTATION (RFQ) TITLE: Kit Carson Emergency Siren Project

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

LONE TREE SCHOOL FLOORING REPLACEMENT

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

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

TOWN OF WINDSOR. Self Contained Breathing Apparatus (SCBA) and Bottle Filling Equipment REQUEST FOR PROPOSAL

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

TEMPORARY SERVICE APPLICATION (HYDRANT METERS)

Transcription:

SPECIFICATIONS AND BID FORMS FOR 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 06883. BID: # 17-002BOE_ Due on or before 12:00 P.M. ON MONDAY, MAY 1, 2017 at the: CENTRAL OFFICE WESTON BOARD OF EDUCATION 24 SCHOOL ROAD WESTON, CONNECTICUT 06883 203 291-1418/FAX 203 291-1420 Sealed bids will be received by the Andrew Galli for the Board of Education of the Town of Weston, Connecticut, until 12:00P.M.on, Monday, May 1, 2017 at which time bids for WESTON SCHOOL DISTRICT BOILER CLEANING are due. Each bid must be clearly marked: BID #17-002BOE. All bids must be submitted on the forms provided and shall include all firm names, signatures, addresses, and other information required. Each bid must be signed by an authorized representative of the company, placed in a sealed envelope, and identified as a bid giving the name of the company and the bid number and filed with the school district's business office no later than the date and time specified. The Weston Board of Education reserves the right to accept or reject any and/or all bids. The Weston Board of Education shall be under no obligation to accept the lowest financial bid if it is deemed in the best interest of the school system. The Weston Board of Education may make such investigations as it deems necessary to determine the ability of a Bidder to perform the work. The Bidder shall furnish all information and data for this purpose as the Weston Board of Education may request. The Weston Board of Education reserves the right to reject any bid if evidence submitted by the Bidder or investigation of the Bidder fails to satisfy the Board that the Bidder is properly qualified to carry out the obligations of a contract resulting from this bid. Bidder is also requested to provide an audited statement of the financial conditions of the company. No bidder may withdraw his bid for a period of forty-five days after the opening date. The bidder is to clearly state in the bid exactly what is intended to be furnished and is to furnish with the bid an illustration or other descriptive material that will clearly indicate what will be furnished. Samples are to be submitted upon request. Any alleged oral agreement or arrangement made by a bidder or contractor with any agency or any employee of the Weston Board of Education will be disregarded. RETURN ONE COPY OF BID DO NOT FAX BID

BID: #17-002BOE Page 2 SPECIFICATIONS AND BID FORMS FOR: WESTON SCHOOL DISTRICT BOILER CLEANING The Director of Finance and Operations reserves the right to award by item, or part thereof, groups of items, or parts thereof, or all items of the bid, and to award contracts to one or more bidders submitting identical proposals as to prices; to reject any and all bids in whole or in part; to waive technical defects, irregularities, and omissions if, in his judgment, the best interest of the Board will be served. The Weston Board of Education reserves the sole and absolute right to reject any proposal offering services which, in its opinion, does not meet the standard of quality established by these specifications. The Board of Education of the Town of Weston is exempt from the payment of taxes imposed by the Federal Government and/or the State of Connecticut, including the Federal Transportation Tax. Such taxes should not be included in any bid price involving the payment of funds from the district. The contractor must protect all floors, furniture, cabinets, etc., from injury or other damage. Any damage so caused must be repaired by the contractor at its own expense. At the completion of the work, the contractor must remove from the premises all surplus materials and all debris resulting from the work. Furthermore, the premises must be left in a clean and finished condition acceptable to the owner or its agent. Work shall be done as specified by the ordering agency during normal business hours. All contractors and vendors will be required to comply with all provisions of the Civil Rights Act of 1964, Executive Order 11246 of September 24, 1965, the Connecticut Fair Employment Practices Act and all of the rules, regulations, and relevant orders of the Secretary of Labor (or other authorized agent or agency), as amended. In accordance with Public Act No. 366, the Contractor and each subcontractor shall agree and warrant that in the performance of this contract, it will not discriminate or permit discrimination against any person or group of persons on the grounds of race, sex, color, religion or national origin, in any manner prohibited by municipal, state or federal law. All equipment furnished and work performed must meet Federal OSHA (Occupational Safety and Health Act) and CSA (Construction Safety Act) standards as amended. The bidder is assumed to have made himself familiar with all Federal and State Laws and all local bylaws, ordinances, and regulations which in any manner affect those engaged or employed on the work, or the materials or equipment used in the work, or in any way affect the conduct of the work, and no pleas of misunderstanding will be considered on account of ignorance thereof.

BID: #17-002BOE Page 3 SPECIFICATIONS AND BID FORMS FOR: WESTON SCHOOL DISTRICT BOILER CLEANING If bidder shall discover any provisions in the Bid Specifications which are in conflict with any such law, bylaw or ordinance or regulation, he shall forthwith report it to the Owner's Representative in writing at once. Specifications, instructions, and bid forms may be obtained at the Business Office, Weston Board of Education. Amendments to or withdrawals of bids received later than the time and date set for bid opening will not be considered. Bids must be submitted on proposal schedule forms attached hereto. Bids received later than the time and date specified will not be considered.

BID: #17-002BOE Page 4 FOR: WESTON SCHOOL DISTRICT BOILER CLEANING Additional specifications for construction or service contracts: 1. All bidders must comply with all applicable federal, state, and local laws, rules and regulations of all authorities having jurisdiction over the work in the locality of the project, including but not limited to state wage rates as applicable. 2. The contractor shall carry Worker's Compensation Insurance in accordance with the laws of the State of Connecticut, and all other applicable laws and regulations, for all of his employees engaged in work under the contract. If any work is sublet, the contractor shall require the subcontractor to provide Worker's Compensation Insurance for all of the latter's employees engaged in such work unless such employees are covered by the protection afforded by the contractor's Worker's Compensation Insurance and the certificate of insurance furnished by the contractor so stipulates. 3. The contractor shall purchase from and maintain, for the life of the contract, in a company or companies with an A.M. Best rating of A- (VII) or better. Such insurance will protect the Town of Weston from claims set forth below which may arise out of or result from the contractor s obligation under this agreement, whether such obligations are the contractor or by a subcontractor or any person or entity directly or indirectly employed by said contractor or by anyone for whose acts said contractor may be liable. A. Workers Compensation: The contractor shall provide workers compensation insurance required by law with employers liability limits for at least the amounts of liability for bodily injury by accident of $ 500,000 each accident and bodily injury by disease of $500,000 including a waiver of subrogation. B. Commercial General Liability Insurance: The contractor shall provide commercial general liability insurance policy with an edition date of 1986 or later including products and completed operations. Limits should be at least: Bodily injury & property damage with an occurrence limit of $1,000,000: Personal & advertising injury limit of $1,000,000 per occurrence: General aggregate limit of $2,000,000 (other than products and completed operations): Products and completed operations aggregate limit of $2,000,000. The policy shall name the Town of Weston and the Weston Board of Education as an additional insured and include ISO Form CG 2010 (07/04) and CG 2037 (07/04). Such coverage will be provided on an occurrence basis and will be primary and shall not contribute in any way to any insurance or self-insured retention carried by the Town. The policy shall contain a waiver of liability in favor of the Town. Such coverage shall contain a broad form contractual liability endorsement or wording within the policy form. A per project aggregate limit of liability endorsement shall apply for any construction contract. Deductible and self-insured retentions shall be declared and are subject to the approval of the Town. C. Commercial Automobile Insurance: The contractor shall provide commercial automobile insurance for any owned autos (symbol 1 or equivalent) in the amount of $1,000,000 each accident covering bodily injury and property damage

BID: #17-002BOE Page 5 on a combined single limit basis. Such coverage shall also include hired and non-owned automobile coverage. D. Umbrella Liability Insurance: The contractor shall provide an umbrella liability policy in excess (without restriction or limitation) of those limits described in items (A) through (C). Such policy shall contain limits of liability in the amount of $5,000,000 each occurrence and $5,000,000 in the aggregate. As to the insurance required, the insurer(s) and/or their authorized agents shall provide the Town with certificates of insurance prior to execution of the agreement by the Town, describing the coverage. The insurer shall give 30 days notice of cancellation or non-renewal. Contract should also include an indemnity agreement and duty to defend. 4. The contractor shall make all needed repairs in the work covered by the contract, due to defective workmanship or materials, during a period of one year after the date of completion of the work by the contractor. During this period of one year, the contractor agrees that the Board of Education may retain from the monies payable to him the sum of 5% of the total amount of the contract. In lieu of the retained 5%, the contractor may choose to furnish a guarantee bond for the equivalent amount. The Board of Education may expend the same or as much thereof as may be required in making the aforesaid repairs to the satisfaction of the Board of Education, if within 10 days after the mailing or delivery of a notice in writing by the Board of Education to the contractor, he shall fail to make the aforesaid repairs; provided, however, that in case of an emergency where, in the opinion of the Board of Education, delay would cause serious loss or damage, the Board of Education may make repairs without previous notice and at the expense of the contractor. At the end of this one-year period, the balance of the retained 5% shall be paid or the bond returned to the contractor, provided all of the terms of the contract shall have been fulfilled. When required by the Director of Finance and Operations for the Board of Education, the Contractor shall furnish satisfactory evidence that he has satisfied all just claims for labor performed or materials furnished for or in the use of the work herein specified; in the absence of such evidence, the Director of Finance and Operations for the Board of Education shall have the right to retain sufficient funds to pay all just claims.

BID #17-002BOE SPECIFICATIONS PAGE 6 BID SHEET DELIVERY BEFORE : PRICES WILL HOLD UNTIL: BIDDER NAME : BIDDER ADDRESS : NAME: TITLE: SIGNATURE: DATE: TELEPHONE: FAX: E-MAIL: RETURN ONE COPY OF BID DO NOT FAX BID BID ENVELOPE MUST BE MARKED WITH BID NUMBER.

BID: #17-002BOE Page 7 WESTON PUBLIC SCHOOLS WESTON SCHOOL DISTRICT BOILER CLEANING Scope of Work The Weston Board of Education is accepting bids for the cleaning of all boilers within our district buildings. The scope of work shall include all labor and materials to complete the following: 1) The contractor will power vacuum with a truck mounted power vacuum, having minimum of 460 square feet of filter area which is capable of drawing 26 vacuum. Where applicable boilers will be wire brushed from not only the outside, but contractor will locate their technicians inside the boilers as well. This procedure allows for all passes in boilers to be thoroughly wire brushed. Boilers will also be power air lanced thus insuring that all soot and/or other residue is total removed. 2) The contractor will certify that: All will be opened and cleaned. All fan housings and ignitions will be cleaned and checked. Oil strainers, filters and nozzles will be cleaned and checked. Oil strainers, filters and nozzles will be cleaned or replaced if needed. will be test fired and set up for maximum efficiency. NOTE: If parts/nozzles need to be replaced at an additional charge the contractor will estimate this cost (parts and labor) as an Alternate in the base price. 3) The contractor will drain boilers, remove plugs at both ends and flush mud drums of all loose scale and sediment deposits. Low water cut-offs will be opened and cleaned of all loose sediments and scale. Water sides will be inspected for any present or future problem areas. Recommendations of any will be submitted to the Director of Facilities. After BOE inspection and approval, all drums and cut-offs will be re-installed with new factory approved gaskets, and pressurized to ensure that no leaks are present. 4) The Contractor will leave all areas in a clean and workmanlike manner. 5) The contractor s price will include all hardware, material, labor and overhead/ancillary costs. 6) The contractor will include an alternate price (estimate on parts and labor) (Alternate # 1) for parts/nozzles which may need to be replaced if not included in base price. 7) All contractor employees must follow all procedures regarding Hazardous Communication, Confined Space and Lock-Out/Tag-Out according to OSHA regulations. NOTE: Estimated start date will be July 5, 2017. All work must be completed no later than August 11, 2017.

BID: #17-002BOE Page 8 PRICING: Elementary School North House (2) HB Smith Core Building (2) HB Smith East House (2) HB Smith Water Side South House (2) HB Smith Water Side Central Office Start up burner only Intermediate School (2) HB Smith High School New Boiler Room #1 (3) Weil McLain Boilers

BID: #17-002BOE Page 9 High School Old Boiler Room #2 (2) HB Smith Middle School New Boiler Room (2) HB Smith Middle School Old Boiler Room (3) HB Smith 450 Shop Boiler (1) HB Smith 19 Water Side Base pricing: Alternate # 1: (If base price does not include Item # 6) Authorized Signature: Name: Company: Date: