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

Similar documents
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

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

SECURITY CAMERAS PURCHASE AND INSTALLATION BID: # BOE

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3

NETWORK UPGRADE BID: # BOE

MOBILE LAPTOP CHARGING CARTS BID: # BOE

PROPOSAL LIQUID CALCIUM CHLORIDE

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

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

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

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

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

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

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

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

INVITATION TO BID APRIL 18, 2016

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

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

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

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

REQUEST FOR PROPOSALS

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

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

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

WINDOW WASHING

INSTRUCTIONS TO BIDDERS

GENERAL INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

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

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES

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

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

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

INSTRUCTIONS TO BIDDERS

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

INSTRUCTIONS TO BIDDERS

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

W I T N E S S E T H:

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

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

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

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

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

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

RFP GENERAL TERMS AND CONDITIONS

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

COUNTY OF PRINCE EDWARD, VIRGINIA

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

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

CITY OF ROMULUS CHAPTER 39: PURCHASING

SUBCONTRACTOR AGREEMENT

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

Cherokee Nation

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

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

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

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

EXHIBIT B. Insurance Requirements for Construction Contracts

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

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

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

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

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

T ERMS AND CONDITIONS OF L OADOUT AGREEMENT

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

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

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

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

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

Snow Removal Services Request for Proposals December 1, April 30, 2019

SAMPLE SUBCONTRACTOR AGREEMENT

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

LONE TREE SCHOOL FLOORING REPLACEMENT

Town of Lee Septic Tank Pumping Services

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

Request for Proposal Public Warning Siren System April 8, 2014

AGREEMENT FOR SERVICES

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

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

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

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

Request for Proposal Data Network Cabling

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

Proposal No:

SECTION SUPPLEMENTARY CONDITIONS

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

PROPOSAL GUIDE RAIL VEGETATION CONTROL

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT

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

West Ridge Park Ballfield Light Pole Structural Assessment

Transcription:

SPECIFICATIONS AND BID FORMS FOR 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, CT 06883 BID: #16-007- BOE Due on or before 11:00 A.M. ON MONDAY, JUNE 6, 2016 at the: OFFICE OF THE PURCHASING COORDINATOR 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 Purchasing Coordinator for the Board of Education of the Town of Weston, Connecticut, until 11:00 A.M. MONDAY, JUNE 6, 2016 at which time bids for INDOOR BLEACHER SAFETY RAILS are due. Each bid should be clearly marked: BID #16-007-BOE. 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 which 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

Page 2 SPECIFICATIONS AND BID FORMS BID: #16-007-BOE FOR: INDOOR BLEACHER SAFETY RAILS 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. The quantities listed in these specifications may be increased or decreased by the Weston Board of Education, depending upon its actual requirements. Bidders shall indicate how many days after receipt of the order the Board can expect delivery of merchandise. At the Board s request, contractors are required to provide written estimated delivery times once an order has been placed with a contractor. The contractor is responsible for notifying the ordering agency at least forty-eight (48) hours in advance of shipment. Deliveries shall be made as specified by the ordering agency during normal business hours. All items shall be delivered and set-up at the location specified by the ordering agency in accordance with good commercial practice. 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.

SPECIFICATIONS AND BID FORMS Page 3 BID: FOR: #16-007-BOE INDOOR BLEACHER SAFETY RAILS 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: #16-007-BOE Page 4 FOR: INDOOR BLEACHER SAFETY RAILS Additional specifications for construction or service contracts: 1. All bidders are to furnish a bid bond in the amount of not less than 5% of the total estimated bid as bid security. The surety on the bid bond must be a corporate surety licensed to sign surety bonds in the State of Connecticut and also listed by the United States Treasury Department in its latest list as a qualified surety acceptable to the United States Government. 2. Upon the execution of the contract, the contractor shall furnish a performance and labor and material bond in an amount at least equal to 100% of the total estimated contract price as security for faithful performance of the contract and for the payment of all persons performing labor or furnishing materials in connection with the contract. The surety on the bond must be a corporate surety and must meet the requirements stated relative to the bid bond except that the amount of the bond may exceed the limit for which the United States Treasury Department has qualified the surety if the excess is reinsured with surety companies that are qualified on the United States Treasury Department list for an amount equal to the amount of the reinsurance. Written evidence of how any excess suretyship has been placed by the surety signing the bond must accompany the bond. 3. 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. 4. 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.

BID: 16-007-BOE Page 5 FOR: INDOOR BLEACHER SAFETY RAILS 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 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. 5. The contractor shall carry comprehensive General Liability and Automobile Liability insurance limits in amounts not less than $l,000,000 per occurrence as a Combined Single Limit for Bodily Injury, Personal Injury and Property Damage. Prior to commencing work, the contractor shall furnish the Board of Education with proof of such coverage and will include the Town of Weston/Weston Board of Education as additional insureds with regard to this work. Additionally, the comprehensive general liability coverage must contain a Per Job Site Aggregate Limit endorsement. If any work is sublet, the contractor shall require the subcontractors to provide comprehensive General Liability and Automobile liability coverage in the same limits as for the contractor, with the same Per Job Site Aggregate Limit endorsement and furnish satisfactory proof to the Board of Education, prior to inception of any work, that these insurance requirements have been met. 6. 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

Bid #16-007-BOE Page 6 FOR: Indoor Bleacher Safety Rails 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. A 5% SECURITY BOND OR CHECK MUST BE INCLUDED WITH THE BID.

BID #16-007-BOE SPECIFICATIONS PAGE 7 SEE ATTACHMENT

BID: #16-007-BOE Page 8 BID SHEET DELIVERY BEFORE : PRICES WILL HOLD UNTIL: BIDDER NAME : BIDDER ADDRESS : NAME: TITLE: TELEPHONE: SIGNATURE: DATE: FAX: E-MAIL: RETURN ONE COPY OF BID DO NOT FAX BID BID ENVELOPE MUST BE MARKED WITH BID NUMBER.