HEATING AND COOLING SYSTEM MAINTENANCE

Similar documents
PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

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

TOWN OF LINCOLN GENERAL SPECIFICATIONS

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

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS

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

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

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

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

TOWN OF CUMBERLAND, RI BID #

BID DOCUMENTS FOR. WTP VFD Replacement Bid

City of New Rochelle New York

INSTRUCTIONS TO BIDDERS

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

PROPOSAL LIQUID CALCIUM CHLORIDE

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

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

WINDOW WASHING

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

CONSTRUCTION CONTRACT EXAMPLE

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

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Request for Bid/Proposal

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

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

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

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

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

City of New Rochelle New York

THE RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY REQUEST FOR PROPOSALS AUDIT SERVICES CONTRACT #17-4

Requests For Proposals

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

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

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

NEAPA Northeast Alabama Purchasing Association

Trailer Mounted 250KW Diesel Generator Contract # 18C

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

RFP GENERAL TERMS AND CONDITIONS

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

Traffic Control Signal Design & Engineering Services

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

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

INSTRUCTIONS TO BIDDERS

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

West Ridge Park Ballfield Light Pole Structural Assessment

REQUEST FOR PROPOSAL RFP #14-03

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

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

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

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

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

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

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

INSTRUCTIONS TO BIDDERS

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

St. George CCSD #258

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

REQUEST FOR SEALED BID PROPOSAL

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

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

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

REQUEST FOR SEALED BID PROPOSAL

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Request for Proposal Internet Access

REQUEST FOR SEALED BID PROPOSAL

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL

Request for Proposal Data Network Cabling

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

City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

LONE TREE SCHOOL BELL SYSTEM

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

SUBCONTRACT CONSTRUCTION AGREEMENT

MASTER SUBCONTRACT AGREEMENT

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

Department of Public Works

Black Hawk County Engineer

REQUEST FOR SEALED BID PROPOSAL

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

Police Department Dispatch Architectural Services

Transcription:

TOWN OF HOPKINTON HEATING AND COOLING SYSTEM MAINTENANCE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS Heating and Cooling System Maintenance BID INFORMATION BIDS DUE BY: BID OPENING DATE: BID RECEIPT LOCATION: Tuesday, April 16, 2019 at 2:00 p.m. Tuesday April 16, 2019 at 2:15 p.m. BID OPENING LOCATION: Town Clerk s Office Town Hall Council Chambers Hopkinton Town Hall Hopkinton Town Hall 1 Townhouse Road 1 Town House Road Hopkinton, RI 02833 Hopkinton, RI 02833 Sealed Envelopes Must Be Marked As Follows: Heating and Cooling System Maintenance The effective date of AWARD shall be on or about, Monday, May 6, 2019. Single Point of Contact: All requests for information related to this request should be directed to: William McGarry Town Manager 1 Townhouse Road Hopkinton, RI 02833 (401) 377-7761 Email Address: townmanager@hopkintonri.org

BID REQUIREMENTS 1. Sealed bids will be accepted in the Town Clerk s Office until 2:00 p.m. on Tuesday April 16, 2019. 2. Sealed bids will be opened in the Town Hall Council Chambers at 2:15 p.m. on Tuesday April 16, 2019. 3. Sealed envelopes must be marked Heating and Cooling System Maintenance. 4. Proposals shall be for HEATING AND COOLING SYSTEM MAINTENANCE from July 1 st, 2019 through June 30 th, 2022--a period of three (3) years. 5. Proposals shall be submitted on the attached bid sheet. 6. A signed copy of the Bid Instructions shall accompany the bid submission. 7. Bidders are required to submit three (3) copies of their bid. 8. Bids are to be submitted on or before the date and time due and signed by a person authorized to represent the bidder. 9. No bidder may withdraw his bid within ninety (90) days after the bid is submitted. 10. Bids that do not meet minimum requirements may or may not be considered. All exceptions must be listed. 11. Contracts may be competitively negotiated when it is determined, in writing, by the Town Manager that the bid prices received by competitive sealed bidding either are unreasonable as to all or part of the requirements or were not independently reached in open competition. 12. The Town of Hopkinton shall award the bid to the responsible bidder whose proposal is determined, in writing, to be the most advantageous to the Town. The award shall be made on the basis of the lowest evaluated or responsive bid price. 13. The successful bidder shall furnish a Certificate of Liability Insurance within fifteen (15) days after the Hopkinton Town Council awards the bid. 14. The Town reserves the right to reject any or all bids, to waive technical deficiencies or informalities, and to accept any bid that it may deem to be in the best interest of the Town. 15. Heating and Cooling System Maintenance shall be provided at the following locations: DPW Highway Garage, 395A Woodville Road, Hopkinton RI; Town Hall, 1 Townhouse Road, Hopkinton RI; Thayer House, 482 Main Street, Hopkinton RI; 2

Crandall House Activity Center, 188B Main Street, Hopkinton RI; Crandall House, 188A Main Street, Hopkinton RI; Police Station, 406 Woodville Road, Hopkinton RI; Animal Shelter, 395 Woodville Road, Hopkinton RI. 16. There are no price escalation clauses included in the RFP. 17. Bidders may be asked to appear before a committee comprised of Town officials to present their proposals and qualifications. 18. The Town of Hopkinton is exempt from Federal excise taxes and State sales taxes. 19. The Town specifically reserves the right to cancel the contract or any portion thereof providing, in its opinion, the services or materials supplied by the Vendor are not satisfactory or consistent with the terms of the contract. 20. Copies of the Request for Proposals (RFP) may be obtained at the Town Hall, 1 Town Hall Road, Hopkinton, Rhode Island between the hours of 9:00 a.m. and 4:00 p.m., Monday through Friday, and are also available on the Town s website, www.hopkintonri.org. 21. Contact Town Manager William A. McGarry at (401) 377-7761 or townmanager@hoptkintonri.org with any questions regarding this bidding process. 22. Requested information, including answers to questions, will be posted on the Town s website, as addendums to the original RFP, as quickly as practicable. 3

STANDARD INSTRUCTIONS TO BIDDERS THESE ARE STANDARD INSTRUCTIONS FOR BIDS ISSUED BY THE TOWN OF HOPKINTON 1. Receipt and Opening of Bids Bids will be accepted in the Hopkinton Town Hall until the time indicated on the advertisement for bids, for the commodities, equipment or services designated in the specifications and will then be publicly opened and read. 2. Form of Bids Bids must be submitted on and in accordance with the forms attached hereto, blank places must be filled in as noted, no change shall be made in the phraseology of the proposal or in the item or items mentioned therein. Bids must contain the name and proper address of the bidding firm, and must be signed by a responsible member of the firm with his/her signature and official title. Proposals that are not complete, or contain any omissions, erasures, alterations, additions or contain irregularities of any kind may be rejected. 3. Submission of Bids a. Envelopes containing bids must be sealed, submitted to the Town Clerk s Office and marked HEATING AND COOLING SYSTEM MAINTENANCE. b. The Town Clerk will decide when the specified time has arrived to open bids, and no bid received thereafter will be considered. c. Any bidder may withdraw his/her bid by written request at any time prior to the advertised time for bid opening. Telephonic bids, amendments, or withdrawals will not be accepted. d. Unless otherwise specified, no bid may be withdrawn for a period of ninety (90) days after the date of bid opening. e. Negligence on the part of the bidder in preparing the bid confers no rights for the withdrawal of the bid after it has been opened. f. Bids received prior to the time of opening will be securely maintained by the Town Clerk. No responsibility will attach to an officer or person for the premature opening of a bid not properly addressed and identified. 4

4. Prices Bidders shall list the proposed price(s) as designated on the Bid Sheet. 5. Rhode Island Sales Tax The Town is exempt from the payment of R.I. Sales Tax under the 1956 General Laws of Rhode Island, 44-18-30, Paragraph 1, as amended. 6. Federal Excise Taxes The Town is exempt from the payment of Federal excise taxes. The price bid must be exclusive of taxes and will be so construed. 7. "Or Equal" Bidding When the name of a manufacturer, a brand name, or manufacturer's catalogue number is issued as the bid standard in describing an item this description is used to indicate quality, performance and other essential characteristics of the article required. If bidding on other than the make, model, brand or sample specified, but equal thereto, bidder must so state by giving the manufacturer's name, catalogue number and any other information necessary to prove that the intended substitution of a commodity is equal in all essential respects to the bid standard. Bidder must prove to the satisfaction of the Town Manager or by person or persons designated by him in his or their sole discretion, that his/her designated substitute is equal to the bid standard: otherwise, his/her bid will be declared "No Bid" in so far as the item in question is concerned. 8. Award and Contract Unless otherwise specified, the Town reserves the right to make an award by item or items, or by total, as may be in the best interest of the Town. 9. Locations Heating and Cooling System Maintenance shall be provided at the following locations: DPW Highway Garage, 395A Woodville Road, Hopkinton RI; Town Hall, 1 Townhouse Road, Hopkinton RI; Thayer House, 482 Main Street, Hopkinton RI; Crandall House Activity Center, 188B Main Street, Hopkinton RI; Crandall House, 188A Main Street, Hopkinton RI; Police Station, 406 Woodville Road, Hopkinton RI; Animal Shelter, 395 Woodville Road, Hopkinton RI. 5

10. Affirmative Action Any firm providing services to or doing business with the Town of Hopkinton, R.I. shall adhere to the Town's Affirmative Action Plan for Equal Employment. 11. Towns Right to Reject The Town reserves the right to reject any and all proposals, to waive any informality in the proposals received and to accept the proposal deemed to be most favorable in the best interests of the Town. Failure of the Vendor to perform any work for a period of ten (10) days following its commencement without the consent of the Town shall constitute a breach of duty and the Town may at its option, by written notice, terminate his/her obligations hereunder and contract for or otherwise effect the completion of the work uncompleted by the Vendor, and may offset against the contract price herein set forth, the cost and expense of completing such work, or in the event the Town has at the time of such breach and termination paid to the Vendor an amount in excess of the fair value of the work then completed, the Vendor shall refund to the Town promptly upon demand, an apportioned amount of the total sum thereto paid by the Town. 12. Insurance The successful bidder shall submit a Comprehensive General Liability Insurance Certificate within fifteen (15) days after the bid award that meets the following minimum requirements: Certificate of Liability Insurance A. Commercial General Liability Insurance in the amount of one million dollars ($1,000,000). B. Automobile Liability Insurance in the amount of one million dollars ($1,000,000). C. Umbrella Liability Insurance in the amount of two million dollars ($2,000,000). D. Workers Compensation and Employers Liability Insurance in the amount of one million dollars ($1,000,000). 13. Labor Regulations The following paragraphs regarding nondiscrimination in employment shall be included and become part of these Specifications: A. The successful bidder shall not discriminate in employment practices and conform to Executive Order No. 11246. B. Bidders must, if required, submit a compliance report concerning their employment practices and policies in order to maintain their eligibility to receive the award. 6

C. Successful bidders shall submit to the Hopkinton Town Manager a list of all subcontractors who will perform work on the project, and written signed statements from authorized agents of labor pools with which they will or may deal with for employees on the work, together with any information to the effect that such labor pools practices or policies are in conformity with Executive Order No. 11246; that they will affirmatively cooperate in or offer no hindrance to the recruitment, employment, and equal treatment of employment, and equal treatment of employees seeking employment and performing work under this contract; or a certification as to when such agents or labor pools have failed or refused to furnish them, prior to award of the contract. 14. Wage Rates This is a prevailing wage project. Attention of the bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the contract. In conformity with the provisions of Chapter 13 of Title 37, General Laws, Rhode Island, 1956, as amended, the minimum wages for a day s work paid to craftsmen, teamsters and laborers shall not be less than the customary and prevailing rate of wages for a day s work in the locality where the work is undertaken. Such a schedule of wages has been established on a minimum hourly basis and is on file in the office of the State Department of Labor and Training. 15. Remedies Except as may be otherwise provided, all claims, counterclaims, disputes and other matters in question between the Town and the successful bidder arising out of or relating to this agreement or the breach thereof will be decided in a court of competent jurisdiction within the State of Rhode Island. 16. Indemnity The successful bidder shall at all times indemnify and save harmless the Town, its servants and agents, from any and all claims and from any suits, litigation, damages, losses or the like arising out of injuries sustained or alleged to have been sustained by any persons or damage to property in connection with the contract work, caused in whole or in part by acts or omissions of the successful bidder, his subcontractors, material persons, or anyone directly or indirectly connected with the contract work. 17. General Guarantee Neither the final certificate of payment nor any provision in the contract documents nor any partial or entire occupancy of the premises by the Town shall constitute an acceptance of work not done in accordance with the contract documents or relieve the successful bidder of liability with respect to any express warranties or responsibility for faulty workmanship or materials. The successful bidder shall remedy any defects in the work and pay for any damage to other work resulting there from, which shall appear within a period of two (2) years from the date of final acceptance of the 7

work, unless a longer period is specified by the Town and/or by virtue of any specific product guarantees and/or warranties. The Town will give final notice of observed defects with reasonable promptness. The successful bidder shall guarantee satisfactory operation of any item of equipment for two (2) years or for any other time period consistent with any specific product guarantees and/or warranties from the date of final acceptance. I hereby certify that I have read and agree to these Bid Instructions. A signed copy of the Bid Instructions shall be submitted to the Town Clerk s Office at the time the bid is submitted. Date Name Company Name Company Street Address City/Town/State 8

SPECIFICATIONS 1. Heating and Cooling System Maintenance bids shall be for a three (3) year period from July 1st, 2019 through June 30th, 2022. 2. The bidder must possess all appropriate State licenses to perform the aforementioned work on heating and cooling systems. 3. Heating and/or air conditioning systems are located at following Town sites: Location Address System Type Police Department 406 Woodville Road One (1) Central A/C Unit Town Hall 1 Town House Road One (1) Oil Burner One (1) A/C Split Unit Thayer House 482 Main Street One (1) Central A/C Unit Crandall House 188A Main Street One (1) Oil Burner Activity Center 188B Main Street One (1) Oil Burner One (1) Central A/C Unit Department of 395 Woodville Road Three (3) Oil Burners Public Works One (1) A/C Split Unit Animal Shelter 395B Woodville Road One (1) Oil Burner 4. All prospective bidders are encouraged to visit these sites to ensure that proper access is available for deliveries. 5. The successful bidder shall provide a Comprehensive Liability Insurance Certificate, as enumerated in Section 12 of the Standard Instructions to Bidders. 9

BID SHEET (Submit to Town Clerk s Office) The undersigned, having familiarized themselves with the existing bid information, requirements and specifications, hereby proposes to furnish all technical personnel, supervision, labor, materials, equipment, appurtenances, services, and insurances required to perform and complete this work at the below service hourly labor rates: HEATING AND COOLING SYSTEM MAINTENANCE SERVICE HOURLY LABOR RATES Monday through Friday, 8:00 a.m. - 4:00 p.m. Monday through Friday, 4:00 p.m. - 8:00 a.m. Saturday, Sunday and Holidays Miscellaneous Charges Discount from Parts List $ $ $ $ % PROPOSAL BY: (Company Name) (Street Address) (City/Town) (State) (Zip) (Name) (Title and Email address) (Date) 10