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

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

Request for Proposals Architectural and Engineering Design Services associated with

INVITATION TO BID. Contractor Services Associated With:

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

REQUEST FOR PROPOSAL MOBILE AND ONLINE CITIZEN ENGAGEMENT SOLUTION

TOWN OF CUMBERLAND, RI BID #

SAMPLE SUBCONTRACTOR AGREEMENT

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

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

LONE TREE SCHOOL FLOORING REPLACEMENT

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2

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

HEATING AND COOLING SYSTEM MAINTENANCE

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

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

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

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

Cheyenne Wyoming RFP-17229

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

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

PROPOSAL LIQUID CALCIUM CHLORIDE

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

LONE TREE SCHOOL BELL SYSTEM

ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR

ANNEX A Standard Special Conditions For The Salvation Army

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

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

Standard Form of Agreement Between Contractor and Subcontractor

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

AIA Document A101 TM 2007

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

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

WINDOW WASHING

AGC TEXT COPY THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR

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.

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

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

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

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

SUBCONTRACT (SHORT FORM)

Request for Bid/Proposal

W I T N E S S E T H:

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

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

SUBCONTRACT CONSTRUCTION AGREEMENT

Attachment A GENERAL TERMS AND CONDITIONS

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

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

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

Proposal No:

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS

CITY OF GREENVILLE Danish Festival City

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

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

AIA Document A101 TM 2007

!!" #$!%&#!" ' (& ')*+!"

Town of Waldoboro Public Works Department REQUEST FOR BIDS

INVITATION FOR BID. Fumigation

INSTRUCTIONS TO BIDDERS

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

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

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

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

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

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

MASTER SUBCONTRACT AGREEMENT

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

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

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

INSTRUCTIONS TO BIDDERS

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

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

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

Warner Robins Housing Authority

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

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

INVITATION TO BID (ITB)

July 20, 2018 at 2:00 p.m

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF ROMULUS CHAPTER 39: PURCHASING

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.

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services

Scofield Ridge Homeowners Association

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

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

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

OGC-S Owner-Contractor Construction Agreement

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

Regional School District 17 REQUST FOR PROPOSAL HEALTH INSURANCE BROKER/CONSULTANT. Submission Deadline: October 21, :00 AM Central Office

Transcription:

INVITATION TO BID Contractor Services Associated with: WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN RESERVES THE RIGHT TO NEGOTIATE AND CONTRACT WITH ANYONE OR NO ONE, HIGH OR LOW, AS IT DETERMINES TO BE IN THE BEST INTERESTS OF THE TOWN OF WINDSOR. INTENT AND GENERAL INFORMATION In accordance with the provisions of Connecticut General Statutes (CGS) Section 10-291 as amended; The Town of Windsor solicits proposals from LICENSED CONTRACTORS; to remove and properly dispose of HVAC UNIT, furnish and install all equipment, materials, and labor related required to remove and install replacement HVAC UNIT. THIS IS A PREVAILING WAGE RATE PROJECT. All work performed under contract between the Town of Windsor and the CONTRACTOR is required to be permitted and inspected by ALL Town Building Inspectors as required. Include submittal of replacement unit in your bid for town staff review. SCOPE OF WORK The selected CONTRACTOR will: remove properly dispose existing HVAC UNIT, properly remove and dispose of materials determined to be hazardous, furnish and install all materials, labor, and equipment related to new HVAC UNIT installation. Replacement unit to be same Dectron type or town approved similar type. Bid lump sum to be complete price. All work to be performed at the Windsor High School 50 Sage Park Road, Windsor, CT. 06095 EXISTING UNIT The existing pool area HVAC unit is made by Dectron Model # DS-182-43 Serial number is A2001060026. 460V, 3 ph, 60Hz. 16,000 cfm Hot Water space heating coil Air cooled Condenser Model # CCD-054

BID AND SUBMITTAL CONDITONS: THE BIDS SHALL INCLUDE: 1. Bidders will submit two sets of their sealed bid on enclosed BID FORM. 2. A statement of staff availability and their experience and background. 3. A list of any and all proposed subcontractors to be utilized on the project. 4. A projected time schedule of the work. Work will be scheduled to commence when school is closed for summer June 2019. It is expected that the work will be completed by August 23, 2019. 5. Bid security payable to the Town of Windsor in the form of a certified check or bid bond is required for five percent (5%) of the amount bid, issued by an acceptable surety on AIA document A311 or comparable legal bond form, and must accompany each bid. 6. The successful bidder shall provide using AIA documentation forms the following; Contract, Performance, and Payment bond within ten days of notification of project award. 7. The successful Contractor shall be required to provide a one (1) year installers warranty as required by the State of Connecticut Bureau of School Facilities. SUBMISSION REQUIREMENTS Bids will be received at the Finance Department Windsor Town Hall Attn: James Bourke Director of Finance until Tuesday November 20 2018 10:00 AM at which time they will be opened in the Town Hall, First Floor, Ludlow Room and publicly read aloud. James Bourke Director of Finance Town Hall 275 Broad Street Windsor, CT 06095 Contact George Greco at 860-687-2000 ext. 223 to schedule site walk through. Bid Proposals must be submitted by 10:00 AM Tuesday November 20, 2018. All bids must be signed by an Officer of the Company, contain one complete price on enclosed bid form with bid bond included in package and DAS Prequalification Certification. The Contractors are advised the Town of Windsor reserves the right to accept or reject any and all bids, high or low, or any part thereof, to waive defects or formalities in same, or to accept any proposal it deems to be in the Town of Windsor s best interest.

TERMS AND CONDITIONS Unless otherwise modified, the following terms and conditions will apply to professional services rendered. Bids must be held firm and may not be withdrawn for ninety (90) days after the bid opening. Services to be Provided The Contractor shall provide services as set forth in their bid and in accordance with the terms identified herein. The services provided will be performed on behalf of and solely for the Town of Windsor and any information, tests, reports, correspondence, and conclusions shall not be released to other parties unless authorized by the Town of Windsor or in accordance with any applicable state or federal law. Billing and Payment The Town of Windsor will pay the Contractor for services performed in accordance with the signed Agreement. Invoices will be submitted periodically or upon completion of services rendered. The Town reserves the right to request substantiating information on any bill submitted. The Town will, within 10 days after approval by the Town s Public Building Commission of an invoice requesting payment, either indicate the approval of payment and process the invoice or indicate to the Contractor in writing, the reason for refusing to approve said invoice. In the later case, the Contractor will make the necessary corrections and resubmit the invoice. The Town will, within 30 days of an approved invoice, pay the amount to the Contractor. Court Litigation and Waiver of Jury Trial Notwithstanding the existence of any provision for arbitration of disputes in the contract or any legislation providing for arbitration, any dispute arising under this contract shall not be submitted to arbitration and the parties shall be left to the remedies at law. It is further expressly agreed that both parties waive and relinquish their right to a trial by jury of any dispute arising out of this contract. The intent of the parties is not to have a jury decide any aspect of any dispute which may arise under this contract. Mediation All claims, disputes or other matters in question between the parties to this Agreement arising out of or relating to this Agreement or breach thereof shall be submitted to non-binding mediation. On the written notice of either party to the other of the election to submit any dispute under this Agreement to mediation, each party shall designate its representative and shall meet at the Windsor Town Hall within ten

(10) days after the service of notice. The parties themselves shall then attempt to resolve the dispute within ten (10) days of meeting. Should the parties themselves be unable to agree on a resolution of this dispute, and then the parties shall appoint a third party, who shall be a competent and impartial party and who shall be acceptable to each party, to mediate the dispute. Each party shall pay the fees and expenses of the party mediator and such costs shall be borne equally by both parties. Upon agreement of the parties, either party may waive the first step in the mediation process and appoint a mutually acceptable mediator. Any third party mediator designated to serve in accordance with the provisions of the Agreement shall be disinterested and shall be qualified to evaluate the performance of both parties. This process shall be considered as a condition precedent to moving to court. Equitable Relief Nothing herein shall prevent either party from obtaining a court order enforcing the mediation process or such other temporary or equitable relief until such time that the dispute is settled or finally adjudicated. Insurance The Contractor shall, after being awarded the Contract but prior to starting work, furnish Certificates of Insurance, including Automobile, Commercial General Liability, Professional Liability, Umbrella Liability, and Worker s Compensation insurance in the following amounts: 1. Commercial General Liability Insurance: The Contractor shall provide Commercial General Liability insurance with a combined single limit of $1,000,000 per occurrence, $1,000,000 aggregate for bodily injury and property damage. The CGL shall be written on ISO occurrence form CG 00 01 10 93 (or a substitute form providing equivalent coverage) and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract) 2. Commercial Automobile Liability Insurance

The Contractor shall provide Commercial Automobile Liability insurance with a combined single limit of $1,000,000 per occurrence, $1,000,000 aggregate, and shall include coverage for all owned, hired, and non-owned vehicles. 3. Worker s Compensation Insurance The Contractor shall provide Worker s Compensation Insurance in the required amount as applies to the State of Connecticut and Employers Liability Insurance as follows: Bodily Injury by Accident - $100,000 each accident Bodily Injury by Disease - $500,000 policy limit Bodily Injury by Disease - $100,000 each employee 4. Umbrella Liability Insurance The Contractor shall provide Commercial Umbrella Liability insurance with a combined single limit of $1,000,000 per occurrence, $1,000,000 aggregate for bodily injury and property damage. 5. Professional Liability Insurance The Contractor shall provide Professional Liability insurance with a combined single limit of $1,000,000 per occurrence, $1,000,000 aggregate for bodily injury and property damage. Each Policy of Insurance shall include a waiver of subrogation in favor of the Town of Windsor and shall provide no less than thirty- (30) days notice to the Town of Windsor in the event of a cancellation or change in conditions or amounts of coverage. The Commercial General Liability, Automobile, and Umbrella Liability shall name the Town of Windsor as an additional insured. Certificates of Insurance, acceptable to the Town of Windsor shall be delivered to the Town of Windsor prior to the commencement of the work and kept in force throughout the term hereof. The above insurance requirements shall also apply to all Subcontractors and the Contractor shall not allow any Subcontractors to commence work until the Subcontractors insurance has been so obtained and approved. USE OF CONTRACTOR'S DRAWINGS, SPECIFICATIONS AND OTHER DOCUMENTS The drawings, specifications and other documents prepared by the Contractor for this Project shall be the joint property of the owner and the Contractor, provided, however, the rights of ownership shall be limited as follows:

(a) Contractor shall provide the owner with all equipment owners manuals and documentations. (b) Hazardous material report by EnviroMed Services Inc. included in project specifications book. The Owner shall have the unlimited right to submit or distribute documents to meet official regulatory requirements or for similar purposes in connection with the project. PREVAILING WAGE AND PAYMENT BY GENERAL CONTRACTOR TO SUBCONTRACTOR In accordance with Section 31-53 of CGS, renovations greater than $100,000 are subject to Prevailing Wage requirements. The General Contractor shall remain in accordance with Section 49-41a of CGS, Enforcement of payment by general contractor to subcontractor and by subcontractor to his subcontractors.

Town of Windsor Finance Department 275 Broad Street Windsor, Connecticut 06095 TO: Mr. James Bourke Director of Finance Town of Windsor 275 Broad Street Windsor, CT 06095 The undersigned doing business in the Town of, County of, State of, submits herewith, in conformity with the specifications dated November 20, 2018, the following bid:. REPLACEMENT HVAC UNIT for WINDSOR HIGH SCHOOL POOLHOUSE. 1. COMPLETE BID $ ( ) written figures 3. Name of Subcontractor(s) to be utilized. Name of Bidder: By Title

Address of Bidder Telephone No. Fax No. 4. Receipt of Addenda: Receipt of the following Addenda is hereto acknowledged: Addendum Signature Date No. 1 No. 2 No. 3 No. 4