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

Similar documents
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

Request for Proposals Architectural and Engineering Design Services associated with

INVITATION TO BID. Contractor Services Associated With:

REQUEST FOR PROPOSAL MOBILE AND ONLINE CITIZEN ENGAGEMENT SOLUTION

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

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

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

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

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

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

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

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

Request for Proposals. For the Read Schoolhouse Preservation Work

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

COUNTY OF PRINCE EDWARD, VIRGINIA

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

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

REQUEST FOR PROPOSALS

KITSAP COUNTY INFORMAL BID REPAIRS TO HOUSE OWNED BY KITSAP COUNTY (SEWER UTILITY) LOCATED AT LEMOLO SHORE DRIVE NE, POULSBO WA 98370

WINDOW WASHING

ADVERTISEMENT FOR BIDS

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

LONE TREE SCHOOL FLOORING REPLACEMENT

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

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

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

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

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

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

SAMPLE SUBCONTRACTOR AGREEMENT

SECURITY CAMERAS PURCHASE AND INSTALLATION BID: # BOE

Proposal No:

MOBILE LAPTOP CHARGING CARTS BID: # BOE

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

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

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

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

Tacoma Power Conservation Contractor Agreement

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

WINDOW TREATMENTS WESTON MIDDLE SCHOOL BID: # BOE

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

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

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

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

INSTRUCTIONS TO BIDDERS

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

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

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

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

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

PAVING BID: # BOE

INVITATION TO BID Acoustical Ceiling Tile

Solicitation for Bids Nelson Park Gazebo Design-Build Mt. Pleasant, MI

HEATING AND COOLING SYSTEM MAINTENANCE

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

BHP Project IFB #

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

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

Request for Proposal Internet Access

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

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

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

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

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

SUBCONTRACT CONSTRUCTION AGREEMENT

INVITATION TO BID Install Spray Foam Polyurethane Roof

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

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

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

GUILFORD COUNTY SCHOOLS Invitation for Bids

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

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

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

INVITATION TO BID (ITB)

NEW HANOVER COUNTY REQUEST FOR PROPOSAL FOR AUDIT SERVICES

TOWN OF CUMBERLAND, RI BID #

REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

Request for Proposal Data Network Cabling

AIA Document A101 TM 2007

EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP)

Bonner Springs Housing Authority Request for Proposals Turnover Painting Services

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

construction plans must be approved for construction by the City PBZ department.

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

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

OFFICIAL BID SHEET. DATE: May 3, 2018

Transcription:

INVITATION TO BID 1. Sealed bids are invited by the Town of Windsor Public Building Commission, Windsor, CT, hereinafter called the Owner, for the Project: "Town Hall First Floor Renovation Project, Windsor CT". The Project shall consist of three separate bids one contractor can be all three separately: (1) Replacing all existing suspended ceiling tiles with specified tile and refinishing existing 2 X 2 grid. Refinishing of grid to mean cleaning and painting existing grid flat white. Install new suspended grid and tiles in council chambers approximately 800 sq. ft. (2) Remove all existing vinyl wall coverings as noted on drawing, clean walls of old glue, skim coat existing plaster and sheetrock walls as many times as necessary to provide smooth level monolithic surface, one primer sealer coat and two finish coats of specified paint. All existing metal door and window frames to be cleaned, sanded and painted with specified paint until complete coverage achieved. Paint all interior wood window trim with specified paint until complete coverage achieved. (3) Remove all existing VCT and broadloom carpeting as noted on drawing and replace with specified carpet tiles as noted on drawings. Include all labor / all materials / all storage / all disposal costs in your bids on bid sheet for each bid you are participating on. 2. Bids shall be directed to: James Bourke, Assistant Finance Director, Second Floor, 275 Broad Street, Windsor, CT 06095, in a sealed envelope clearly marked "Town Hall First Floor Renovation Project, Windsor CT". 3. Bid submission deadline is at 10:00 a.m., Prevailing Time on Friday, May 29, 2015, in the Finance Department Second Floor Windsor Town Hall, 275 Broad Street, Windsor, CT 06095. Bids will be publicly opened and read aloud soon after in the Rose Room Third Floor Windsor Town Hall. 4. Bidding Documents are available at Windsor Town Hall Third Floor Engineering Department, 275 Broad Street, Windsor CT 06095. Partial sets will not be issued. Bidding Documents will also be available electronically by sending an email with your company name, address, and all pertinent contact information and phone numbers to przech@townofwindsorct.com or mccranor@townofwindsorct.com. A MANDATORY Pre-Bid Meeting will be held at Windsor Town Hall First Floor Council Chambers MONDAY MAY 11, 2015 10:00 a.m.

5. Each Bid must be accompanied by bid security payable to the Town of Windsor in the amount of 5% of the total Bid Sum in the form of Bid Bond, AIA Document A310, from a surety company licensed to do business in the State of Connecticut, pledging that the Bidder will enter into a contract with the Owner on the terms stated in the Bid. No Bids may be withdrawn for a period of sixty (60) days from the date of Bid opening. The amount of bid security shall be forfeited to the Owner if the Bidder, after being notified of selection for the award of the contract for the work, fails to furnish the required bonds and enter into a contract for construction within ten (10) days after such notification. 6. The project materials specifications are included at end of this document as Supplements A E. The only windows acceptable for this project are Marvin Clad Ultimate Double Hung as specified in Supplement A by AW Hastings & Co. - Enfield. No other substitute will be considered. A. Supplement A Wood Steel Trim Paint Specifications Sheets B. Supplement B Plaster Sheetrock Walls Paint Specifications Sheet C. Supplement C - 2 X 2 Square Lay-in Ceiling Tiles Specifications Sheet D. Supplement D Carpet Tiles Flooring Specifications and Installation Sheets E. Supplement E - Non-Collusion Statement SIGNED AND RETURNED WITH BID. 7. Subject to the rights reserved to the Owner in the Paragraphs below, the contract shall be awarded to the lowest responsible qualified bidder. 8. The lowest qualified responsible bidder shall furnish and pay for surety in the full amount of the contract. This bond shall provide 100% security for the faithful performance of the contract and the payment of all persons performing labor or furnishing materials in connection with the contract. Such surety shall be written by a surety company qualified to do business in the State of Connecticut and acceptable to the Owner. 9. The Owner reserves and shall have the right to reject any or all Bids, and in particular, to reject a Bid not accompanied by any required bid security or data required by the Bidding Documents or a Bid in any way incomplete or irregular. The Owner shall have the right to waive any informality or irregularity in any Bid received. 10. All questions during the bidding period must be submitted in writing by mail or email to Whit Przech Facilities Manager 275 Broad Street Windsor, CT 06095 Email: przech@townofwindsorct.com. 11. If the bid submission date is not extended, the last addendum shall be issued no later than Tuesday, May 26, 2015. The deadline for questions received by the Town shall be 12:00 NOON on Friday, May 22, 2015.

12. The Town of Windsor is an Equal Opportunity employer and requires an Affirmative Action Policy for all of its Contractors and Vendors as a condition of doing business with the Town, as per Federal Order 11246. By signing the Bid Form for this Bid, all vendors and contractors agree to this condition of doing business with the Town of Windsor and should the Town of Windsor choose to audit their compliance, the vendor/contractor agrees to cooperate fully. 13. No right shall accrue to any person submitting a bid until such bids have been accepted and contract awarded in writing by the duly authorized representative of the Town of Windsor. The Town of Windsor reserves the right to reject any and all bids and to accept the lowest responsible qualified bidder, and to waive any informalities, omissions, excess verbiage, or technical defects in the Bidding, if, in the opinion of the Town of Windsor, it would be in their best interest to do so. 14. The Town will not be liable for any costs incurred in the preparation of the response in this request. Proposals must be fastened together, paginated, indexed, and numbered consecutively. The firm s authorized official must sign all proposals. 15. The selected respondent will be required to submit a Certificate of Insurance in amounts and types specified naming the Town of Windsor as an additional insured. Respondents shall submit a letter from the respondent s insurance agent or broker that such insurance can be obtained at the time of execution of the contract and that a Certificate of Insurance shall be provided to that effect not later than the date of contract signing. 16. The respondent shall submit a signed Non-Collusion Statement (APPENDIX E) 17. The Proposer agrees and warrants that in performance of the contract it will not discriminate against any person or group of persons on the grounds of sex, race, color, religion, or natural origin in any manner prohibited by the law of the United States, the State of Connecticut, or the Town of Windsor. 18. The respondent shall indicate any and all exceptions to the Terms and Conditions identified herein in this proposal. The exceptions shall be on a separate page entitled EXCEPTIONS. 19. The Proposer may utilize the services of Subcontractors subject to the approval of the Town of Windsor. All subcontractors shall be required to carry the same insurance, and under the same conditions, as specified for the Proposer. 20. The Town of Windsor is exempt from the payment of taxes imposed by the Federal Government or the State of Connecticut; such taxes should not be included in any proposal fee.

21. The Town of Windsor reserves the right to negotiate, accept, and reject any and all and any contingent proposals. 22. TERMS AND CONDITIONS Unless otherwise modified, the following terms and conditions will apply to professional services rendered. The respondent will use an AIA standard form of agreement incorporating the following provisions. 23. SERVICES TO BE PROVIDED The winning respondent shall provide services as set forth in the proposal 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. 24. PERFORMANCE BONDS The Performance and Payment and Labor Bonds shall be in the amount of 100% the cost of installation. Upon completion of installation, Performance and Payment and Labor bonds shall be 100% of the annual maintenance costs, if any. 25. 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. 26. 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. 27. 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. 28. INSURANCE The winning vendor 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: 29.1 COMMERCIAL GENERAL LIABILIOTY INSURANCE The winning vendor 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) 29.2 COMMERCIAL AUTOMOBILE LIABILITY INSURANCE The winning vendor 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. 29.3 WORKER S COMPENSATION INSURANCE

The winning vendor 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 29.4 UMBRELLA LIABILITY INSURANCE The winning vendor 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. 29.5 PROFESSIONAL LIABILITY INSURANCE The winning vendor 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 winning vendor shall not allow any Subcontractors to commence work until the Subcontractors insurance has been so obtained and approved.

Town of Windsor Finance Department 275 Broad Street Windsor, Connecticut 06095 TOWN HALL FIRST FLOOR RENOVATION PROJECT TO: Mr. James Bourke Assistant 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, the following bid: 1. BASE BID ONE LUMP SUM COST - Ceiling Tile Replacement Grid Painting and Installation. $ ( ) Written figures 2. BASE BID TWO LUMP SUM COST Refinish interior walls per specifications. $ ( ) Written figures 3. BASE BID THREE Remove Install Flooring Materials per specifications. $ ( ) Written figures Name of Subcontractor(s) to be utilized.

Name of Bidder By Title Address of Bidder Telephone No. Fax No. Email address Receipt of Addenda (If Issued): Receipt of the following Addenda is hereto acknowledged: Addendum Signature Date No. 1 No. 2 No. 3 No. 4 No. 5