Boiler Repair. The City of Rock Island, Illinois

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

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

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

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

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

REQUEST FOR PROPOSAL (RFP) TO PROVIDE A RECREATION MANAGEMENT SOFTWARE SOLUTION

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

WINDOW WASHING

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

PROPOSAL FOR STREET SWEEPING SERVICES

Proposal No:

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

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

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

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

BID DOCUMENTS FOR. WTP VFD Replacement Bid

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

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

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

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

PROPOSALS DUE NO LATER THAN 11:00 A.M., SEPTEMBER 23, 2015 (6 COPIES) TO THE ATTENTION OF KRAIG BOYNTON, PURCHASING AGENT.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

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

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

City of Columbus, Ohio

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

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

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

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

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

INVITATION TO BID (ITB)

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

HVAC Remodel Second Floor North Center Building

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

SECTION INSTRUCTIONS AND SPECIAL PROVISIONS. INSTRUCTIONS TO BIDDERS & SPECIAL PROVISIONS MISSION ST SE Marion County, OR

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

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

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

ADVERTISEMENT REQUEST FOR PROPOSALS FOR PILOT PROGRAM of ADVANCED METERING INFRASTRUCTURE PILOT SYSTEM (AMI) FOR THE CITY OF GRAND ISLAND, NEBRASKA

SOUTH JERSEY TRANSPORTATION PLANNING ORGANIZATION NOTICE OF REQUEST FOR PROPOSALS FOR FY 2011 AIR QUALITY ASSISTANCE 12/17/10

REQUEST FOR PROPOSAL FOR THE PROVISION OF ACCESS CONTROL PROJECT FOR SKOKIE PUBLIC LIBRARY

TOWN OF GUTTENBERG COUNTY OF HUDSON, STATE OF NEW JERSEY

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

LEGAL NOTICE INVITATION TO SUBMIT QUOTATIONS

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

Request for Proposals. For the Read Schoolhouse Preservation Work

Bid No /7 Release Date: January 25, 2019

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

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

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS FOR THE PROVISION OF CLEANING SERVICES TO SKOKIE PUBLIC LIBRARY

PLEASANTVILLE HOUSING AUTHORITY

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR PROPOSAL FOR: FIRE ALARM PANEL & LIFE SAFETY EQUIPMENT SERVICE

Section 12 - Civil Rights Requirements.

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS

Request for Proposals For: HQS Inspection Services From June 1, 2017 May 31, April 2017

INSTRUCTIONS TO BIDDERS

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

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

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

RFP Circulation Date: 12/14/18. Proposal Submission Deadline: 01/09/19

Cheyenne Wyoming RFP-17229

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

Houston County School District Houston County High School Lunchroom Kitchen A/C Request for Proposal (RFP)

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

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

Request for Qualifications

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

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

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES

University of Maine System Supplementary Conditions to AIA A General Conditions of the Contract for Construction

SECTION NOTICE INVITING BIDS

Housing Authority of the Borough of Keansburg

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas THIS IS NOT AN ORDER

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

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

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

COUNTY OF PRINCE EDWARD, VIRGINIA

HAMTRAMCK PUBLIC SCHOOLS REQUEST FOR PROPOSAL HEATING, VENTILATION, AIR CONDITIONING ELECTRICAL, PLUMBING, CARPENTRY & GROUNDS SERVICES

Request for Proposals

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

SERVICE AGREEMENT CONTRACT NO.

BID DOCUMENTS FOR. Sludge Thickener Improvement Project

Black Hawk County Engineer

Champaign Park District: Request for Bids for Playground Surfacing Mulch

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

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

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

Request For Proposal (RFP) for

INVITATION TO BID ROOF REPLACEMENT PROJECT CENTRAL ELEMENTARY SCHOOL 750 TOMLINSON AVENUE MOUNDSVILLE, WV 26041

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT

MANTUA TOWNSHIP MUA FEE ACCOUNTING SERVICES

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

Transcription:

Boiler Repair The City of Rock Island, Illinois i

TABLE OF CONTENTS Request for Proposal... A-1 Instructions to Bidders...ITB-1 Standard General Conditions of The Construction Contract, Funding Agency by Engineers Joint Contract Documents Committee (copy not enclosed in these documents) Scope of Work... SP-1 to SP4 Proposal... P-1 to P-3 Contract... C-1 to C-2 Performance, Labor, Material and Maintenance Bond... B-1 to B-4 Illinois Department of Labor Prevailing Wages for Rock Island County... W-1 to W-8 ii

REQUEST FOR PROPOSAL City Hall Boiler Repair It is the intent of the CITY OF ROCK ISLAND to solicit Proposals for Repair of the boiler at City Hall. Proposals must be firm for ninety (90) days from bid opening. All bidders will be required to attend a Pre Bid Meeting to be held on Wednesday, July 11, 2012 at 10:00 a.m. in the Public Works Department conference room, 1309 Mill Street, Rock Island, Illinois. The Proposals should include the following: Provide proof of insurance Provide list of references for similar services at other facilities. Proposals will be received at the Public Works/Fleet Services Facility, 1309 Mill Street, Rock Island, Illinois until 10:00a.m. Wednesday, July 25, 2012. Bids shall be in a sealed envelope and clearly marked on the front: Boiler Repair Proposal Bid Opening 07/25/12 Attention: William R. Woeckener Proposals will be opened and read aloud promptly at 10:00 a.m. at the Public Works/Fleet Services Facility. Any questions regarding the proposal process should be directed to William R. Woeckener, Fleet Services Director at (309) 732-2252. Any questions regarding the specifications should be directed to Robert Payne, Fleet Services Supervisor at 9309) 732-2250. The Contractor will be responsible for complying with all local, state, and federal regulations pertaining to this project including the State of Illinois law relating to prevailing wage and preference to citizens on public works. A list of prevailing wage rates is included in the contract The City of Rock Island is committed to preserving equal rights for all of its citizens during the construction of its public works projects and encourages minority contractors to submit bids for this work. The City also encourages bidders to consider hiring subcontractors and employees of all racial and ethnic backgrounds. The City reserves the right to accept or reject any or all proposals and to waive technicalities. If you have further questions, please contact me at (309) 732-2252. William R. Woeckener Fleet Services Director A-1

INSTRUCTIONS TO BIDDERS The Proposal to be Submitted Before: Wednesday, July 25 at 10:00 a.m. Proposal Items to be Signed and/or Filled in: 1. Proposal Form... P-1 to P-3 2. Proposal Guaranty (Bid Bond, Bank Draft, Bank Cashier's Check, Certified Check or Local Agency Proposal Bid Bond)...P-2 or BB-3 Completion Date: The Bidders are to provide proposed completion date. Specifications: The following Supplemental Specifications supplement: Standard General Conditions of the Construction Contract, Funding Agency Edition prepared by the Engineers Joint Contracts Documents Committee, American Society of Mechanical Engineers Safety Code for Elevators and Escalators ASME A17.1-2000, including 2002 1a & 2003-1b Addenda, and all interpretations and revisions thereto, ASME Inspector s Manual for Electric Elevators (ASME A17.2-2001), ASME Elevator and Escalator Electrical Equipment Standard (ASME A17.5-1996), National Electric Code (NEC), Standards of the Underwriters Laboratories, Inc. (UL), Standards of the National Electrical Manufacturers Association (NEMA), Standards for the National Fire Alarm Code (NFPA 72, 202), The Americans with Disabilities Act (ADA), 42 U.S.C., 4151, Title III, Life Safety Code NFPA No. 101, 2003 IBC and 2005 NFPA 70, as governed by The General Assembly's Illinois Administrative Code TITLE 41: FIRE PROTECTION CHAPTER II: ELEVATOR SAFETY REVIEW BOARD PART 1000 ILLINOIS ELEVATOR SAFETY RULES. Performance, Labor, Material and Maintenance Bond The successful Bidder shall be required to provide a Performance, Labor, Material and Maintenance Bond on the form included in these specifications. ITB-1

SUPPLEMENTAL SPECIFICATIONS TABLE OF CONTENTS 1. General... SP-2 2. Equal Employment Opportunity Policy... SP-2 3. Illinois Laws Relating to Prevailing Wage and Preference to Illinois Citizens... SP-3 4. Insurance... SP-3 5. Construction Debris...SP-4 6. Scope of Work... SP-4 SP-1

SUPPLEMENTAL SPECIFICATIONS 1. GENERAL The following Supplemental Specifications supplement: Standard General Conditions of the Construction Contract, Funding Agency Edition prepared by the Engineers Joint Contracts Documents Committee, American Society of Mechanical Engineers Safety Code for Elevators and Escalators ASME A17.1-2000, including 2002 1a & 2003-1b Addenda, and all interpretations and revisions thereto, ASME Inspector s Manual for Electric Elevators (ASME A17.2-2001), ASME Elevator and Escalator Electrical Equipment Standard (ASME A17.5-1996), National Electric Code (NEC), Standards of the Underwriters Laboratories, Inc. (UL), Standards of the National Electrical Manufacturers Association (NEMA), Standards for the National Fire Alarm Code (NFPA 72, 202), The Americans with Disabilities Act (ADA), 42 U.S.C., 4151, Title III, Life Safety Code NFPA No. 101, 2003 IBC and 2005 NFPA 70, as governed by The General Assembly's Illinois Administrative Code TITLE 41: FIRE PROTECTION CHAPTER II: ELEVATOR SAFETY REVIEW BOARD PART 1000 ILLINOIS ELEVATOR SAFETY RULES.. The Supplemental Specifications included herein shall apply to and govern the proposed work designated as: Boiler Repair 2. EQUAL EMPLOYMENT OPPORTUNITY POLICY Federal and State laws prohibit discrimination against any employee or applicant for employment because of race, creed, color, national origin, sex, political affiliation, age and physical or mental handicap unrelated to ability. They further require elimination of discrimination in employment with regards to upgrading, demotion, transfer, recruitment, advertising, layoff, termination, rates of pay, forms of compensation, selection for training (including apprenticeship) of employees, as well as any other personnel actions. A. The Contractor agrees to post Equal Employment Opportunity notices in conspicuous places (e.g. at company headquarters, around time clocks, at work sites, on company bulletin boards, in lunchrooms) available to employees and applicants for employment. B. The Contractor shall in all solicitation or advertisements for employees to be hired under this contract state that all qualified applicants will receive consideration for employment without regard to race, color, creed, religion, sex, national origin, political affiliation, or age. SP-2

3. ILLINOIS LAWS RELATING TO PREVAILING WAGE AND PREFERENCE TO ILLINOIS CITIZENS A. Illinois Prevailing Wage Act: This act stipulates that a wage of no less than the general prevailing hourly rate as paid for work of similar character in the locality in which the work is performed, shall be paid to all laborers, workers and mechanics employed by or on behalf of any and all public bodies engaged in public works. The scale of wages to be paid shall be obtained from the Illinois Department of Labor and posted by the Contractor in prominent and easily accessible places at the site of work. B. Illinois Preference Act: Whenever there is a period of excessive unemployment in Illinois, which is defined herein as any month immediately following two (2) consecutive calendar months during which the level on unemployment in the State of Illinois has exceeded 5% as measured by the United States Bureau of Labor Statistics in its monthly publication of employment and unemployment figures, the Contractor shall employ laborers according to the State of Illinois residency laws. Illinois laborer means any person who has resided in Illinois for at least thirty (30) days and intends to remain and Illinois resident. 4. INSURANCE The Contractor shall obtain and keep in force the insurance coverage as specified as follows. Workers compensation shall be in accordance with the Illinois Worker s Compensation Act. Employers Liability Each Accident: $500,000 Disease-policy Limit $500,000 Disease-each employee $500,000 Commercial General Liability General Aggregate Limit $2,000,000 Products-Completed Operations Aggregate Limit $2,000,000 Each Occurrence Limit $1,000,000 Commercial Automobile Liability Bodily Injury and Property Damage Liability Limit Each Occurrence $1,000,000 Umbrella liability coverage shall provide excess limits over and above the other limits stated above. Insurance coverage shall name the City of Rock Island, is officers and employees as additional insured with respect to the liability coverage. Certified copies of the original policies or certificate of insurance, by the insurer issuing the policies and endorsements shall be submitted to the City prior to the beginning of the work. All costs for insurance specified therein shall be incidental to this contract. SP-3

5. CONSTRUCTION DEBRIS The Contractor shall not conduct any generation, transportation, or recycling of construction or demolition debris, clean or general or uncontaminated soil generated during construction, remodeling, repair, and demolition of utilities, structures and roads that is not commingled with any waste, without the maintenance of documentation identifying the hauler, generator, place of origin of the debris or soil, the weight or volume of the debris or soil, and the location, owner, and operator of the facility where the debris of soil was transferred, disposed, recycled or treated. The Contractor must maintain this documentation for a period of at least 3 years. 6. DESCRIPTION OF WORK The proposed work shall consist of repair to the boiler at Rock Island City Hall, 1528 3rd Avenue, Rock Island, Illinois. 7. SCOPE OF WORK A. REMOVE FIRE BRICK AND SAND FILL FOR REUSE B. REMOVE DETERIORATED BASE PLATES AND EXPOSE DAMAGED AREAS C. REPLACE MUD LEG CORNER SECTIONS AND HAND HOLES AND BASE CORNER POSTS D. INSTALL NEW BASE PLATES, REPLACE SAND AND FIRE BRICK E. CLEAN FIRE TUBES; OPEN AND CLEAN FLOAT BOWLS, ETC. F. REFILL BOILER WITH WATER AND CHECK OPERATION OF BOILER AND SAFETY DEVICES G. SUBMIT AUTHORIZED INSURANCE AGENCY AND R-1 PAPERWORK NOTES: 1. OLD EQUIPMENT TO BECOME THE PROPERTY OF CONTRACTOR FOR PROPER DISPOSAL 2. ALL WORK TO BE PERFORMED DURING NORMAL BUSINESS HOURS OF 8AM TO 4:30PM MONDAY-FRIDAY SP-4