GREENFIELD MIDDLE SCHOOL ROOF PROJECT



Similar documents
INVITATION FOR PRICE QUOTES FIRE HOSE TESTING

TOWN OF SCITUATE MASSACHUSETTS

1. Applicants must provide information requested in the section titled Required Information.

INFORMATION FOR VENDORS CITY OF ALLENTOWN PENNSYLVANIA

CITY OF CORNING REQUEST FOR PRICE QUOTES PAVEMENT MARKINGS

INSURANCE GUIDE I - MINOR CONTRACTS FOR SERVICE

K YROUS R EALTY G ROUP, I NC.

ARTICLE 11. INSURANCE AND BONDS

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID

COC-Insurance Requirements Page 1 of 9

CITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

GENERAL INSTRUCTIONS AND REQUIREMENTS

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSURANCE REQUIREMENTS

CITY OF GREENFIELD, a/k/a TOWN OF GREENFIELD GREENFIELD, MASSACHUSETTS. Request for Services (RFS) Owner s Project Manager Senior Center Project

INDEPENDENT CONTRACTORS AGREEMENT

SECTION 3 AWARD AND EXECUTION OF CONTRACT

Request for Statements of Qualifications # for Electric Motor Repair

MONTAGUE PLANNING & CONSERVATION

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:

REQUEST FOR PROPOSALS

May 29, 2012 Solicitation of quotations

TOWN OF LINCOLN, MA Request for Quotes For Affordable Accessory Apartments Consultant

REQUEST FOR PROPOSALS

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

#5 Independent Contractor Form - With Insurance With Bonds

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027

Subcontractor Insurance & Licensing Requirements Please provide the items below

REQUEST FOR QUOTATION

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

HUMAN RESOURCE COMPLIANCE AUDIT

MINNESOTA STATE COLLEGES AND UNIVERSITIES General Insurance Requirements for Contractors & Vendors

Insurance & Bonding Requirements. Eastside Trail Extension

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

Mondays 9:00 a.m. 4:30 p.m. Tuesdays 9:00 a.m. 4:30 p.m. Wednesdays 9:00 a.m. 1:00 p.m. Thursdays 9:00 a.m. 4:30 p.m. Fridays 9:00 a.m. 4:30 p.m.

QSP INFORMATION AT A GLANCE

TOWN OF WETHERSFIELD PARKS & RECREATION DEPARTMENT CONCESSION WRITTEN QUOTES GENERAL INFORMATION

CITY OF LEAWOOD. Independent Contractor Agreement

REQUEST FOR QUOTATION

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

Exhibit 1 to Part 3 Project-Specific Terms

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

NOTICE REQUEST FOR PROPOSALS FOR INTERIM TOWN ACCOUNTANT SERVICES TOWN OF SCITUATE, MA

Atrium Skylight Repair Carleton Lodge

TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

1. Subcontractor Prequalification Questionnaire a. Please complete with assistance from your insurance agent(s)

REQUEST FOR QUOTES TYS RAMP SLAB REPLACEMENT MCGHEE TYSON AIRPORT KNOXVILLE, TENNESSEE

TAFT LIBRARY ADDENDUM STANDARD FORM OF AGREEMENT BETWEEN TOWN OF MENDON ( THE TOWN ) AND ( ARCHITECT ) 1.1 Delete space if no additional information.

REQUEST FOR QUOTES ACTUARIAL CONSULTING SERVICES - GASB 43 & 45 To Valuate the Town of Reading Retiree Medical & Life Insurance Obligation

Appendix F. A. Conditions Applicable to Insurance. All policies of insurance required by this Contract must meet the following requirements:

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

AGREEMENT EMENT FOR PROFESSIONAL SERVICES Fixed Price Form of Agreement

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE

INDEPENDENT CONTRACTOR AGREEMENT - OR -

APPLICATION PACKET BEACON HILL SEWER DISTRICT SMALL WORKS ROSTER

Stephenson County, Illinois

Canterbury Park Pool Chamber Replacement

Memorandum of Understanding

CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE


REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD

IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!

INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $25,000

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

Appendix J Contractor s Insurance Requirements

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

CURRENT SPECIAL PROVISIONS FOR LIABILITY INSURANCE

Department of Purchasing & Contract Compliance

W.E. O NEIL CONSTRUCTION CO.

Town of Trumbull. Trumbull Town Hall Purchasing Department 5866 Main Street Trumbull CT Request for Qualification

GENERAL INSTRUCTIONS AND REQUIREMENTS

REQUEST FOR PROPOSAL BID # ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

SAMPLE VERBIAGE OF SUBCONTRACT AGREEMENT INSURANCE REQUIREMENTS (PLEASE REFER TO YOUR STRUCTURE HOME SUBCONTRACT AGREEMENT)

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT Request for Qualification

APPENDIX 6 INDEMNIFICATION, RELEASE AND INSURANCE

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY Telephone: Fax: NOTICE TO BIDDERS

SAMPLE SERVICES CONTRACT

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

Request for Quotes Conductor Heads / Downspout Replacement

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.

REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS

City of Kirkland, WA - Contract For Aircraft Industry

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

CONTRACT INSURANCE REQUIREMENTS

W.E. O NEIL CONSTRUCTION CO. OF COLORADO INSURANCE REQUIREMENTS. Project Name Project Address City, State Zip

Attachment 4. Contractor Insurance Requirements

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

REQUEST FOR QUOTES (RFQ)

Transcription:

CITY OF GREENFIELD GREENFIELD, MASSACHUSETTS RFQ TITLE: GREENFIELD MIDDLE SCHOOL ROOF PROJECT RFQ #: 12-03 Date of Issuance: June 22, 2011 9:00 a.m. Deadline for Receipt Of Bids: July 8, 2011 2:00 p.m. Submit to: Purchasing Department Office of the Mayor City of Greenfield 14 Court Square Greenfield, Ma 01301 Contact: Lane Kelly Chief Procurement Officer City of Greenfield 14 Court Square Greenfield, MA 01301 1-413-772-1567 ext. 102 purchasing@greenfield-ma.gov

THIS PAGE INTENTIONALLY LEFT BLANK RFQ 12-03 Page 2

TABLE OF CONTENTS RFQ TITLE: MIDDLE SCHOOL ROOF PROJECT RFQ NUMBER: 12-03 Page ADVERTISEMENT FOR BIDDERS...4 SECTION 1: INFORMATION FOR BIDDERS...5 ATTACHMENT A: NON-COLLUSION FORM...13 ATTACHMENT B: TAX COMPLIANCE FORM...14 ATTACHMENT C: PREVAILING WAGE SCHEDULE ATTACHMENT D: TECHNICAL SPECS ATTACHMENT E: DRAWINGS RFQ 12-03 Page 3

Advertisement for Bidders City of Greenfield Office of the Mayor 14 Court Square Greenfield, MA 01301 The City of Greenfield is requesting written quotes from qualified contractors for a roofing project at the Greenfield Middle School located at 195 Federal Street, Greenfield. As of 9:00 a.m. on Wednesday, June 22, 2011, copies of this request for quotes may be obtained from the City of Greenfield website at www.greenfield-ma.gov under Departments, Purchasing, Active Bids/RFQ/RFP or electronically from the Purchasing Department of the City of Greenfield at purchasing@greenfield-ma.gov. or by calling A. LaBonté at 772-1560 x-136. Written quotes addressed to the Office of the Mayor, 14 Court Square, Greenfield, MA 01301 and endorsed #12-03-Middle School Roof Repair will be accepted until 2:00 p.m. on July 8, 2011. A pre-bid site visit is scheduled for Friday, June 24, 2011. Because of the complexity of this project, the owner would prefer bidders to attend this walk through with the engineer in charge of the project. Bidders should be at the Middle School promptly at 9:00 a.m. on that date. Lane Kelly Procurement Officer City of Greenfield 14 Court Square Greenfield, MA 01301 1-413-772-1567 ext. 102 RFQ 12-03 Page 4

SECTION 1 INFORMATION FOR BIDDERS RFQ 12-03 Page 5

INFORMATION FOR BIDDERS Specific information for bidders is provided in the Specifications for Roof Repairs prepared by Structural Support and Design Services as part of the bid documents. Some general information is included below. BID SUBMISSION In addition to the documents stipulated in the Specifications for Roof Repairs, bidders must also submit the following documents: o o A Certificate of Non-Collusion signed by the individual submitting the quote (Appendix 1) A Certificate of Tax Compliance signed by the individual submitting the quote (Appendix 2) INSURANCE CERTIFICATES: The Contractor will not be permitted to start any construction work until he has submitted certificates covering all insurance called for, and has obtained approval in writing of such certificates from the City. Before starting, and until completion of the guarantee period, the Contractor shall procure, deposit, and maintain with the Town, insurance satisfactory to the Town as follows: A. Workmen s Compensation and Employer s Liability Insurance as required by the Workmen s Compensation Laws of the Commonwealth of Massachusetts. B. Comprehensive General Liability Insurance covering Bodily Injury and Property Damage as follows: Limits of Liability: Bodily Injury * $300,000 each person $500,000 each occurrence $500,000 aggregate products Property Damage * $100,000 each occurrence $100,000 aggregate operations $100,000 aggregate protective $100,000 aggregate products $100,000 aggregate contractual * Or $500,000 single limit combined Bodily Injury and Property Damage. The Comprehensive General Liability Policy shall provide insurance for the Contractor for Bodily Injury and Property Damage to third persons arising out of: RFQ 12-03 Page 6

1. Work performed by the Contractor himself with his own employees, called premises operations. 2. Work performed by his subcontractors, called sublet work or Independent Contractors (this is referred to as Contractor s Protective Liability). 3. The Contractor s liability assumed under this contract, called Hold Harmless clauses or indemnity agreement. (This is referred to as Contractual Liability Insurance). 4. Products liability coverage covering the completed building or installation or products furnished. (This is called Products Liability Insurance for the manufacturer and Complete Operations Liability Insurance for the Contractor). 5. If any work is to be performed below the surface of the ground, the coverage shall be extended to include protection against property damage caused by explosion (including blasting), collapse of structures and damage to underground pipes and utilities. (This is known as XCU coverage). C. Comprehensive Automobile Liability Insurance covering Bodily Injury and Property Damage, as follows: Limits of Liability Bodily Injury Property Damage $300,000 each person $500,000 each accident $100,000 each accident This insurance is to apply with respect to all owned or hired vehicles of the Contractor and non-ownership protection for all employees of the Contractor engaged in the performance of this contract. D. All policies shall be so written that the Town will be notified of cancellation or restrictive amendment at least 30 days prior to the effective date of such cancellation or amendment. Certificates from the insurance carrier stating the limits of liability and expiration date shall be filed in triplicate with the Town before operations are begun. Such certificates not only shall name the types of policy provided, but also shall refer specifically to this Contract* and article and the above paragraphs in accordance with which insurance is being furnished and shall state that such insurance is as required by such paragraphs of this Contract and shall be sufficiently comprehensive as to permit the owner to determine that the required insurance coverage has been provided without the necessity of examining the individual insurance policies. If the initial insurance expires prior to completion of the Work, renewal certificates shall be furnished by the date of expiration. * If blanket coverage is furnished, this particular Contract need not be referred to. RFQ 12-03 Page 7

EXECUTION OF AGREEMENT: The bidder whose quote is accepted will be notified by letter and agrees to duly execute the AGREEMENT, after notification, for a period ending as specified on bid proposal forms. TIME FOR COMPLETION: The roof sections concerned have failed and it is imperative that the repairs be undertaken in a timely manner. Accordingly, the work of this Contract shall commence immediately upon the execution of an agreement and shall be substantially completed to the satisfaction of the Owner on or before August 26, 2011 except as the work may be interrupted by weather conditions as mutually agreed to by the City and the Contractor. In the event that the work is interrupted by weather, the Contractor will secure the site to the satisfaction of the City. The Contractor shall undertake the work with the diligence necessary to ensure its completion within the required time. The Contractor shall provide sufficient labor, materials, and equipment, and shall promptly take such appropriate action to keep the work on schedule. COMPARISON OF QUOTES: Quotes will be compared and awarded to the responsible contractor offering the lowest-priced quotation. In the event there is a discrepancy in the bid between the unit prices written in words and figures, the prices written in words shall govern. The City agrees to examine and consider each quote submitted in consideration of the bidder s agreements, as hereinabove set forth and as set forth in the quote. DISPUTES: In the event of any dispute as to any of the terms and conditions of this Contract, it shall be determined in accord with the laws of the Commonwealth of Massachusetts and the Courts of the Commonwealth of Massachusetts shall have exclusive jurisdiction of the same. PREVAILING WAGE RATES: This is a prevailing wage project as required under M.G.L. c.149. The prevailing wage schedule is attached. The City reserves the right to revoke this contracted AGREEMENT in writing with two weeks notice, if the Contractor is clearly not performing services required in the Contract in a timely or workmanlike manner. OSHA TRAINING CERTIFICATION: As of July 1, 2006, any person submitting a bid for, or signing a contract to work on, a construction contract estimated to cost more than $10,000 must provide certain certifications in the bid or contract pertaining to the completion by all employees to be employed at the worksite and in the work of a construction safety and health course that is at least ten hours in duration and has been approved by the United States Occupational Safety and Health Administration (OSHA). RFQ 12-03 Page 8

Warranties: Prior to final payment of monies for the contract, the Contractor shall provide the City of Greenfield all required warranties, full and final discharges of liens from major material supplier and himself and the corporation of all punch list items. Pre-Bid Site Visit A pre-bid site visit is scheduled for Friday, June 24, 2011. Because of the complexity of this project, the owner would prefer bidders to attend this walk through with the engineer in charge of the project. Bidders should be at the Middle School promptly at 9:00 a.m. on that date. RFQ 12-03 Page 9

ATTACHMENT A CERTIFICATE OF NON-COLLUSION The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word person shall mean any natural person, business, partnership, corporation, union, committee, club, or other organization, entity, or group of individuals. Date Signature of individual submitting bid or proposal Printed or typed name of person signing Company or Corporation Name RFQ 12-03 Page 10

ATTACHMENT B TAX COMPLIANCE CERTIFICATION Pursuant to M.G.L. Ch. 62C, Sec. 49A, I certify under the penalties of perjury that I, to the best of my knowledge and belief, am in compliance with all laws of the Commonwealth of Massachusetts relating to taxes, reporting of employees and contractors, and withholding and remitting child support. Date Signature of individual submitting bid or proposal Printed or typed name of person signing Company or Corporation Name RFQ 12-03 Page 11