Northwest Tech Modular Bid Packet - St. Lawrence

advertisement
Thomas R. Burns
District Superintendent/Executive Officer
Office of the District Superintendent
PO Box 231, 40 West Main Street
Canton, NY 13617
Phone: (315) 386-4504  Fax: (315) 386-2099
tburns@sllboces.org
TO:
WHOM IT MAY CONCERN
FROM:
Maureen Bouchey
DATE:
June 23, 2016
RE:
Northwest Tech (NWT) Modular Home Materials Bid – Sealed
Attached, please find a Bid Packet for the purpose of bidding on materials for the construction of a
new modular home on the Northwest Tech campus.
If you are interested in bidding, the Non-Collusive Bid Proposal Certification must be signed and
returned with the bid. The bid must be returned in an opaque envelope marked “Sealed Bid – House
Materials” by 11:00 AM, on Thursday, August 11, 2016 to Maureen Bouchey, Secretary to the District
Superintendent, SLLBOCES, P.O. Box 231, 40 W. Main Street, Canton, New York 13617, for public
opening.
In addition to the General Conditions of Bid, please note the following:
1. Substitutes of a lesser quality material than specified will not be accepted; and could affect the
award to the successful bidder by category.
2. Bids will be awarded by the categories of General Building Materials, Cabinets, Electrical, and
Plumbing. You are encouraged to bid all items listed in each category.
3. In the analysis of each category, only items bid by all vendors will be considered in
determination of low bidder. Other items will be awarded to the vendor providing the lowest
prices to the BOCES on the composite of said items.
Company Submitting Bid: _________________________________________________
Address of Company:
_________________________________________________
_________________________________________________
Contract Person:
_________________________________________________
Contact Phone Number:
_________________________________________________
BIDS WILL BE OPENED ON THURSDAY, AUGUST 11, 2016 at 11:00 A.M.
AT THE OFFICE OF THE DISTRICT SUPERINTENDENT
40 W. MAIN STREET, CANTON, NEW YORK
315-386-4504 EXT. 10150
Name of Person:
______________________________________________
Address:
______________________________________________
______________________________________________
Phone Number:
______________________________________________
Date:
______________________________________________
SPECIFICATIONS FOR
MODULAR HOME #38 AT
NORTHWEST CAREER & TECHNICAL CENTER
1000 PARK STREET
OGDENSBURG, NEW YORK 13669
BUILDING MATERIALS
PLUMBING MATERIALS
ELECTRICAL MATERIALS
CABINETS – KITCHEN AND BATHROOM
BIDS WILL BE OPENED AT
40 W. MAIN STREET
P.O. BOX 231
CANTON, NEW YORK 13617
AT 11:00 A.M.
BY MAUREEN BOUCHEY, SECRETARY TO THE DISTRICT SUPERINTENDENT
ON THURSDAY, AUGUST 11, 2016
By:
Maureen Bouchey, Secretary to the District Superintendent
St. Lawrence-Lewis Counties BOCES
P.O. Box 231, 40 W. Main Street
Canton, New York 13617
315-386-4504 extension 10150
GENERAL CONDITIONS
(For the purchase of materials, supplies and equipment)
All invitations to bid issued by the above named school district will bind bidders and successful bidders to the conditions
and requirements set forth in these general conditions, and such conditions shall form an integral part of each purchase
contract awarded by the school district.
DEFINITIONS
“School Districts”
Shall be the legal designation of the district.
“Notice to Bidders”
A formal statement which, when issued by the school district, constitutes an invitation to bid on
the materials, supplies, and equipment described by the specifications.
“Board”
The Board of Education of the school district.
“Bid”
An offer to furnish materials, supplies, and/or equipment in accordance with the invitation to bid,
the general conditions, special instructions, and the specifications.
“Bid Offer”
The form on which the bidder submits his/her bid.
“Contract”
A notice to the successful bidder by the issuance of a purchase order; also all documents relating
to the transaction, including but not limited to, the bid offer of the successful bidder, notice to
bidders, general information, general conditions, special instructions, specifications, notice of
award, bid proposal certifications; also a formal document signed by the successful bidder and the
school district representative.
“Successful Bidder”
Any bidder to whom an award is made by the school district.
“Contractor”
Any bidder to whom a contract award is made by the board of education.
“Specifications”
Description of materials, supplies, and/or equipment and the condition for its purposes.
Approved General Bidding Requirements
1. The date, time, and place of bid opening will be given in the Notice to Bidders.
2. All bids must be submitted on bid offer forms and in accordance with instructions provided by the board.
3. All bids received after the time stated in the Notice to Bidders may not be considered and will be returned
unopened to the bidder. The bidder assumes the risk of any delay in the mail or in the handling of the mail by
employees of the school district. Whether sent by mail or by means of personal delivery, the bidder assumes
responsibility for having his/her bid deposited on time at the place specified.
4. All information required by Notice to Bidders, General Conditions, Specifications, and Bid Offer, in connection
with each item against which a bid is submitted, must be given to constitute a regular bid.
5. The non-collusive bidding certification must be included with each bid as required by General Municipal Law,
section 103-d.
6. The submission of a bid will be construed to mean that the bidder is fully informed as to the extent and character
of the supplies, materials, or equipment required as a representation that the bidder can furnish the supplies,
materials, or equipment satisfactorily in complete compliance with the specifications.
7. No alteration, erasure, or addition is to be made in the typewritten or printed matter. Deviations from the
specifications must be set forth in space provided in bid for this purpose.
8. Prices and information required should be typewritten for legibility. Illegible or vague bids may be rejected. All
signatures must be written. Facsimile, printed, or typewritten signatures are not acceptable.
9. Sales to school districts are not affected by any fair trade agreements. (General Business Law, section 369-a sub.
3).
10. No charge will be allowed for Federal, State, or municipal sales and excise taxes since the school district is
exempt from such taxes. The price bid shall be net and shall not include the amount of any such tax.
11. In all specifications, the words “or equal” are understood after each article giving manufacturer’s name or
catalog reference, or on any patented article. The decision of the school district as to whether an alternate or
substitution is in fact “equal” shall be final. If bidding on items other than those specified, bidder must in every
instance give the trade designation of the article, manufacturer’s name, and detailed specifications of item he/she
proposes to furnish. Otherwise, bid will be construed as submitted on the identical same item as specified.
12. Bids on equipment must be on standard new equipment, of latest model and in current production, unless
otherwise specified.
13. All regularly manufactured stock electrical items must bear the label of the Underwriters’ Laboratories, Inc.
14. When bids are requested on a lump sum basis, bidder must bid on each item in the lump sum group. A bidder
desiring to bid “no charge” on an item in a group must so indicate, otherwise bid for the group may be rejected.
15. All prices quoted must be “per unit” as specified; e.g., do not quote “per case” when “per dozen” is requested;
otherwise, bid may be rejected.
16. Bidder must insert the price per unit and the extensions against each item in his/her bid. In the event of a
discrepancy between the unit price and the extension, the unit price will govern. Prices shall be extended in
decimals, not fractions.
17. Prices shall be net, including transportation and delivery charges fully prepaid by the successful bidder to
destination indicated in the instructions to bidders. If award is made on any other basis, transportation charges
must be prepaid by the successful bidder and added to the invoice as a separate items. In any case, title shall not
pass until items have been delivered and inspected.
18. All bids must be sealed. They must be submitted in envelopes furnished by the school district, if any.
Otherwise, plain, opaque envelopes may be used, clearly marked “BID”. Also the date and time of the bid
opening as indicated on the Notice to Bidders must appear on the envelope. Bids must not be attached to or
enclosed in packages containing bid samples. Telegraphed bids may be considered at the discretion of the school
district. Telephone quotations or amendments will not be accepted at any time.
19. No interpretation of the meaning of the specifications or other contract document will be made to any bidder
orally. Every request for such interpretation should be in writing, addressed to the school district, not later than
five (5) days prior to the date fixed for the opening of bids. Notice of any and all such interpretations and any
supplemental instructions will be sent to all bidders of record by the school district in the form of addenda to the
specifications. All addenda so issued shall become part of the contract documents.
20. If the supplies, materials, or equipment are to be delivered over an extended period of time, or if the
specifications so state, then the successful bidder may be required to execute an agreement in relation to the
performance of his/her contract, such agreement to be executed by the highest bidder within 15 days after
notification to execute such contract. If the specifications so state, the successful bidder also may be required to
furnish a performance bond equal to the full amount of the contract to guarantee the faithful performance of such
contract. Such performance bond shall be maintained in full force and effect until the contract shall have been
fully performed. The surety company furnishing such performance bond shall be authorized to do business in
the State of New York and must be satisfactory to the school district. The performance bond shall be executed
by the successful bidder at the time of the execution of the contract by the successful bidder and the board.
SAMPLES
21. All specifications are minimum standards; and accepted bid samples do not supersede specifications for quality
unless bid sample is superior, in which case deliveries must be the same identity and quality as accepted bid
sample.
22. The school district reserves the right to request a representative sample of the item quoted upon either prior to the
award or before shipments are made. If the sample is not in accordance with the requirements of the
specification, the school district may reject the bid; or, if award has been made, cancel the contract at the expense
of the successful bidder.
23. Samples, when required must be submitted strictly in accordance with instructions; otherwise, bid may not be
considered. If samples are requested subsequent to bid opening, they shall be delivered as directed for bid to
have consideration. Samples must be furnished free of charge and must be accompanied by descriptive
memorandum invoices indicating if the bidder desires their return and specifying the address to which they are to
be returned provided they have not been used or made unless by tests. Award samples may be held of
comparison with deliveries, examination or testing. Samples shall be removed by the bidder at his/her expense.
Samples not removed within fifteen (15) days after written notice to the bidder will be regarded as abandoned
and the school district shall have the right to dispose of them as its own property.
24. When a specification indicates that an item to be purchased is to be equal to a sample, such sample will be on
display at a designated location in the school district. Failure on the part of the bidder to examine sample shall
not entitle him/her to any relief from the conditions imposed in the proposal, specification, etc.
AWARD
25. Awards will be made to the lowest responsible bidder, as will best promote the public interest, taking into
consideration the reliability of the bidder, the quality of the materials, equipment, or supplies to be furnished,
their conformity with the specifications, the purposes for which required, and the terms of delivery.
26. The school district reserves the right to reject all bids. Also reserved is the right to reject, for cause, any bid in
whole or in part to waive technical defects; qualifications; irregularities; and omissions, if in its judgment the
best interests of the district will be served. Also reserved is the right to reject bids and to purchase items on State
or county contracts if such items can be obtained on the same terms, conditions, specifications, and at a lower
price.
27. The school district reserves the right to make awards within sixty (60) days after the date of the bid opening
during which period bids may not be withdrawn unless the bidder distinctly states in his/her bid that acceptance
thereof must be made within a shorter specified time.
28. Where a bidder is requested to submit a bid on individual item and also on a total sum or sums, the right is
reserved to award contracts on individual items or on total sums, whichever is in the best interest of the school
district.
29. If two or more bidders submit identical bids as to price, the decision of the board to award a contract to one of
such identified bidders shall be final (General Municipal Law, Section 103, sub. 1).
CONTRACT
30. Each bid will be received with the understanding that the acceptance thereof in writing by the board, to furnish
any or all of the items described therein shall constitute a contract between the successful bidder and the school
district. Contract shall bind the successful bidder on his/her part to furnish and deliver at the prices and in
accordance with the conditions of his/her bid. Contract shall bind the school district on its part to order from
such successful bidder and to pay for at the contract prices, all items ordered and delivered, within ten (10)
percent over or under the award quantity, unless otherwise specified.
31. The placing in the mail of a notice of award or purchase order to a successful bidder, to the address given in
his/her bid, will be considered sufficient notice of acceptance of contract.
32. If the successful bidder fails to deliver as ordered, or within the time specified, or within reasonable time as
interpreted by the school district, or fails to make replacement of rejected articles, when so requested
immediately or as directed by the school district, the school district may purchase from other sources to take the
place of the item rejected or not delivered. The school district reserves the right to authorize immediately
purchase from other sources against rejections on any contract when necessary. On all such purchases the
successful bidder agrees to reimburse the school district promptly for excess costs occasioned by such purchases.
Should the cost be less, the successful bidder shall have no claim to the difference. Such purchases will be
deducted from contract quantity.
33. A contract may be cancelled at the successful bidder’s expense upon non-performance of contract.
34. Cancellation of contract for any reason may result in removal of the successful bidder’s name from mailing list
for future proposals for an indeterminate period.
35. When materials, equipment, or supplies are rejected, they must be removed by the successful bidder from the
premises of the school district within ten (10) days of notification. Rejected items left longer than ten (10) days
will be regarded as abandoned, and the school district shall have the right to dispose of them as its own property.
36. No items are to be shopped or delivered until receipt of an official purchase order from the school district.
37. It is mutually understood and agreed that the successful bidder shall not assign, transfer, convey, sublet, or
otherwise dispose of the contract or his/her right, title, or interest therein, or his/her power to execute such
contract, to any other person, company, or corporation without the previous written consent of the school district.
INSTALLATION OF EQUIPMENT
38. The successful bidder shall clean up and remove all debris and rubbish resulting from his/her work from time to
time as required or directed. Upon completion of the work and premises shall be left in a neat, unobstructed
condition, and the buildings broom clean, and everything in perfect repair and order. Old materials are the
property of the successful bidder unless otherwise specified.
39. Equipment, supplies, and materials shall be stored at the site, only on the approval of the school district and at
the successful bidder’s risk. In general, such on-site storage should be avoided to prevent possible damage or
loss of the materials.
40. Work shall be progressed so as to cause the least inconvenience to the school district and with proper
consideration for the rights of other successful bidders of workmen. The successful bidder shall keep in touch
with the entire operation and install his/her work promptly.
41. Bidders shall acquaint themselves with conditions to be found at the site and shall assume all responsibility for
placing and installing the equipment in the locations required.
42. Equipment for trade-in shall be dismantled by the successful bidder and removed at his/her expense. The
condition of the trade-in equipment at the time it is turned over to the successful bidder shall be the same as
covered in specifications, except as affected by normal wear and tear from use up to the time of trade-in. All
equipment is represented simply “as is”. Equipment is available for inspection only at the delivery point listed
for new equipment, unless otherwise specified.
GUARANTEES BY THE SUCCESSFUL BIDDER
43. The successful bidder guarantees:
a. His/her products against defective material – or workmanship and to repair or replace any damages or
marring occasioned in transit.
b. To furnish adequate protection from damage for all work and to repair damages of any kind for which
he/she or his/her workmen are responsible, to the building or equipment to his/her own work, or to the
work of other successful bidders.
c. To carry adequate insurance to protect the school district from loss in case of accident, fire, theft.
d. That all deliveries will be equal to the accepted bid sample.
e. That the equipment delivered is standard, new, latest model of regular stock product or as required by the
specifications; also that no attachment or part has been substituted or applied contrary to manufacturer’s
recommendations and standard practice. Every unit delivered must be guaranteed faulty material and
workmanship for a period of at least one year from date of delivery. If during this period such faults
develop, the successful bidder agrees to replace the unit or the part affected without cost to the school
district.
Any merchandise provided under the contract which is or becomes defective during the guarantee period
shall be replaced by the successful bidder free of charge with the specific understanding that all
replacements shall carry the same guarantee as the original equipment. The successful bidder shall make
any such replacement immediately upon receiving notice from the school district.
DELIVERY
44. Delivery must be made in accordance with the instructions to bidders and specifications. If delivery instructions
do not appear on order, it will be interpreted to mean prompt delivery. The decision of the school district as to
reasonable compliance with delivery term shall be final.
45. The school district will not accept any deliveries on Saturday, Sundays, or legal holidays, except commodities
required for daily consumption or where the delivery is for an emergency.
46. Items shall be securely and properly packed for shipment, storage, and stocking in shipping containers and
according to acceptable commercial practice, without extra charge for packing cases, baling, or sacks.
47. The successful bidder shall be responsible for delivery of items in good condition at point of destination. He/she
shall file with the carrier all claims for breakage, imperfections, and other losses, which will be deducted from
invoices. The receiving school district will note for the benefit of successful bidder when packages are not
received in good condition.
48. Unless otherwise stated in the specifications, all items must be delivered into and placed at a point within the
building as directed by the shipping instructions or the agent for the school district. The successful bidder will
be required to furnish proof of delivery in every instance.
49. Unloading and placing of equipment and furniture is the responsibility of the successful bidder, and the school
district accepts no responsibility for unloading and placing of equipment. Any costs incurred due to the failure
of the successful bidder to comply with this requirement will be charged to him/her. No help for unloading will
be provided by the school district, and supplies should notify their truckers accordingly.
50. All deliveries shall be accompanied by delivery tickets or packing slips. Ticket shall contain the following
information for each item delivered:
a.
b.
c.
d.
e.
Contract Number and/or Purchase Order Number
Name of Article
Item Number (if applicable)
Quantity
Name of the Successful Bidder
Carton shall be labeled with purchase order or contract number, successful bidder’s name ad general statement of
contents. Failure to comply with this condition shall be considered sufficient reason for refusal to accept the
goods.
PAYMENTS
51. Payment for the used portion of an inferior delivery will be made by the school district on an adjusted price
basis.
52. Payment will be made only after correct presentation of claim form or invoices as may be required.
53. Payments of any claim shall not preclude the school district from making claim for adjustment on any item found
not to have been in accordance with the contract specifications.
SAVING CLAUSE
54. The successful bidder shall not be held responsible for any losses resulting in the fulfillment of the terms of the
contract shall be delayed or prevented by wars, acts of public enemies, strikes, fire, floods, acts of God, or for
any other act not within the control of the successful bidder and which by the exercise of reasonable diligence
he/she is unable to prevent.
GENERAL BUILDING MATERIALS
NORTHWEST (NWT) MODULAR HOME #38 (2016-17)
BID FORM
Substitutions for specified items will not be considered unless accompanied
by written description of the item or descriptive brochure describing its
qualities and which will assure equality to our specified standard.
1.
DIMENSIONAL FRAMING LUMBER
Quantity
ITEM
Unit
Total
Price
Price
20
2”x10”x12’
Spruce Construction Std.
______
______
94
2”x 10”x 14’ Spruce Construction Std.
______
______
20
2”x 10”x 16’ Spruce Construction Std.
______
______
16
2”x 12”x 16’ Spruce Construction Std.
______
______
6
2”x 12”x 12’ Spruce Construction Std.
______
______
90
Joist Hangers w/nails for 2x10 joists
______
______
2
Double joist hangers for 2" x 10"
______
______
200
2”x 6” x 16’ Spruce Construction Std.
______
______
250
2”x 4” x 16’ Spruce Construction Std.
______
______
20
2”x 4” x 14’ Spruce Construction Std.
______
______
12
2”x 4” x 10’ Spruce Construction Std.
______
______
60
4’x 8’x 5/8” “zip system roof” Sheathing
______
______
36
4’x 8’x ½” “zip system” wall Sheathing
______
______
38
4’x 9’ x ½” “zip system” wall Sheathing
______
______
12 rolls
Zip System Tape
______
______
46
4’x 8’x ¾” AdvanTech tongue and groove
______
______
46
4’x 8’ x ¼” Birch plywood underlayment
with 4” o.c. nailing layout marks 4”o.c
______
______
2”x 8” x 16’ pt
______
______
11
7
¾” x 4’ x 8’ CDX PLYWOOD
______
______
3
4’x 8’ x ½” Dow Blueboard Foam
______
______
16
4’x 8’ x 2” Dow Blueboard Foam
______
______
6
1”x 4” x 8’
______
______
Total Sec. #1 ____________
2.
#200
FASTENERS
16D cement coated nails – Clous
(No phosphorus coating please)
______
______
8d cement coated nails – Clous
______
______
2 box-#30 1 ¼” coarse thread drywall screws-Philips
______
______
1 box-30# 2” drywall screws – Philips
______
______
#100
1 ¼” galv. Roofing Nails
______
______
2 Box
16D Bostich Stick Nails
______
______
1 Box
6D Bostich Stick Nails
______
______
1 box
6d Paslode ring shank galvanized nails
______
______
______
______
______
______
______
______
#100
(No phosphorus coating please)
Fuel and nail combo pack
2 box
8d Paslode ring shank nails
Fuel and nail combo pack
3 box
12d Paslode coated stick nails
Fuel and nail combo pack
1 box
12d Paslode galvanized stick nails
Fuel and nail combo pack
48 tubes
PL 400 subfloor adhesive, large tubes
______
______
4 bundles White cedar shingles
______
______
20 pkgs.
Arrow T-50 staples – 5/16”
______
______
100
Hurricane strips –equal to Simpson #H1
______
______
150
Simpson L90 gusset angle – 9” or equal
______
______
200 pcs
Metal Strap Bridging for 2”X10”
______
______
3
¾”x 3' all tread rod
______
______
20
¾” nuts – (for above rod)
______
______
20
¾” washers
______
______
5 rolls
5 ½” x 15” Roxul Comfort Batt insulation
______
______
R23
Total Sec. #2
__________
3. SIDING MATERIALS - GP Vision Pro or equal – Color is Vintage Sage Green
for all siding and trim
18 Sq.
Double 4 Vinyl Clapboards
______
______
5
Outside Corner Posts 10 ft.- Color white
______
______
17 pcs.
Starter Strip
______
______
20 pcs
Under sill trim 12 – 6”
______
______
15 pcs.
5/8" J Channel
______
______
5
J-block, square, Vintage Sage Green
-with 4” knockout
______
______
14” x 60” Shutters – Brown
______
______
3 sets
Total Sec. #3
__________
4.
FACIA AND SOFFIT MATERIAL
21 lengths
6” Aluminum fascia; color-white
**MUST HAVE A FLATTENED ROLLED EDGE ON
BOTTOM FLANGE-ROLLEX
______
______
10 pcs.
½” vinyl F channel –white
______
______
10 pcs.
½” J-channel – white vinyl
______
______
18 pcs.
Vented vinyl soffit – white
______
______
4 boxes
¼ lb. boxes – 1 ¼” white alum. trim nails
______
______
1 roll
Aluminum coil stock – vinyl embossed white
______
______
Total Sec. #4
5.
__________
ROOFING MATERIALS
5 rolls
Saturated felt – 30 lb.
______
______
20 pcs.
White aluminum drip edge, wide exposed
______
______
______
______
______
______
full lap
______
______
3 rolls
Ridge Roll vent ridge – 20’ rolls
______
______
12 rolls
Bird water and ice barrier or equal
______
______
lip-ALCOA no substitute
63 bundles IKO Cambridge architectural shingle
Color – Dual Brown
6 bundles
IKO 3 tab shingles – ridge cap and
starter
14 rolls
Dual Brown
90 lb. stoned rolled roofing – black
Total Sec. #5
__________
6.
EXTERIOR DOORS
Doors to be Therma-Tru Smooth Fiberglass door unit
With 6 9/16” jambs or equal with adjustable oak threshold, low-E glass.
2
2
3’ – 0” X 6’ - 8” LHSI # S930 –
Crystalline Glass with Brass Caming
______
______
Exterior locksets – Kwikset or equal
______
______
- keyed the same
2
Larson #288-SS Storm Door – 36” x 81”
______
______
4
Tubes of clear silicone caulk
______
______
Total Sec. #6
7.
__________
INTERIOR DOORS & ACCESSORIES
Plain-sawn Oak hollow core flush doors, prehung door units with clear, solid
pine jambs.
1
All jambs to be 4 9/16”.
2’ -8” X 6’-8” Oak prehung door units
4 9/16” solid jambs, predrilled, no casing,
Right hand
______
______
4 9/16” solid jambs, predrilled, left hand
______
______
4
3’-0” X 6’-8” Oak bifold, K.D.
______
______
3
Privacy lock sets – Kwikset
______
______
2
Passage lockset – Kwikset
______
______
2
Bath locksets – chrome interior – Kwikset
______
______
6
2’-8” X 6’-8” Oak prehung door units
Total Sec. #7
__________
8.
WINDOWS
All windows to be vinyl construction windows by United Window and Door or
equal. The 5500 Series Double Hung window shall include a 3 5/8" jamb, with
fusion welded corners, foam filled frame and sash, integral J-channel and
nail fin, integral grills, energy star rated, Low-E with Argon glass, double
sash locks, screens, continuous head and sill frames, integral interior jamb
returns, tilting sash and white in color. Extension jambs are not required
for these windows.
3
Twin double Hung units -R.O. 84" x 58"
______
______
2
Double Hung units - R.O. 42" x 58"
______
______
2
Double Hung Unit - R.O. 26” x 39”
______
______
1 roll
Dupont FlexWrap – 9” x 75’
______
______
4 rolls
Tyvek tape
______
______
12 cans
Dow minimal expansion spray foam
______
______
24 tubes
White silicone caulk
______
______
Total Sec. #8
9.
__________
INSULATION & DRYWALL MATERIAL
58 bags
Certainteed Insulsafe Blown fiberglass
______
(To include one week rental of blowing machine)
______
8 rolls
3 ½” x 15” Roxul Comfort batt insulation R15 ______
______
17 rolls
5 ½” x 15” Roxul Comfort batt insulation R23 ______
______
5
8’ x 100’ rolls of 6 mil poly
______
______
75
4’ x 12’ x ½” Sheetrock USG
______
______
14
4’ x 8’ x ½” Sheetrock USG
______
______
20
4’ x 10’ x ½” Sheetrock USG
______
______
12
4’ x 8’ x ½” water, mold, and mildew
resistant gypsum board
______
______
4’ x 12’ x ½” water, mold and mildew
resistant gypsum board
______
______
8
7
3’ x 5’ x ½” Hardie tile backer board
______
______
15
Durabead metal corners
______
______
15
250 ft. rolls USG tape
______
______
16
5 gal. pails USG joint compound
______
______
18
1 gal. cans Drywall primer – Adirondack
______
______
20 gal.
Martin Senior wall satin; White Antique
______
______
Paint
______
______
1” x 3” x 12’ strapping
______
______
Eggshell latex paint or equal – 1 gallon
Cans only
3 gal
Glidden High hiding white or equal-flat
120 pcs.
Total Sec. #9
10.
__________
MISCELLANEOUS
8
4’ X 8’ X ¾” AC Interior plywood
______
______
1
30” X 10’ X ¾” NOVAPLY
______
______
______
______
______
______
Color – Bright linen
______
______
2 bags
Thinset tile adhesive
______
______
1 box
Ceramic tile grout; Color-TEC-902
unsanded grout
______
______
bottle of ceramic grout sealer
______
______
70 SQ.FT. 4” X 4” glazed ceramic tile; ColorBright Linen equal to Florida Tile
45 pcs.
4” x 4” Bullnose glazed ceramic tile;
Color – Bright linen
6 pcs.
4” x 4” outside corner ceramic tile
Ivory
1
1
5’ x 12’ sheet Formica-Butterum
1 gal.
Granite (7732-58)
______
______
Contact cement
______
______
______
______
______
______
- Premium grade
______
______
Tub and tile caulk tubes – white
______
______
6 gallons Minwax water based oil-modified
polyurethane – satin No Substitute
3 gallons Minwax “golden oak” stain –
- No Substitute
65 pcs.
4
1’ x 6” x 8’ T&G Pine Bead Board
Total Sec. #10 __________
11.
TRUSSES
Trusses to be as per attached drawing. 4/12 slope, 85 lb. ground snow load,
90 mph. wind load, 2”x 4” construction, 10 ½” overhangs, raised heel and
plumb cuts on the tails for a 28’ x 52’ modular home. Will be constructed
with two separate 14’ flat trusses with height as per drawing with a saddle
truss attached by owner for each truss location. Gable flat top and saddle
trusses will be studded 2’ on center.
***Note Snow Load Spec, Raised heel spec and total height spec***
25 sets
typical flat top truss
______
______
2 sets
studded gable truss
______
______
25
saddle truss
______
______
2
gable saddle truss
______
______
Total Sec. #11 __________
Total General Building Materials
$______________
12.
KITCHEN CABINETS
Cabinets to be Kraftmaid or Equal.
All doors to be raised panel square
design. Face frames and doors are to be solid wood – oak. Plywood sides
are required on cabinets.
Drawers to be dovetailed with full extension,
self closing buffer system hardware. Finish color is fawn.
3
W 2730 - butt doors
______
______
1
WA2430L – diagonal wall
______
______
1
W 3012 – finish right -butt doors
______
______
2
W3030 - butt doors
______
______
1
W 2430L
______
______
1
SWMSC301236 – finished right-microwave
______
______
right with 4 adjustable rollout trays
______
______
1
WR361224 – refrigerator wall cabinet
______
______
1
VALANCE – 48” –V48C
______
______
1
Solid wood end wall open shelf-636R.SQT ______
______
1
Refrigerator end panel – REP1 ½.84(R) –
solid wood wall shelf cabinet
1
U24284L.4ROT – UTILITY CAB. – finished
1 ½” stile
______
______
1
3” x 84” filler TF3.84
______
______
1
3” x 36" wall filler TF3.36
______
______
1
B30Butt.2 ROT – 2 Rollout Trays
______
______
1
DB15.3 with 1 cutlery divider tray
finished right
______
______
1
DB15.3 with 1 cutlery divider tray
______
______
1
B15L -finished right
______
______
1
B27 - butt doors
______
______
1
EZR36R.WSS –SUPER LAZY SUSAN
______
______
1
SB36Butt.W with SUT factory installed
______
______
6
ICM 8 inside corner molding – oak –8’
______
______
4
WMTK8 – Toekick pieces
______
______
1
3” base filler -BF3
______
______
Vanities
2
VSB362134.2 – 1 door, 2 drawer vanity
______
______
2
Lighted Tri-View Mirrow – LTV3035.SN
______
______
______
______
Hardware
50
Amerock #262WPB – Knobs
CABINETS – SEC. #12 Total
$_________
Substitutions for specified items will not be considered unless accompanied
by written description of the item or descriptive brochure describing its
qualities and which will assure equality to our specified standard.
13.
1
PLUMBING
One piece tub/shower unit –AKER GB-60RBO
Or equal – RH – color white
1
______
______
______
______
______
______
One piece 60” shower unit left hand valve
Wall with drain assembly- equal to Clarion
Model RE5836LT/S-WH – center drain
- Seat right - color white
1
Sliding glass shower door assembly for
above shower unit
2
Gerber 20-007 elongated bowl, ergo height toilet
with color matched seat – white color
______
______
2
Self rim lavatory –china, oval – 4” centers
Equal to Gerber #12-844 -white
______
______
______
______
______
______
______
______
Chrome 4” centers
______
______
2
½” sweat x 3/8” chrome straight stop
______
______
2
Closet supply tube – braided flexible
______
______
supply tubes equal to fluidmaster
______
______
6
½” sweat X 3/8” chrome angle stop
______
______
2
3”toilet flange – SCH 40
______
______
1
Double bowl stainless steel kitchen
Sink Minimum 8” deep
______
______
1
Gerber #07-42-216 kitchen faucet with spray
______
______
7
1 ½” PVC P-trap –
______
______
8
Trap adapter, 1 1/2”, ABS-DWN
______
______
1
1 ½” end outlet continuous waste
______
______
1
2” x 1 ½” reducing bushing
______
______
2
Sink strainer & basket for kitchen sink
______
______
1
Over-flow & pop-up drain for AKER tub
G22/CH
1
Gerber #49830 posi-temp anti-scald
Tub & shower unit
1
Gerber #49820 posi-temp anti scald
shower valve or equal
2
Gerber lavatory faucet #53-120 –
supply tubes equal to Fluidmaster
6
Faucet supply tubes – braided flexile
1
One-pound can plumbers putty
______
______
10 ft
3” PVC drain pipe-sched. 40
______
______
50 ft
1 ½” PVC drain pipe –sched. 40
______
______
40 ft
½” copper tubing – L type
______
______
4
3”x1 ½” reducing bushings PVC SCH 40
______
______
1
plastic valve and drain recessed cabinet
for washing machine with valves-PEX
______
______
3
3” roof flange
______
______
2
1 ½” tailpiece pvc – 9”
______
______
2
½” shower elbows with mounting ears
______
______
4
3” street 90 degree elbows
______
______
4
3” 90 degree elbows
______
______
4
1 ½” sanitary tee PVC
______
______
8
1 ½” 90^ elbows PVC
______
______
2
pints of PVC glue-universal
______
______
3
Rolls of Teflon tape
______
______
20
½” x ½” Pex female adaptor –solder x barb
______
______
50
½” Pex pinch clamps
______
______
20
½” pex 90 degree elbow
______
______
10
½” Pex tees
______
______
PLUMBING – SEC. #13 TOTAL
$__________
Substitutions for specified items will not be considered unless accompanied
by written description of the item or descriptive brochure describing its
qualities and which will assure equality to our specified standard.
***note*** - Lights specified are Sea Gull Lighting numbers.
14.
ELECTRICAL
20
P&S single pole toggle switch (ivory)
______
______
14
P&S three-way toggle switch (ivory)
______
______
______
______
50
P&S tamper resistant receptacles #3232TRI
100
Carlon B120A single gang plastic
______
______
14
Carlon B232A -2 gang plastic nail on boxes
______
______
18
Toggle switch ivory cover plate
______
______
50
Receptacle ivory cover plate
______
______
7
Double Gang toggle switch cover plate
______
______
16
Crouse-Hinds 4” Oct box; TP318
______
______
10
Crouse-Hinds 4” square boxes and covers
#TP449 and #TP472
______
______
2
In-use vertical exterior covers-T&B#CKNM
______
______
300
Crimp sleeve; Cat. #410
______
______
13 rolls
250’ Romex w/grd. 12/2
______
______
30 ft.
10/3 with ground Romex
______
______
40 ft
6/4 SER cable-range
______
______
3 roll
250’ Romex w/grd. 12/3
______
______
6 boxes
Viking Romex staples -100P5-no sub
______
______
1
200
With Cover
______
______
1
Breaker- #BR230
______
______
1
Breakers - #BR250
______
______
1
Breakers – #BR120
______
______
amp Main Breaker Panel –BR4040B200
5
Breakers-#BR115CAF-combination type AFCI
______
______
9
Breakers-#BR120CAF-combination type AFCI
______
______
4
Breakers- #BRLAFGF120 –combo type AFCI-GFCI
______
______
2
Breakers -#GFCB120 – ground fault
______
______
2
**light #8503-12 (outside)
______
______
4
**light #7662-02 (hall and foyer)
______
______
1
Elco 6” IC double wall airtight
______
______
for 6" housing #CD611LC-65 watt equiv.
______
______
5
**light #79178BLE-02 (kitchen and bed)
______
______
4
**light #79177BLE-02 (util,stair,closet,hall)______
______
3
BRK Smoke detector –Model#9120B with
Housing - #EL7IC100A
1
Utilitech dimmable recessed LED trim kit
Battery backup
______
______
______
______
With nightlight
______
______
2
Broan #77DV switch for fan/light combo
______
______
1
30 amp #3864 P+S recept. -4 wire
______
______
1
50 amp #3894 P+S recept. -4 wire
______
______
2
Crouse-Hinds #TP391 steel box
______
______
2
Ivory P703I P+S cover plates
______
______
1
Combination carbon monoxide and smoke
detector w/battery backup-#BRKSC9120B
2
Nutone fan light, Model QTRN110L
3
24” under cabinet fluorescent light
With bulbs-#EVN24EL-ELCO
______
______
GFCI receptacle P&S #1595TRWRI
______
______
2
Nutone #636-BLACK roof cap w/louver
______
______
16
Damar#00138F-E12 candelabra screw
______
______
______
______
100 watt equiv.
______
______
2
Crouse-Hinds #TP1690 box
______
______
2
Crouse-Hinds #TP274 – octagon box
______
______
1
20 amp single use receptacle –P&S 5351-I
______
______
2
Ivory cover plate for above –P&S #TP71
______
______
400’
coax cable RG6-U
______
______
5
P&S CATV-I plate
______
______
6
F-type coax connector – RG6-crimp style
______
______
1
Small bottle of anti-oxidizing paste
______
______
1
Inter-System Bonding Terminal–NSI#GBA2-7
______
______
2
Tamper resistant, weather resistant
light bulbs
8
40 watt globe bulbs – whiteDamar #02750A
2
23 watt compact fluorescent bulbs-
ELECTRICAL – SEC.14 TOTAL
__________
Bid may be for any or all categories your desire.
General Building Materials Total:
$ ___________________
Plumbing Total:
$ ___________________
Electrical Total:
$ ___________________
Cabinets (Kitchen & Bathroom) Total:
$ ___________________
This is to certify that I had no prior knowledge of the information contained in this bid packet.
Furthermore, I have no knowledge of any information contained in any other bid being submitted on this
project.
Name of Company:
_________________________________________
Signature of Company Official:
_________________________________________
Print Name of Company Official:
_________________________________________
Address of Company:
_________________________________________
_________________________________________
Phone Number:
_________________________________________
Date:
_________________________________________
NON-COLLUSIVE BID PROPOSAL CERTIFICATION
Firm Name:
___________________________________________________________________________
Business Address:
_____________________________________________________________________
Telephone Number: __________________________________
1.
2.
Bid Date: ____________________
General Bid Certification
The bidder certifies that he will furnish, at the prices herein quoted, the materials, equipment and/or services as proposed on
this bid.
Non-Collusive Bidding Certification
By submission of this bid proposal the bidder certifies that he is complying with Section 103-d of the General Municipal Law as
follows:
Statement of non-collusion in bids and proposals to political subdivisions of the state. Every bid or proposal here-after made to
a political subdivision of the state or any public department, agency, or official thereof where competitive bidding is required by
statute, rule, regulation, or local law, for work or services performed or to be performed or goods sold or to be sold, shall
contain the following statement subscribed by the bidder and affirmed by such bidder as true under the penalties of perjury:
Non-collusive bidding certification.
(a)
“By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint
bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and
belief:
1.
The prices in this bid have been arrived at independently without collusion, consultation, communication or agreement, for
the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any
competitor;
2.
Unless otherwise required by law, the prices which have been quoted in this bed have not been knowingly disclosed by the
bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to
any competitor; and
3.
No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit
or not to submit a bid for the purpose of restricting competition.”
(b) A bid shall not be considered for award nor shall any award be made where (a) (1) (2) and (3) above have not be complied
with; provided, however, that if in any case the bidder cannot make the foregoing certification, the bidder shall so state and
shall furnish with the bid a signed statement which sets forth in detail the reasons therefore.
Where (a) (1) (2) and (3) above have not been complied with, the bid shall not be made unless the head of the purchasing unit of
the political subdivision, and public department, agency or official thereof to which the bid is made, or his designee, determines
that such disclosure was not made for the purpose of restricting competition.
The fact that a bidder (a) has published price lists, rates or tariffs covering items being procured, (b) has informed prospective
customers of proposed or pending publication of new or revised price lists for such items, or (c) has sold the same items to other
customers at the same prices being bid, does not constitute, without more, a disclosure within the meaning subparagraph one (a).
Any bid hereafter made to any political subdivision of the state or any public department, agency or official thereof by a
corporate bidder for work or services performed or to be performed or goods sold or to be sold, where competitive bidding is
required by statute, rule, regulation, or local law, and where such bid contains the certification referred to in subdivision one of
the section, shall be deemed to have been authorized by the board of directors of the bidder, and such authorization shall be
deemed to include the signing and submission of the bid and the inclusion therein of the certificates as to non-collusion as the
act and deed of the corporation.
Signature ____________________________________
(Authorized)
Title: ___________________________________
Download