This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016.

Size: px
Start display at page:

Download "This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016."

Transcription

1 ADDENDUM NUMBER ONE - June 15, 2016 CITY OF CLARKSVILLE TO: All Bidders of Record This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, GENERAL: Section Invitation To Bid: Bid Date has changed to 2:30 pm on July 13, 2016 at City of Clarksville Purchasing Department at Suite 301, One Public Square, 3rd floor City Hall. See attached revised section. Section Instructions To Bidders: Paragraph 1.09: Mandatory Pre- Bid Conference date has changed to June 29, 2016 at 9:30 am in the Administration Building Training Room at the project site. See attached revised section. End of Addendum # 1. See attachments. Addendum # 1 - page 1

2 INVITATION TO BID SECTION SECTION INVITATION TO BID PROJECT : ARCHITECT : CLARKSVILLE, TENNESSEE RUFUS JOHNSON ASSOCIATES MEMORIAL DRIVE, SUITE 2 CLARKSVILLE, TENNESSEE BRIEF PROJECT DESCRIPTION: This project consists of the construction of an apparatus bay addition of approximately 2,736 gross square feet to the existing fire station. Site work will include the site preparation for the new building, new paved access drive, paved parking and landscaping. The apparatus bay addition building exterior wall consists primarily of cement fiber board siding and stone veneer on sheathing board on metal stud furring with spray applied rigid foam insulation on a structural masonry wall. The roof is single ply fully adhered membrane on rigid insulation on metal deck on a sloped roof structure of steel bar joists. The floor structure is concrete slab on grade. Included in the scope of work is the removal and replacement of the rubber roofing above the existing apparatus bay of the fire station. The HVAC is a gas fired horizontal packaged outdoor pad mounted unit, ducted supply and return and roof mounted exhaust fans. Gas fired unit heaters and electric unit heaters are exposed structure mounted at unconditioned spaces. Bids for the above project will be received by the City of Clarksville Purchasing Department at Suite 301, One Public Square, 3rd floor City Hall, Clarksville, Tennessee until 2:30 pm, on July 13, 2016 and then at said location publicly opened. A five percent (5%) Bid Security is required. Bidding Documents may be examined at the Architect's Office, the City Purchasing Office and plans review houses. The documents may be obtained as stated in the Instructions To Bidders. Bidders are required to be licensed in accordance with State Law. Non-Discrimination Policy will apply to this project. The Owner reserves the right to waive any informalities or to reject any or all bids. END OF SECTION INVITATION TO BID

3 To be considered, Bids shall be made in accordance with these Instructions To Bidders. Failure to comply with these Instructions or any requirements of the Bidding Documents may be cause for rejection of the Bid CONTRACT DOCUMENTS : Bonafide Prime Contractor Bidders may obtain a set of Contract Documents at Prographics in Nashville, Tennessee and at pgplans.com in accordance with Prographics terms and fees. Subcontractors can obtain plans in the same way. Bidders are encouraged to bid with a full set of drawings and specifications PARTIAL SETS: The Owner and the Architect shall not be held responsible for insufficient Bids, incomplete work or workmanship because the Bidder did not have a complete set of Bid Documents from which to prepare the bid EXAMINATION : Bidders shall carefully examine the Documents and the construction site to obtain a first hand knowledge of existing conditions. Contractors will not be given extra payment for conditions which can be determined by examining the site and the documents QUESTIONS : Submit all questions about the Drawings and Specifications to the Architect, in writing. Replies will be issued to all Bidders of Record by Addenda and will form a basis of the Contract. The Architect and the Owner will not be responsible for oral clarifications. Questions must be received by the Architect at least five working days before the Bid opening date. No addenda will be issued less than three days prior to the Bid opening date BID SECURITY: A Bid Bond in the amount of Five (5%) Percent of the Bid is required and shall be issued by a surety company licensed to do business in the State of Tennessee, made payable to the Owner. The successful Bidder's security will be retained until he has furnished the required Contract Bond and signed the Contract. If, upon request, any Bidder fails to deliver the required Bond or refuses to enter into a Contract, the Owner will retain the security as liquidated damages. All other bid securities will be returned BID SUBMITTAL AND LICENSING: Pursuant to TCA , each contractor / bidder applying to bid for the prime contract and for any masonry contract where the total masonry portion of the construction project exceeds one hundred thousand dollars ($100,000.00), materials and labor, electrical, plumbing, heating, ventilation, and air conditioning contracts, is required to place his / her bid in a sealed envelope showing the bidder's name,

4 CITY OP CLARKSVILLE contractor license number, license expiration date, and license classification, and for electrical, plumbing, heating, ventilation and air conditioning contracts and for each vertical closed loop geothermal heating and cooling project, the company name, Tennessee Department of Environment and Conservation (TDEC) license number, classification, and the expiration date of same, on the outside of the envelope using the State Contractor Licensing Information Form (Section 00300), except when the bid is in an amount less than twenty-five thousand dollars ($25,000.00). Only one (1) contractor in such classification may be listed. Prime contractor bidders who are to perform the masonry portion of the construction project which exceeds one hundred thousand dollars ($100,000.00), materials and labor, the electrical, plumbing, heating, ventilation and air conditioning must be so designated upon the outside of the envelope. Bids not conforming to these legal requirements are void, shall not be opened or considered. Bids less than twenty-five thousand dollars ($25, ) may contain only the name of the contractor on the outside of the envelope. Upon opening the envelope, if such bid is in excess of twenty-five thousand dollars ($25,000.00), the same shall be automatically disqualified and shall not be considered. Pursuant to TCA any masonry contractor, and roofing subcontractor where the total cost of the roofing portion of the construction project is twenty-five thousand dollars ($25,000) or more must be a licensed contractor. "Roofing work" means the act of removing, installing, repairing or otherwise maintaining any covering to any at- or above-grade structure for the purpose of providing weather proof protection or ornamental enhancement to such structure. In the event the roofing subcontractor's portion is $25,000 or more, that sub-contractor's name, contractor's license number, license expiration date, and license classification shall appear on the envelope containing the bid documents BIDS : Bids shall be made on unaltered Bid forms furnished by the Architect. These forms are furnished in the Contract Documents. Submit one copy of Bid Form. Fill in all blank spaces on the Bid Form; failure to do so will be cause for rejection. No segregated Bids or assignments will be considered. Include the following attachments with the bid form: BID FORM BID BOND CONFLICT OF INTEREST DRUG FREE WORK PLACE AFFIDAVIT STATEMENT OF NO BID RECEIPT OF THE CITY OF CLARKSVILLE'S CONTRACTOR'S SAFETY PROGRAM ATTESTATION OF ILLEGAL ALIENS 1.09 PRE-BID CONFERENCE: A mandatory Pre-Bid Conference will be held on June 29, 2016 at 9:30am, at the project site in the

5 Administration Building Training Room RECEIPT OF BIDS: Bids will be received and opened at the time and place as identified in the Invitation to Bid. Please provide yourself with adequate time prior to bid as all visitors must pass through security upon arriving at City Hall. Please verify that all documents are PROVIDED and SIGNED; only COMPLETE bids will be accepted and all others will be thrown out, NO EXCEPTIONS PERFORMANCE AND PAYMENT BOND: Furnish and pay for the Bond(s). The amount of the Bond(s) shall be 100% of the bid and the form of the Bond shall be on a standard Contract bond form, acceptable to Owner. The Surety Company must be licensed to do business in the State of Tennessee. Any bond signed by an attorney-in-fact must have Power of Attorney attached and the agent signing the bond must be resident of the State of Tennessee DELIVERY, WITHDRAWAL AND MODIFICATION: It is the Bidder's responsibility, by whatever method he chooses, to insure that his bid is received before the time set and at the place identified for receipt of bids. Any bid sent by mail shall be enclosed in another envelope clearly marked "Bid Envelope Enclosed". Once submitted, the bid may be withdrawn before the scheduled opening time only upon receipt of a request signed by an authorized representative of the Bidder. If a bid is withdrawn it may not be resubmitted. Modification to the bid may be made as "add" or "deduct" only and must be signed by the person signing the bid and received prior to the time set for opening. Modifications may be made prior to the opening and envelope must be resealed before resubmitting. After the time set for opening no bid may be withdrawn or modified LIQUIDATED DAMAGES AND TIME: The conditions for liquidated damages are established in the Supplementary Conditions. The amount of the liquidated damages and time for completion are as identified in the Bid Form. Final Completion shall be achieved within 30 days of Substantial Completion LAWS AND REGULATION: Non-discrimination Policy will apply as identified in Article 15 of the supplementary Conditions FEES AND PERMITS: In accordance with Article 3.7 of the General Conditions Of The Contract For Construction, all fees and permits required to construct the project will be paid by the Contractor. It is the Bidder's responsibility to contact local and state governments and utility companies to ascertain the required fees and permits

6 1.16 AWARD OF CONTRACT: The Contract will be awarded based on the lowest evaluated Bid with full consideration of alternates (and time, if applicable]. The Owner may accept any alternates in any order as determined to be in his best interest EXECUTION OF THE CONTRACT: The Owner reserves the right to accept any Bid and to reject any and all Bids, or to negotiate Contract Terms with the Various Bidders. Each bidder shall be prepared, if so requested by the Owner, to present evidence of his experience, qualifications and financial ability to carry out the terms of the Contract. The successful General Contractor Bidder and subcontractors will be required to provide proof of a license subsequent to the award of Contract. The successful bidder shall be prepared to furnish Bonds and Insurance Certificates, and to execute the contract within five days after presentation and return it to the Architect. Within 24 hours after the bid opening the successful low bidder shall provide the Owner with the list of proposed subcontractors and materials suppliers. Contractor may not change this list without permission of the Owner. The form of Contract will be AIA Document A101, 2007 edition. Camille Thomas, Purchasing Supervisor END OF