Baltimore City Public Schools City Schools Material Management Department. 200 E. North Avenue, Room #401 Baltimore, MD ADDENDUM #4

Size: px
Start display at page:

Download "Baltimore City Public Schools City Schools Material Management Department. 200 E. North Avenue, Room #401 Baltimore, MD ADDENDUM #4"

Transcription

1 Baltimore City Public Schools City Schools Material Management Department. 200 E. North Avenue, Room #401 Baltimore, MD ADDENDUM #4 Solicitation: IFB September 15, 2017 New Response Due Date: September 28, 2017 at 11:00 a.m. Local Time Graceland Park/O Donnell Heights Elementary/Middle School #240 and TO THE BIDDERS: PLEASE ATTACH TO YOUR CONTRACT DOCUMENTS. The following changes, additions, deletions and clarifications are hereby made part of the Contract Documents for the above referenced project and shall be taken into account in the preparation of the proposals and execution of all work. Vendors shall acknowledge receipt of this addendum on the Contract Proposal Form. Notice: The following changes and additions should be considered as amendments to the above referenced bid documents. BID DOCUMENT REVISIONS: Item #1: Prospective contractors the Bid Due Date for IFB is changed from September 21, 2017 at 11:00 AM to September 28, 2017 at 11:00 AM local time. Previous Bid Due Date: Thursday, September 21, 2017 at 11:00 A.M. EST New Bid Due Date: Thursday, September 28, 2017 at 11:00 A.M. EST Item #2: Prospective contractors for your information the cut-off date for RFI is extended to 7 days prior to the bid due date which is Thursday September 21, 2017 at 11:00 A.M. 9/15/2017 1

2 Item #3: Prospective contractors please strikethrough the below listed applicable language contained in the original solicitation. The above business shall self-perform the majority (>51%) of the work, shown on the contract drawings with their own forces; this percentage of the work may not be subcontracted. If at any point during the project it is determined by City Schools that this percentage will not be met, it is grounds for immediate contract termination. Item #4: Prospective contractors please delete in its entirety Bid Forms from the Solicitation and Response Package and replace them with the new Bid Form attached to this addendum #4. All other terms and conditions shall remain unchanged. Failure to acknowledge and respond to this addendums on the Bid Proposal Form may result in the Bid Proposal being considered non-responsive. 9/15/2017 2

3 (SUBMIT IN DUPLICATE) NEW BID FORM BID DUE DATE: September 28, 2017 by 11:00 a.m. Local Time CONTRACT NO: PROJECT TITLE: IFB Graceland Park/O Donnell Heights EMS #240 and Holabird EMS #229 THIS BID SUBMITTED BY: (company name) (address) Principal Name, Title, Phone, FAX & REGISTERED MARYLAND CONTRACTOR NO. SUBMITTED TO: The Baltimore City Board of School Commissioners Baltimore, Maryland The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an Agreement with THE BALTIMORE CITY BOARD OF SCHOOL COMMISSIONERS, hereinafter referred to as the OWNER, in the form included in the Contract Documents to complete all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in the Bid and in accordance with the Contract Documents. BIDDER has examined the site and locality where the Work is to be performed, the legal requirements (federal, state and local laws, ordinances, rules and regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations, as BIDDER deems necessary. The Owner reserves the right to select or reject any, all or none of the alternates in any order. ADDENDA Receipt of the following addenda to the Contract Documents is hereby acknowledged: Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated BID FORM 1

4 PROPOSAL OF ADDRESS NEW BID PROPOSAL ZIP CODE IFB BIDS DUE: September 28, 2017 by 11:00 a.m. Local Time Contract IFB TO THE BOARD OF SCHOOL COMMISSIONERS OF BALTIMORE CITY The undersigned agree to furnish all labor, materials and equipment to Provide Construction Services for Replacement of Graceland Park/O Donnell Heights EMS #240 and Holabird EMS #229 for in accordance with the attached Specifications, Drawings and other related Contract Documents. The entire work specified shall be completed for the following prices: ITEM #1 Base Price: Construction Services for Replacement of Graceland Park/O Donnell Heights Elementary/Middle School #240 SCHEDULE OF ALTERNATE BIDS - Graceland Park/O Donnell Heights EMS #240 A. Alternate #1: Add Item - PV on Entrance Canopy: Metal entrance canopy roof with translucent panels as shown on drawings; Alternate #1A: Metal canopy roof with partial PV as shown in drawings on sheet A-8.1 Alternate #1B: Full PV canopy roof as shown in drawings on sheets A-8.1 and W-1.1A B. Alternate #2: Add Item - Rainwater harvesting: Downspout to cast iron boot at grade as indicated on the drawings near Stair 3 2. Provide rainwater harvesting cistern system for schoolyard garden watering including: rain barrel downspout escutcheon, downspout Y, diverter, and filter; a Bushman USA SlimLine 130 gal. rain BID FORM 2

5 barrel (color: clay) on 30 Wx5 Lx12 H concrete pad, and a Rain Harvesting s Tank Gauge/Water Level Indicator.; C. Alternate #3: Add Item - Engraved, Etched pigmented Colored site concrete paving with patterns: Provide scored concrete paving as shown at building entrance and Outdoor Learning Areas. Provide Engraved, etched colored concrete with custom scoring pattern as shown on landscape drawings L D. Alternate #4: Add Item - Sod: Seed as per specification section Provide sod as per alternate specification section E. Alternate #5: Add Item - Wall panels at community entrance at Vestibule V100: Painted CMU wall Demountable Graphic wall panel system as shown on drawings F. Alternate #6: Add Item - Air Facility Monitoring System Service agreement: 3-year annual service agreement as per specification Provide 5-year annual service agreement G. Alternate #7: Add Item Lobby Ceiling Fans: No fans Provide ceiling fans with associated wiring as shown on drawings A-7.4, E-2.1 and M-1.1 H. Alternate #8: Add Item Gym Ceiling Fans: BID FORM 3

6 No fans Provide ceiling fans with associated wiring as shown on drawings A-7.4, E-2.1 and M-1.1 I. Alternate #9: Add Item Concrete in lieu of asphalt sidewalks: Asphalt sidewalks as shown on landscape drawings Provide concrete sidewalks in lieu of asphalt sidewalks were indicated on landscape drawings. J. Alternate #10: Add Item Additional Landscape trees: Trees as shown in landscape plans Additional trees where indicated in landscape plans. K. Alternate #11: Deduct Item Resilient flooring: Provide Bio Based Tile flooring as per specification A In lieu of Bio Base Tile flooring provide Vinyl Floor T AVA SPRK by Novalis Innovative Flooring. Size 18 x 18. Provide colors and patterns as per B BID FORM 4

7 SCHEDULE OF UNIT PRICES- Graceland Park/O Donnell Heights EMS #240 A. Unit Price: Removal of unsatisfactory soil and replacement with engineered fill material. Description: Removal of unsatisfactory soil excavation and disposal off site and replacement with engineered fill from off site, as required, according to Section "Earth Moving." Unit of Measurement: Cubic yard of soil excavated, based on survey of volume removed. Price per Unit of Measurement - 1 cubic yard. B. Unit Price: Removal of unsatisfactory soil and replacement with satisfactory soil material. Description: Removal of unsatisfactory soil excavation and disposal off site and replacement with borrow/satisfactory soil from off site, as required, according to Section "Earth Moving." Unit of Measurement: Cubic yard of soil excavated, based on survey of volume removed. Price per Unit of Measurement - 1 cubic yard. C. Unit Price: Sheeting and shoring for protection of excavation. Description: Erection and maintenance of Sheeting and shoring as specified in Section ; removal at completion of use. D. Unit Price: 6 nominal CMU wall. Description: Erection of interior 6 CMU walls as specified in Section E. Unit Price: 4 nominal CMU wall. Description: Erection of interior 4 CMU walls as specified in Section F. Unit Price: Partition type J1 metal stud gypsum wall. Description: Erection of interior partition type J1 walls as specified in Section and G. Unit Price: 1. Description: Erection of interior partition type X1 walls as specified in Section and BID FORM 5

8 ITEM #2 Base Price: Construction Services for Replacement of SCHEDULE OF ALTERNATE BIDS - Holabird EMS #229 A. Alternate #1: Add Item PV on Entrance Canopy: Metal entrance canopy roof with translucent panels as shown on drawings; Alternate #1A: Metal canopy roof with partial PV as shown in drawings on sheet A-8.1 Alternate #1B: Full PV canopy roof as shown in drawings on sheets A-8.1 and W-1.1A B. Alternate #2: Add Item - Rainwater harvesting: Downspout to cast iron boot at grade as indicated on the drawings near Stair 3 2. Provide rainwater harvesting cistern system for schoolyard garden watering including: rain barrel downspout escutcheon, downspout Y, diverter, and filter; a Bushman USA SlimLine 130 gal. rain barrel (color: clay) on 30 Wx5 Lx12 H concrete pad, and a Rain Harvesting s Tank Gauge/Water Level Indicator.; C. Alternate #3: Add Item - Engraved, Etched pigmented Colored site concrete paving with patterns: Provide scored concrete paving as shown at building entrance and Outdoor Learning Areas. Provide Engraved, etched colored concrete with custom scoring pattern as shown on landscape drawings L D. Alternate #4: Add Item - Sod: Seed as per specification section Provide sod as per alternate specification section BID FORM 6

9 E. Alternate #5: Add Item - Wall panels at community entrance at Vestibule V100: Painted CMU wall Demountable Graphic wall panel system as shown on drawings F. Alternate #6: Add Item - Air Facility Monitoring System Service agreement: 3-year annual service agreement as per specification Provide 5-year annual service agreement G. Alternate #7: Add Item Lobby Ceiling Fans: No fans Provide ceiling fans with associated wiring as shown on drawings A-7.4, E-2.1 and M-1.1 H. Alternate #8: Add Item Gym Ceiling Fans: No fans Provide ceiling fans with associated wiring as shown on drawings A-7.4, E-2.1 and M-1.1 I. Alternate #9: Add Item Concrete in lieu of asphalt sidewalks: Asphalt sidewalks as shown on landscape drawings Provide concrete sidewalks in lieu of asphalt sidewalks were indicated on landscape drawings. J. Alternate #10: Add Item Additional Landscape trees: Trees as shown in landscape plans Additional trees where indicated in landscape plans.. BID FORM 7

10 K. Alternate #11: Deduct Item Resilient flooring: Provide Bio Based Tile flooring as per specification A In lieu of Bio Base Tile flooring provide Vinyl Floor T AVA SPRK by Novalis Innovative Flooring. Size 18 x 18. Provide colors and patterns as per B BID FORM 8

11 SCHEDULE OF UNIT PRICES- Holabird EMS #240 A. Unit Price: Removal of unsatisfactory soil and replacement with engineered fill material. Description: Removal of unsatisfactory soil excavation and disposal off site and replacement with engineered fill from off site, as required, according to Section "Earth Moving." Unit of Measurement: Cubic yard of soil excavated, based on survey of volume removed. Price per Unit of Measurement - 1 cubic yard. B. Unit Price: Removal of unsatisfactory soil and replacement with satisfactory soil material. Description: Removal of unsatisfactory soil excavation and disposal off site and replacement with borrow/satisfactory soil from off site, as required, according to Section "Earth Moving." Unit of Measurement: Cubic yard of soil excavated, based on survey of volume removed. Price per Unit of Measurement - 1 cubic yard. C. Unit Price: Sheeting and shoring for protection of excavation. Description: Erection and maintenance of Sheeting and shoring as specified in Section ; removal at completion of use. D. Unit Price: 6 nominal CMU wall. Description: Erection of interior 6 CMU walls as specified in Section E. Unit Price: 4 nominal CMU wall. Description: Erection of interior 4 CMU walls as specified in Section F. Unit Price: Partition type J1 metal stud gypsum wall. Description: Erection of interior partition type J1 walls as specified in Section and G. Unit Price: Description: Erection of interior partition type X1 walls as specified in Section and BID FORM 9

12 Total lump sum for base items only - Item #1 and Item #2: TERMS: NET 30 (Unless otherwise stated) F.O.B.: DELIVERED BASIS OF AWARD: This contract shall be awarded to the lowest, qualified, responsive and responsible bidder based on per items or total lump sum cost whatever is in the best interest of Baltimore City Public Schools. Work for alternate bid items and unit bid items shall be awarded at the sole discretion of City Schools BID FORM 10

13 SCHEDULE: The undersigned agrees that if awarded a contract, they will work under the contract and expeditiously conduct the Work in a manner consistent with the approved construction schedule so as to ensure completion of the Work within the prescribed time limits. REPRESENTATION: In submitting this Bid, the undersigned Bidder represents that: a. It has read and understands the Contract Documents, particularly the General Conditions, and his/her bid is made in accordance therewith. b. It has visited the site; familiarized itself with the local conditions under which the work is to be performed; compared the site with the plans and specifications; satisfied themselves of the conditions of delivery, handling and storage of materials, and all other matters which may be incidental to the work, before submitting its bid. c. Its bid is based upon the materials and equipment described within the Bidding Documents without exception. d. It has read the Contract and understands all of the terms and conditions and will execute it without exception. ATTACHMENTS The following items shall be completed, attached to this BID FORM and shall be submitted to City Schools herewith with Contractors Response Package on Bid Due Date and Time: 1) Bid Proposal Form 2) Non-Collusion Affidavit 3) Anti-Bribery Affidavit 4) Debarment Affidavit 5) Bid Bond 6) Copy of the current Baltimore City Contractor and Subcontractors Prequalification Certificates 7) Contractor Qualifications Verification Response. 8) Copy State of Maryland Contractors License 9) Copy State of Maryland Certificate of Good Standing or other filing verifying the bidder is in Good Standing with the Department of Assessments and Taxation of Maryland. 10) Copies of your firm s Lead-Based Paint Certification, Renovator Certification and worker training records. 11) W-9 Form 12) Insurance Certificate 13) City s YouthWork Program - Baltimore City 14) Minority Business Enterprise documentation as required, forms BID FORM 11

14 NON-COLLUSION AFFIDAVIT, being first duly sworn deposes and says that he is an officer in the building construction organization known as and the party making a certain proposal or bid dated, 20, to the Board of School Commissioners for Baltimore City Public Schools: and that this bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder or person to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person to fix the bid prices of the affidavit or any other bidder, or to fix any overhead, profit or cost element of said bid price, or that of any bidder, or to secure any advantage against the Board of School Commissioners for Baltimore City Public Schools or any other person interested in the proposed contract; and that all statements in said proposal or bid are true. Signature of: Bidder, if the bidder is an individual Partner, if the bidder is a partnership Officer, if the bidder is a corporation Maryland Contractor No. Subscribed and sworn before me this day of, 20. Notary Public My commission expires: BID FORM 12

15 ANTI-BRIBERY AFFIDAVIT, being first duly sworn deposes and says that he is an officer in the building construction organization known as and the party making a certain proposal or bid dated, 20, to the Board of School Commissioners for Baltimore City Public Schools: I further confirm that: Neither I, nor to the best of my knowledge, information, and belief, the above business (as in defined in Section (b) of the State Finance and Procurement Article of the Annotated Code of Maryland), or any of its officers, directors, partners, or any of its employees directly involved in obtaining or performing contracts with public bodies (as is defined in Section (f) of the State Finance and Procurement Article of the Annotated Code of Maryland), has been convicted of bribery, attempted bribery, or conspiracy to bribe in violation of Maryland Law, or of the law of any other state or federal law, except as follows (indicate the reasons why the affirmation cannot be given and list any conviction, plea, or imposition of probation before judgment with the date, court or administrative body, sentence or disposition, the name(s) of person(s) involved, and their current positions and responsibilities with the business): Signature of: Bidder, if the bidder is an individual Partner, if the bidder is a partnership Officer, if the bidder is a corporation Maryland Contractor No. Subscribed and sworn before me this day of, 20. Notary Public My commission expires: BID FORM 13

16 DEBARMENT AFFIDAVIT, being first duly sworn deposes and says that he is an officer in the building construction organization known as and the party making a certain proposal or bid dated, 20, to the Board of School Commissioners for Baltimore City Public Schools. I further affirm that: Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors, partners, or any of its employees directly involved in obtaining or performing contracts with public bodies, has ever been suspended or debarred (including being issued a limited denial of participation) by any public entity, except as follows (list each debarment or suspension providing the dates of the suspension or debarment, the name of the public entity and the status of the proceedings, the name(s) of the person(s) involved and their current positions and responsibilities with the business, the grounds of the debarment or suspension, and the details of each person's involvement in any activity that formed the grounds of the debarment or suspension): I further affirm that: (1) The business was not established and it does not operate in a manner designed to evade the application of or defeat the purpose of debarment pursuant to Sections , et seq., of the State Finance and Procurement Article of the Annotated Code of Maryland; and (2) The business is not a successor, assignee, subsidiary, or affiliate of a suspended or debarred business, except as follows (you must indicate the reasons why the affirmations cannot be given without qualification): Signature of: Bidder, if the bidder is an individual Partner, if the bidder is a partnership Officer, if the bidder is a corporation Maryland Contractor No. Subscribed and sworn before me this day of, 20. Notary Public My commission expires: BID FORM 14