Main Building Auditorium

Similar documents
Moberly Area Community College 101 College Avenue Moberly, Missouri PROJECT #

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

BID PROPOSAL CONTRACT NO. AOPC

ADDENDUM NO. 1. Bidders are hereby informed that the construction Plans and/or Specifications are modified as follows:

Bidders Name: DOCUMENT 330 BID FORM

John Barton Architect, LLC

SECTION BID FORM

DOCUMENT BID FORM. Village of Middle Point

Highlands Housing Authority

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

Finance & Technology Administrator (815) ext 223

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

PUBLIC WORKS DEPARTMENT

DEAN + TYLER + BURNS ARCHITECTURE

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

Scott Eagle Attack Thermal Imaging Camera

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

BID Addenda No. Date Issued Addenda No. Date Issued

DOCUMENT BID PROPOSAL

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

The Bid Date has changed to 03/16/2010 at 2:30 PM.

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

REQUEST FOR PROPOSALS

Water Meter Material Contract City of Ashville DWSRF # FS All Record Holding Contract Documents

2. Clarification: The building address is 801 Henderson Street.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Dick s Sporting Goods Demolition Package

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

REQUEST FOR PROPOSAL For Comprehensive Compensation and Job Analysis Study for

INSTRUCTIONS TO BIDDERS

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

Request for Proposal Internet Access Columbus Urban League

1. Bid Form The Bid Form has been revised. All Bidders shall utilize the Bid Form attached to this Addendum for the submission of Bids.

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018

Invitation for Bid - Standard Office Furniture / Task Chair

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

Document B252TM 2007

OSNI PONCA OFFICE REMODEL

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

August 19, Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

City of Eagle Point 2017 Paving Instruction to Bidders

Both envelopes must have the following information in the lower left hand corner:

Blatt PE Center Fire Alarm Upgrades November 12, 2012 State Project No. H27-I851-B

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades

SECTION BID FORM (REVISED ) ADDENDUM No. 1

00900 ADDENDUM #1. All Document Holders of Record. Date: February 16, Bayfield Waterline Replacement Project

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

Allegany College of Maryland Softball Field Murphy & Dittenhafer Project No Willowbrook Road, Cumberland, MD 21502

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

SECTION NEW MARTINSVILLE FIREMAN S DOCK BIDS DUE: 4:30 PM LOCAL TIME ON FRIDAY JANUARY 30 TH, 2015

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

PROPOSAL AND BID FORM (Submit in triplicate)

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

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

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

REQUEST FOR QUOTES (RFQ) # Issue Date: July 24, 2018

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

ALASKA. Request for. Anchorage, AK. com. the following: a.) Offeror s Name b.) c.) Project title. e: A Pre-Bid

ADVERTISEMENT TO BID PARTIAL

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

CITY OF MARSHALL, MINNESOTA

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM NO. 2 Page 1 of 13

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019

REQUEST FOR QUALIFICATIONS

Attached please find the revised Plan Sheet C3 Proposed Conditions Plan.

SECTION BID FORM. Garfield Street Drainage Improvements

A new Proposal Form is being issued with this Addendum, the following is an explanation of the changes, disregard originally issued form.

IMMEDIATE RESPONSE REQUESTED

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

CITY OF JOPLIN, MISSOURI

REQUEST FOR QUALIFICATIONS

IMPROVEMENTS TO THE MUNICIPAL ELECTRIC SYSTEM OF THE CITY OF PIQUA, OHIO

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

The Home Depot U.S.A., Inc. Instructions to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

INVITATION TO BID GIFFORD WOODS STATE PARK KENT BROOK PEDESTRIAN BRIDGE PROJECT

Transcription:

Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform lighting and theatre upgrade work at Moberly Area Community College s Main Building Auditorium.

Contents Contents... 2 NOTICE TO CONTRACTORS... 3 INSTRUCTIONS TO BIDDERS... 4 SUPPLEMENTARY INSTRUCTIONS TO BIDDERS... 4 PROPOSAL FORM... 5 STATEMENT OF BIDDER QUALIFICATIONS... 7 JOB SITE MANAGEMENT PROCEDURES... 8 SPECIFICATIONS... 10 APPENDIX 1 TECHNICAL SPECIFICATIONS AND ENGINEER S RECOMMENDATIONS... 11 APPENDIX 2 PREVAILING WAGE RATES... 12 Page 2

NOTICE TO CONTRACTORS Moberly Area Community College, 101 College Avenue, Moberly, MO 65270 is accepting sealed bids for theatre and lighting upgrades for the Main Building Auditorium. For specifications and site visits, please contact the Office of Plant Operations at 660-263-4110 extension 206. Sealed bids are due in the Office of Plant Operations, room 136 of the Main Building, by April 17, 2009 at 4pm. A public bid opening will be held in the Office of Plant Operations located in the Main Building immediately after bids are due. Bids shall be signed and submitted on the Proposal Form, included in the specification documents. Contractor s attention is directed to the requirement that prevailing wages are to be paid on this project. A copy of the Prevailing Wage Order for Randolph County will be provided with the specifications. Payroll records and an affidavit of compliance will be required from the Contractor by the Owner. This project is exempt from Missouri sales and use taxes. The Owner reserves the right to accept or reject any and all bids, and to waive all informalities in bids. Likewise the Owner reserves the right to select the lowest and best bid which is in the best interest of the Owner. No bid may be withdrawn for a period of 60 days subsequent to the specified time for receipt of bids Page 3

INSTRUCTIONS TO BIDDERS AIA Document A701-1997 Edition, Instructions to Bidders, comprise the bidding requirements for this contract the same as if bound herein. SUPPLEMENTARY INSTRUCTIONS TO BIDDERS Modify Instructions to Bidders, AIA Document A701-1997 Edition as follows: Article 1 - Definitions: Add the following subparagraph 1.1.1: 1.1.1 Contract Documents: The Contract Documents also include the Proposal Form which is filled out, signed, and submitted by the Bidder. Article 2 Bidders Representations: Add the following subparagraphs 2.1.5 and 2.1.6: 2.1.5 Prevailing Wage Rates: The Contractor shall pay not less than the prevailing hourly rate of wages for work of similar character in the locality in which the work is performed, as determined by the Department of Labor and Industrial Relations, Division of Labor Standards, State of Missouri, and as set forth in Appendix 2 of the specification documents. 2.1.6 Sales Tax Exemption: Moberly Area Community College is exempt from taxation pursuant to Missouri statutes. Purchase of materials and equipment for work in this contract is exempt from Missouri Sales and Use Tax. Contractors, subcontractors, and suppliers shall comply with all provisions of Missouri Law, including properly documenting and maintaining records of applicable sales. Article 4 - Bidding Procedures: Change subparagraph 4.1.1 as follows: 4.1.1 Bid Forms: This Project Manual includes a complete set of bidding forms. These are for the convenience only of bidders and sub bidders and are not to be detached from the Project Manual, filled out or executed. A set of blank forms will be furnished to Bidders. One (1) fully executed and signed set shall be submitted in a sealed envelope plainly marked identifying the project and the Bidder. Page 4

PROPOSAL FORM BID TIME: 4:00 PM BID DATE: April 17, 2009 FROM: (hereinafter called the Bidder) TO: MOBERLY AREA COMMUNITY COLLEGE 101 College Avenue Moberly, Missouri 65270 (hereinafter called the Owner) FOR: Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College Moberly, Missouri (hereinafter called the Work) 1. The undersigned, having examined and being familiar with the local conditions affecting the Work and with the contract documents including the drawings, the Notice to Contractors, Instructions and Supplementary Instructions to Bidders, Statement of Bidder Qualifications, Job Site Management Procedures and the body of technical specifications, including all addenda and appendixes, as issued by the Owner, hereby propose to furnish all labor, materials, equipment, services, etc., required for the performance and completion of the aforementioned Work as follows: TOTAL BASE BID: The sum of Dollars ($ ). NOTE: This project is exempt from Missouri Sales and Use Tax 2. The Contractor agrees to substantially complete the Work in the number of working days listed below from the Owner s Notice to Proceed and further agrees to pay to, or allow the Owner as liquidated damages, and not as penalty or forfeiture, the sum of one hundred dollars ($100.00) for each calendar day occurring thereafter that the work is not substantially complete. CONTRACTOR S ANTICIPATED PROJECT DURATION:. 3. The Bidder agrees to pay not less than the hourly rate of wages as determined by the Department of Labor and Industrial Relations, State of Missouri, in accordance with Section 290.210 to 290.340 as amended RSMo. 1978. 4. The Bidder hereby certifies: That this Proposal is genuine and is not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association or corporation; That he has not directly or indirectly induced or solicited any other bidder to put in a false or sham proposal; That he has not solicited or induced any person, firm or corporation to refrain from bidding; That he has not sought by collusion or otherwise to obtain for himself any advantage over any other bidder or over the Owner; and That discrimination against any employee or applicant for employment because of race, creed, color or national origin is not practiced in connection with the performance of this Work. Dated this day of, 2008 Page 5

IF AN INDIVIDUAL: Name of Individual Firm Name (if any) Telephone Number Address for Communications Signature Address for Communications IF A PARTNERSHIP: Name of Partnership Address for Communications Name of Partner Address for Communications Name of Partner (2) Residence Address Telephone Number Residence Address Federal Tax I.D. Number Residence Address (2) Signature of Either Partner Residence Address (2) (State names and Residence addresses of all Partners) IF A CORPORATION: Name of Corporation Address for Communications Telephone Number Address for Communications Federal Tax I.D. Number Incorporated under the laws of the State of Missouri Name and Title of Office Corporate License Number (If a corporation organized in a state other than Missouri, Signature of Officer attach Certificate of Authority to do Business in the State of Missouri) (Attest Seal) Secretary (Each bidder must complete the Proposal Form by signing in the proper signature line above and by supplying the required information called for in connection with the signature.) Page 6

STATEMENT OF BIDDER QUALIFICATIONS Each bidder for the work included in the specifications and drawings and the Contract Documents shall submit with their bid the data requested in the following schedule of information. This data must be included in and made a part of each bid document and be contained in the sealed envelope. Failure to comply with this instruction may be regarded as justification for rejecting the Contractor's Proposal. Statement to be in one (1) original and one (1) copy. The Owner reserves the right to request additional information concerning the qualifications of the Bidder or any of his subcontractors prior to award of Contract. 1. Name of bidder 2. Business address 3. When organized 4. When incorporated 5. Number of years engaged in contracting business under present firm name 6. Have you ever failed to complete any work awarded to your company? If so, where and why 7. Have you ever defaulted on a contract? 8. List of completed projects within last four years, including cost of each: 9. List of projects currently under construction, including cost of each: Note: Attach additional sheets giving information required, if necessary. Page 7

JOB SITE MANAGEMENT PROCEDURES General Conditions and Requirements AIA Document A201-1997 Edition, General Conditions of the Contract for Construction comprise the General Conditions of this Contract the same as if bound herein. Specifications are considered design development and are used to indicate design intent and may not necessarily reflect exact actual conditions. Verification of existing site and actual conditions is necessary by the Contractor. Field modifications may be required for actual and final installation. Changes to materials and design intent shall be submitted to Owner for approval before construction. Contractor shall be responsible for complete and finished installation of all detailed and specified systems, including furnishings and installing accessories and minor items not specifically shown, detailed, or specified. All exterior building construction shall be installed weather-tight. Project Crewmembers The repair crew must be professional in behavior and appearance. Strict behavior standards are expected of crew members at all times. Communications Upon commencement of work, a list of phone numbers must be provided to allow necessary contact with contractor and the College. Utilities Use of the Owner s electricity, water, and sanitary facilities will be permitted without metering, provided the utilities are not abused and facilities are maintained in a proper working order. Temporary Facilities Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work. Protect the site from damage from construction activities and temporary facilities. Contractor shall be responsible for repairing areas damaged due to construction activities. Owner s Occupancy Requirements Full Owner Occupancy: Owner will occupy site and adjacent existing building during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day-to-day operations. Maintain existing access and exits, unless otherwise indicated. 1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner and authorities having jurisdiction. 2. Provide not less than 72 hours' notice to Owner of activities that will affect Owner's operations. Work Restrictions Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Owner not less than 72 hours in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Owner's written permission. Page 8

Job Site Management Procedures (cont.) Insurance Information Upon receiving a signed contract, a certificate of insurance will be required and sent directly from the insurance carrier naming the building Owner as an additional insured. Coverage should include: Commercial General Liability General Aggregate $2,000,000 Automobile Liability Combined Single Limit $1,000,000 Excess Liability Each Occurrence $5,000,000 Workers Compensation and Employers Liability Statutory Project Start-up Meeting On the first day of the project a meeting will be held to discuss parking, access to electrical outlets and water, as well as general scheduling of the crew's workday. Project Progress Meetings Informal meetings during the course of the project are essential. The crew supervisor should be available to answer any questions that may arise at any time during the project. Waste Removal Upon completion of the work all trash, waste materials, rubbish, tools, and equipment shall be removed from the job site. Any cost associated with trash removal and landfill charges will be the responsibility of the Contractor. All work areas shall be clean and left in the same condition as they were found. Any damage or costs associated with repairs and or removal will be billed to the Contractor in the amount necessary to perform the necessary clean up or repairs. References A minimum of ten references must be provided, with project scopes similar and as large as or larger than the one provided. Page 9

SPECIFICATIONS Also see attachments in Appendices The work outlined herein, is to upgrade the current lighting system for the Main Building Auditorium. This includes wiring, controls and fixtures for the entire project. Project specifications are outlined in Appendix 1, attached. Any substitutions or deviations from the specifications must be notated in the bid and the bidder must provide necessary information regarding the substitution or deviation. High voltage electrical work needed for this project will be performed by MACC personnel or electrical contractor. Electrical requirements will be discussed with contractor awarded the bid. Page 10

APPENDIX 1 TECHNICAL SPECIFICATIONS AND ENGINEER S RECOMMENDATIONS Part 1 Technical Drawings Part 2 Engineering Specifications Page 11

APPENDIX 2 PREVAILING WAGE RATES Page 12