ADVERTISEMENT FOR BIDS

Similar documents
ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS

ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

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

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION FOR BIDS CCK ADDENDUM # 2 10/12/2018

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

CITY OF MARSHALL, MINNESOTA

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

CITY OF HOPKINSVILLE

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.

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

DEAN + TYLER + BURNS ARCHITECTURE

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

INVITATION TO BID CITY OF HOPKINSVILLE

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

1. Project Name: Lafayette Meadows Elementary School Addition & Renovation, Fort Wayne, Indiana

PAWLEYS ISLAND TOWN HALL

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

City of Eagle Point 2017 Paving Instruction to Bidders

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

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

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

Architectural Services

Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley, NY

DOCUMENT POST BID INTERVIEW

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings

DIVISION 0 - CONDITIONS OF THE CONTRACT

LEVEL I PREQUALIFICATION DOCUMENTS

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES. For the renovation of existing apartment buildings. August 15, 2016

Morgantown, Kentucky JKS # BG # Liberty Street Hopkinsville, KY Winchester Road Suite 200 Lexington, KY 40505

REVISED BID FORM WILLIAM PATERSON UNIVERSITY OF NEW JERSEY. PROJECT NAME: Renovations & Addition to Hunziker Hall & Wing

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

Project Location: 2220 E. League City Parkway, League City, Texas 77573

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

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

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

Recycling/Roll-off bins/containers for the Solid Waste Division of the Boone County Fiscal Court

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING SERVICES

Bidding Conditions Attachment C

ADDITIONS, RENOVATIONS AND IMPROVEMENTS AT BEAUREGARD HIGH SCHOOL FOR THE LEE COUNTY BOARD OF EDUCATION OPELIKA, ALABAMA

Job Order Contracting (JOC) ITB JE Overview August 2016

April 4, ADDENDUM NO. 1 This Addendum and attachments consists of: 47-Pages. ITB Northwood ABC Elementary School Roof Replacement

GOREE ARCHITECTS, INC Bellaire Blvd., Suite 105 Bellaire, TX Tel (713)

ADDENDUM #001 Date: March 21, 2019

CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION

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

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

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

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

CHARLES COUNTY GOVERNMENT ITB NO MATTAWOMAN WATER RECLAMATION FACILITY (MWRF) PRIMARY CLARIFIER NO. 1 IMPROVEMENTS

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

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

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

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

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION

ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN

THE BID DUE DATE FOR ALL BID PACKAGES HAS BEEN EXTENDED TO THURSDAY, APRIL 12, 2:00 P.M.

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

Construction Contract Basics

STATEMENT of WORK Survey Storage Shed 10X10X8 Beaver County, Rochester Stockpile# Project# Building#

ADDENDUM NO. 1 MAY 8, 2018

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.

NORTHEAST ILLINOIS REGIONAL COMMUTER RAILROAD CORPORATION D/B/A METRA INVITATION FOR BIDS METRA IFB NO

INSTRUCTIONS TO BIDDERS

DOCUMENT INVITATION TO BID

CONCURRENT ADVERTISEMENT FOR SUBCONTRACTOR PREQUALIFICATION AND BIDS

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

Fill material and Top Soil

Invitation for Bid. City of Urbana, Ohio. Restroom/Storage Facility Melvin Miller Park 731 Children s Home Road, Urbana, OH 43078

Supply and Delivery of Boltless Metal Shelving Units

AG Permit Set Addendum #03 Addendum Date: 9/26/2016

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY

Date: October 24, 2018 Comm #: SCO ID #: A Code: Item: 307 Clark Nexsen #: 6958

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

Instructions. Specifications. For. Water Treatment Plant Chemical Bid

Addendum No. TWO Date:

PROJECT NO DATE: 3/17/2016. ADDENDUM NO. 1 Fountain Heights Pool Restroom Renovations DEPT. OF PLANNING, ENG. & PERMITS

Date: October 11, 2018 Comm #: SCO ID #: A Code: Item: 307 Clark Nexsen #: 6958

4. Clarification: The site will be available starting on Wednesday June 14, 2017.

SUMP TANK REPLACEMENTS CONCORD ELEMENTARY SCHOOL COOLING TOWER & SUMP TANK REPLACEMENT HEATH MIDDLE SCHOOL MCCRACKEN COUNTY PUBLIC SCHOOLS

DESCRIPTION. BID Gasoline and Diesel Fuels

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

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

REQUEST FOR QUALIFICATIONS STATEMENT (RFQ) CONSTRUCTION MANAGEMENT AT RISK SERVICES FOR THE GREENWOOD HIGH SCHOOL GYMNASIUM GREENWOOD, SOUTH CAROLINA

ADDENDUM NO. 1. X is not extended, remains: 2:00 p.m. _ is extended until: _ posting date is extended until:

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

Addendum No. 1 Page 1 of 2

Supply and Delivery. Chromebase All-in-One Computers

Department of Public Safety

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

Transcription:

ADVERTISEMENT FOR BIDS 1. INVITATION Sealed proposals for the following work will be received by the University of Kentucky, Construction Procurement Section, Peterson Service Building, 411 South Limestone, Lexington, Kentucky 40506-0005. General Contractor shall furnishing of all labor, materials, supplies, tools, appliances, equipment, services, etc, necessary for the construction of PROJECT #2458.0, Grain Center of Excellence, located at UK Research and Education Center, 1205 Hopkinsville Street, Princeton, KY 42445. As set forth in the specifications and as shown on the drawings as prepared by JRA Architecture and their Sub consultants, the University Capital Project Management Division and Construction Procurement and under the terms and conditions of this Invitation. 2. PROJECT DESCRIPTION The project will renovate and expand the UK Research and Education Center at Princeton for the new Grain Center of Excellence. The new Grain Center of Excellence will allow the University to conduct research on intensive agricultural production practices, to study water quality issues, and to help define the environmental footprint of intensive agriculture. This will ultimately benefit Kentucky producers by providing new applications and technologies resulting in increased yields, reduced inputs and higher economic returns. The existing facility will be expanded by an additional 17,425 square feet and will include a multi-purpose space with large equipment access. Renovations to the existing facility will cover approximately 38,190 square feet and are needed to tie the current facility into the expansion and ensure that the renovated and expanded facility meets modern safety and energy efficiency standards. This project includes upgrades and replacement of floor tiles, windows, ceiling tiles and grid, entrances, lighting, HVAC system, fume hoods, fire alarm and roof to the existing structure. When complete, the new Grain Center of Excellence will include a large multi-purpose space, seed storage and handling room, seed/plant drying room, seed cold storage room, grinding room, research laboratories, general storage rooms, updated offices for faculty, staff, and students, food preparation rooms, conference room, smart classrooms, office administration areas, and rest rooms. This project includes the following Alternates: No. 1 (Lab Addition Expansion, Area C): No. 2 (Seminar Classroom Addition, Area A): No. 3 (Increased Size of the Front Canopy, Area A): No. 4 (Office Addition Expansion, Area B): No. 5 (Enhanced Building Finishes, Areas A, B, & C): No. 6 (Coated Foam Roofing, Areas A, B, & C): AB-1

In addition, this project includes the following Allowances: Allowance No. 1: Unit-Cost Allowance: Include the sum of $450.00 per thousand for face brick to match existing as specified in Section 042000 "Unit Masonry" and as shown on Drawings. Allowance No. 2: Lump-Sum Allowance: Include the sum of $30,000 for brick and concrete masonry repointing as specified in Section 040120 Brick Masonry Repointing. This allowance includes material cost, receiving, handling, and installation, and Contractor overhead and profit. Allowance No. 3: Lump-Sum Allowance of $(To be Released by Addendum) for the contractor to furnish all labor, materials, equipment and services required to provide the fire alarm system as specified. Allowance No. 4: Lump Sum Allowance of $(To be Released by Addendum) for the contractor to furnish all labor, materials, equipment and services required to provide a complete temperature control system as specified. 3. METHOD OF RECEIVING BIDS Bids will be received from Prime Contractors on a Lump Sum Amount for the total project. All phases of the work shall be bid to and through the Prime Contractors. Bids shall be submitted in the manner herein described and on the official proposal form included with the conditions and specifications and shall be subject to all the conditions as set forth and described in the Bid Documents. Bids shall be submitted only on the Official Forms supplied by the University of Kentucky, Construction Procurement Section. Failure to comply with the foregoing requirements will be cause for invalidation of bid. 4. METHOD OF AWARD Final award of Contract will be made on the basis of the lowest, responsive and responsible bid which offers the best value. AB-2

5. SCHEDULE OF PROJECT The time for Substantial Completion for all phases as further defined in Article 1 of the General Conditions shall be a total of 450 consecutive calendar days from the date of commencement as specified in the Work Order letter, and Final Completion shall be thirty (30) days thereafter. In addition, the schedule will include the following Phases: Phase I: Area A, Demolition and utility work: Starting date March 1, 2018, sixty (60) calendar days. Refer to the Project Phasing Plan, Drawing G-104 for additional information. Phase II: Areas A, B, & C, New Additions: Starting date April 30, 2018, one-hundred twenty (120) calendar days. Refer to the Project Phasing Plan, Drawing G-104 for additional information. Phase III: Areas A & B, Completion and Move-in of New Area A & B Additions: Starting date August 28, 2018, sixty (60) calendar days. Refer to the Project Phasing Plan, Drawing G-104 for additional information. Phase IV: Area B, Renovation of Existing Offices: Starting date December 26, 2018, sixty (60) calendar days. Refer to the Project Phasing Plan, Drawing G-104 for additional information. Phase V: Area C, Completion and Move-in of Area C Addition: Starting date August 28, 2018, one-hundred twenty (120) calendar days. Refer to the Project Phasing Plan, Drawing G-104 for additional information. Phase VI: Area C, Renovation of Existing Labs: Starting date February 24, 2019, ninety (90) calendar days. Refer to the Project Phasing Plan, Drawing G-104 for additional information. Note that some of the above Phases dates overlap. They are not sequential. Refer to drawing G-104, First Floor Phasing Plan. 6. BONDING All bids shall be accompanied by a bid guarantee of not less than five (5%) percent of the amount of the base bid. A 100% Performance Bond and 100% Payment Bond shall be furnished by the successful bidder. All bonding and insurance requirements are contained in the Instruction to Bidders, General Conditions and Special Conditions. 7. OBTAINING PLANS AND SPECIFICATIONS Plans, Specifications and Official Bid documents are no longer available from the University of Kentucky, Construction Procurement Division. The University and Lynn Imaging have an agreement for duplicating and distribution services for University construction projects. Plans, Specifications and Official Bid Documents are available from: Lynn Imaging 328 Old Vine Street Lexington Kentucky 40507 AB-3

Phone (859) 255-1021 Fax (859) 233-1558 In addition, Lynn Imaging and the University have a web site at: www.ukplanroom.com where plans can be ordered. Payments for Plans, Specifications and Official Bid Documents must be made to Lynn Imaging before a set of documents will be issued. Notes: Contractors that receive plans and specifications from other sources than Lynn Imaging must request a Form of Proposal from the University s Purchasing Representative to be registered as plan holders and to receive addendums. Potential Contractors must identify the position of their firm as a prime bidder, miscellaneous subcontractor, material supplier or other when ordering of picking up Plans and Specifications. 8. BID SUBMITTAL Contractors must submit their bid in a sealed envelope in Room #322 Peterson Service Building, Lexington, Kentucky 40506-0005 and the envelope must contain the following information on the outside lower left-hand corner: SEALED BID INVITATION NO. CCK-2271-18 BID DATE: 1/18/2018 at 3:00 P.M. LEXINGTON TIME (Eastern Time) Bids, upon their receipt by the University of Kentucky, Construction Procurement Section are stamped showing the hour and date received. Bids received after the scheduled closing time for reception of bids will not be considered provided legal and accepted bids have been received on said referenced Invitation. 9. BID WITHDRAWAL No bidder may withdraw his bid for a period of sixty (60) days after the date set for the opening of bids. Clerical errors and omissions in the computation of the lump sum shall not be cause for withdrawal of the bid without forfeiture of bid bond. Bids may be withdrawn in person only, prior to the closing date for receipt of bids. 10. MINORITY BUSINESS ENTERPRISE PARTICIPATION The University of Kentucky is committed to increasing the participation of minority business enterprises in construction and renovation projects, and encourages the use of minority subcontractors and material suppliers. All contractors should make an effort to locate and use minority business enterprises in bidding this project. For assistance in identifying minority vendors and subcontractors, the contractors may contact: The Kentucky Procurement Assistance Program, 500 Mero Street, 23 rd Floor, Frankfort, Kentucky 40601,(800-838-3266) email address CED.kpap@ky.gov,and/or The Office of Business & Occupational Development, Transportation Cabinet, 200 Mero Street, Suite 614, Frankfort, Ky. 40622, (502-564-3601) Attn: Mr. Melvin Bynes, email address Melvin.Bynes2@ky.gov AB-4

Bidders using minority enterprises as subcontractors and material suppliers are requested to identify these contractors in the space provided on the Form of Proposal. The successful contractor will be asked to supply associated contract amounts rounded to the nearest $500.00 prior to the signing of a contract. 11. RIGHT TO REJECT The University of Kentucky, Construction Procurement Section, reserves the right to reject any and all bids and to waive all formalities and/or technicalities where the best interest of the University may be served. 13. PRE- BID CONFERENCE A Pre-Bid Conference will be held on December 15, 2017 at 10:00 AM Central Time/11:00 AM Eastern Time @ the UK Research and Education Center, 1205 Hopkinsville Street, Princeton, KY 42445. Decisions and Clarification s discussed at this meeting will be incorporated into the bid documents by an addendum issued no later than seven (7) days prior to bidding. Note: No transcript or report of Pre-Bid Conference will be provided. 14. WRITTEN QUESTIONS Mike Mudd Capital Construction Procurement, no later than 1/03/2018. Written questions can be submitted by email to: mikemudd2@uky.edu and sbowlin@uky.edu Note: Responses to Written Questions received no later than 1/03/2018 will be provided in an addendum. 15. SUBSTITUTION - MATERIALS AND EQUIPMENT Bidders wishing to submit a request for consideration of an alternate under the provisions of Article 48.3 of the General Conditions to the Contract to any article, device, equipment, product, material, fixture, patented process, form, method or type of construction, or by name, make, trade name, or catalog number shall submit a written request to the University at least 14 calendar days prior to the official bid date of the Project including all necessary information and sufficient detail to allow evaluation by the Consultant and the University and, if the University determines the alternate is acceptable, an addendum will be issued allowing the change and advising all bidders of the option. If no addendum is issued to allow the requested change, the Bidder shall assume the request is not approved and shall prepare the bid on that basis. 16. POST BID MEETING The apparent low bidder will be requested to meet with the Project Team to review the bid and scope of services. The time and place of this meeting will be announced at the bid opening Signed: Mike Mudd Contracting Officer AB-5