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

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

DEAN + TYLER + BURNS ARCHITECTURE

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

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

Bidding Conditions Attachment C

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

City of Eagle Point 2017 Paving Instruction to Bidders

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

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

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

CONSTRUCTION DOCUMENTS Part 1

CITY OF MARSHALL, MINNESOTA

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

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

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

ADDENDUM #1. A non-mandatory site visit has been scheduled for Thursday, January 5, 2017 at 1:30 p.m.

INSTRUCTIONS TO BIDDERS

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

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

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

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

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

PAWLEYS ISLAND TOWN HALL

ADVERTISEMENT FOR BIDS

Main Building Auditorium

Document B252TM 2007

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

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.

LAS ANIMAS COUNTY Invitation for Bids No. 18-F003 CONCRETE SLAB

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

PART V BID REQUIREMENTS

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

NO. 1 TO THE DRAWINGS AND THE PROJECT MANUAL. PROJECT NAME: Anna High School Additions and Renovations. CLIENT NAME: Anna ISD. LOCATION: Anna, Texas

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

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

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

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

INVITATION TO BID (Request for Proposal)

Notice to Bidders Page 1 of 6

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

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

UAF Combined Heat & Power Replacement (CPHR)

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

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

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

Herrington Architects PC 101 Richard Arrington Jr. Blvd. S. Birmingham, AL phone fax

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

INSTRUCTIONS TO BIDDERS Sealed proposals shall be addressed to: For legal address, contact contracting office.

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

STANTEC ARCHITECTURE ARCHITECTS PLANNERS ENGINEERS 3001 Bee Caves Road Suite 300 Austin, TX April 29, 2016

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

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

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

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

INVITATION TO BID CITY OF HOPKINSVILLE

Request for Proposal Internet Access Columbus Urban League

BID Addenda No. Date Issued Addenda No. Date Issued

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

OSNI PONCA OFFICE REMODEL

RFQ Drainage Ditching and Culvert Replacement

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

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents

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

REQUEST FOR PROPOSALS AUDIT

REQUEST FOR PROPOSAL (RFP) for the Construction of Base Building Requirements for the new Alaska Gallery exhibit.

Town of York, Maine Request for Qualifications

ADDENDUM #001 Date: March 21, 2019

SECTION BID FORM

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE

ADVERTISEMENT FOR BIDS

Bidders Name: DOCUMENT 330 BID FORM

Sunnycrest Manor Roosevelt Street Dubuque, IA Sunnycrest Manor Kitchen Ventilation MEP Engineers Project #1735

Finance & Technology Administrator (815) ext 223

BOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018.

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

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

City of Jacksonville Finance Department

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

Standard Form of Agreement Between Owner and Contractor where the basis

Newport News Public Schools

WINDOW REPLACEMENT FOR ARCHITECT'S NO NORWOOD ELEMENTARY SCHOOL. A. Project Name: Window Replacement for Norwood Elementary School.

Architectural Services

~lamance <tount!' 9'~UUJ ;i)epwdment 124 We6t ElmStltm (j,taluun,.ncjjdli &vwfina 27253!Jefepfwae(336) :Jax(336)

Supply and Delivery of Boltless Metal Shelving Units

SECTION INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Sealed proposals shall be addressed to:

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

LEVEL I PREQUALIFICATION DOCUMENTS OUTPATIENT PAVILION UCSD MEDICAL CENTER LA JOLLA

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades

Addendum Number 1. August 31, Colcock Hall Windows. Owner Project Number: Prepared by:

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

ARCHITECTURE, PLANNING AND HISTORIC PRESERVATION, INC. ADDENDUM NO. 1. September 9, to the BIDDING DOCUMENTS for

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

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

Document Synopses by Series

REQUEST FOR PROPOSALS YORK COUNTY, PENNSYLVANIA TABLE OF CONTENTS

STUDIO 2LR ARCHITECTURE + INTERIORS

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

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

Transcription:

SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including structural repairs to window lintels and removing, reassembly, cleaning and repointing of existing above grade brick, limestone and concrete masonry units. The project completion deadline will be 120 days from the date of the issuance of the Notice to Proceed and will be reviewed by the West Virginia State Historic Preservation Office. Contractors will be selected based upon (1) cost, (2) experience with similar historic preservation projects, and (3) proven ability to complete a project. The contractor must carry out the described work in compliance with the Secretary of Interior s Standards for Rehabilitation. Separate, sealed bids will be received by the Finance Director of the City of Morgantown, West Virginia, until 10:00 a.m. (L.S.T.), Tuesday, April 10, 2018, for providing MUNICIPAL BUILDING FAÇADE REPAIRS in accordance with the specifications on file and available for review in the Engineering Division, City Hall, 389 Spruce Street,,. The Bid Package will be made available by March 21 st, 2018. Bid documents may be obtained from Alpha Associates, Inc. Provide non-refundable fee of $85.00 either with check and mailed to : 209 Prairie Ave., Morgantown, WV 26501, or through Visa/Mastercard payment on the web site: www.thinkalphafirst.com and accessing the Bid Center. A shipping fee of $15 will be assessed if documents are to be mailed. A two-envelope bid system will be used. Each bid must be submitted in a sealed envelope. Envelope No. 1 must contain the Bid Bond, Certification of Compliance, Power of Attorney, and all other necessary documents required on the Bid Opening Checklist. Envelope No. 2 must be a separate, sealed envelope marked "Bid Proposal" and must contain the completed and signed Bid Proposal. If the documents are not in order, the envelope containing the Bid Proposal will not be opened and the Bid will be considered non-responsive and will be returned to the Bidder. Both envelopes must have the following information in the lower left hand corner: Name and address of Bidder, Bidder's WV Contractor's License Number, "Bid on 2018-11 MUNICIPAL BUILDING FAÇADE REPAIRS", City of Morgantown, 389 Spruce Street, Morgantown, Monongalia County, West Virginia. To be opened on April 10, 2018. A mandatory pre-bid meeting will be held on March 28, 2018 at 2:00 p.m. at the City Municipal Building in the City of Morgantown, 389 Spruce Street, Morgantown, WV. Prospective Bidders are required to attend the pre-bid meeting. A bidder may not modify or withdraw his/her Bid or a period of ninety (90) days after the date set for the opening of bids. INVITATION TO BID 03/20/2018 001116- Page 1

Bids shall be accompanied by a Bid Bond or certified cashier s check payable to the City of Morgantown in an amount equal to five (5%) of the base bid. All Bid Bonds must be signed by a WV resident agent. All bidders must hold a current West Virginia contractor s license on the date of the Bid Opening. Bids received after the scheduled closing time for the receipt of bids will be returned unopened to the bidders. Partial funds for this project are through the WV State Historic Preservation Office. All applicable federal, state and local laws, rules and regulations apply. The successful Bidder will be required to furnish a satisfactory Performance Bond and Labor and Material Payment Bond, both in the amount of at least one hundred percent (100%) of the Contract Price. Bidders must be properly licensed under the laws governing their respective trades and be able to obtain insurance and bonds required for the Work. Successful Bidder shall begin the Work on receipt of the Notice to Proceed, no later than May 1, 2018 and shall complete the Work within the Contract Time of 120 days. Work is subject to liquidated damages. The City of Morgantown, reserves the right to reject any and all bids and to waive any informalities. Paul Brake, City Manager City of Morgantown PUBLISH: Tuesday, March 20, 2018 Tuesday, March 27, 2018 INVITATION TO BID 03/20/2018 001116- Page 2

Section 000100 1.01 Summary A. The City of Morgantown is soliciting quotations for façade renovation of City Hall. This document is intended to supplement information provided. Bidders shall carefully review all documents. B. AIA Document A701, "Instructions to Bidders," is hereby incorporated into the Procurement and Contracting Requirements by reference. C. Project Description The project consists of the following: 1. Contractor shall be responsible for obtaining all permits, including MM-109 for anticipated road closures from WV Division of Highways. (Forms included in Project manual). 2. Contractor shall be familiar with Secretary of the Interior s Standards for Rehabilitation. 3. Provide letter of interest detailing previous historic preservation experience. 4. Provide list of 3 previously completed projects similar in scope to this work. 5. Provide contact information for three (3) references for completed projects. 6. Provide WV Contractors license number. 7. Provide proof of workers compensation and commercial liability insurance certificates. 8. Provide WV Business License 9. Project consists of dismantling and relaying limestone masonry veneer; including cornice and parapet walls and stone coping, in select areas. Primary façade facing Spruce Street (shall be known as Plan South Elevation) is part of the Base Bid. See drawings for complete description. 10. Partial Plan West Elevation (facing Public Library) shall have brick facing veneer and associated parapet removed and relayed from column line A1 to B1; above window area. See drawings for complete description. 11. Remaining portion of brick façade located between B1 and C1, shall be rebuilt ONLY IF unit pricing is accepted and is necessary for complete façade repair. 12. Brick parapet and wall along C1 to C2, shall be removed, relayed and have existing windows reinstalled according to drawings as part of BASE BID. 13. Base Bid shall include the replacement of steel lintels and replacement window and reinstalled window located between D1 and D2. Brick Facing Veneer and parapet to remain intact. 14. Base Bid, shall include the removal and reinstallation of modified window and adjacent panels; replacing steel lintel as detailed; located on West façade of Light Court, between C2 and D2. Brick facing veneer, and parapet wall to remain intact. 15. Unit Prices are to be submitted for changes to the work during construction. 1.02 Definitions A. Bidding Documents include the Bid Invitation, the Project Manual(s) and Drawings, plus all Addenda. The Project Manual(s) includes the Conditions of the Contract, including a sample AIA A101-2017 Standard Form of Agreement between Owner & Contractor, the AIA A201-2017 General Conditions of the Contract for Construction, and the AIA A201-2017 Supplementary Conditions to the Standard form of Agreement Between Owner and Contractor; the Contract Forms, including samples of all forms that would be used post-award. The Project Manual also includes all other DIVISIONS of administrative and technical specifications affecting the project. 03/20/2018 000100 - Page 1

B. Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201-2017, or in other Contract Documents are applicable to the Bidding Documents. C. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding Documents by additions, deletions, clarifications or corrections. D. A Bid is a complete and properly executed quotation to do the work for the sums stipulated therein, submitted in accordance with the Bidding Documents. E. The Base Bid is the sum stated in the Bid Form for which the Bidder offers to perform the Work described in the Bidding Documents as the base, to which Work may be added or from which Work may be deleted for sums stated in Alternate Bids. F. An Alternate Bid (or Alternate) is an amount stated in the Bid Form to be added to or deducted from the amount of the Base Bid if the corresponding change in the Work, as described in the Bidding Documents is accepted. G. A Unit Price is an amount stated in the Bid Form as a price per unit of measurement for materials, equipment or services or a portion of the Work as described in the Bidding Documents. Unit prices shall be used solely for the formulation of any change orders subsequently requested for the awarded contract. H. A Bidder is a person or entity who submits a Bid and who meets the requirements set forth in the Bidding Documents. I. A Sub-Bidder is a person or entity who submits a bid to a Bidder for materials, equipment or labor for a portion of the Work. 1.03 Bidding Documents A. Bidders may obtain only complete sets of the plans and specifications of the Bidding Documents at the offices of Alpha Associates, Inc. 209 Prairie Ave., Morgantown, WV 26501, 304-296-8216. A non-refundable fee of $85.00. One set of Bound documents and one CD shall be $85 combined. If they require shipping there will be an additional $15.00 fee. Please make checks payable to Alpha Associates, Inc. or to pay with credit card; log on to www.thinkalphafirst.com. B. All interested parties may refer to documents on file at a location as identified below. C. Bidders shall use complete sets of Bidding Documents in preparing Bids: neither the Owner nor Architect assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. D. The Owner and Architect make copies of the Bidding Documents available on the above terms for the purpose of obtaining Bids on the Work. No license or grant of use is conferred by issuance of copies of the Bidding Documents. E. Plans and Specifications may be examined at the following locations Alpha Associates, Inc. 209 Prairie Ave. Morgantown, WV 26501 304-296-8216 03/20/2018 000100 - Page 2

1.04 Addenda: Contractors Association of West Virginia 2114 Kanawha Boulevard East Charleston, West Virginia 25311 Phone: 304-342-1166 Fax: 304-342-1074 Construction Employers Association NCWV 2794 White Hall Blvd White Hall, WV 26554 Phone: 304-367-1290 Fax: 304-367-0126 Pittsburg Builders Exchange 1813 N. Franklin Street Pittsburg, PA 15233 Phone: 412-922-4200 Fax: 412-928-9406 Parkersburg Marietta Contractors Association 4424 Emerson Avenue Parkersburg, WV 26104 Phone: 304-485-6485 Fax: 304-428-7622 Ohio Valley Construction Employers Council 21 Armory Drive Wheeling, WV 26003 Phone: 304-242-0520 Fax: 304-242-7261 A. Copies of Addenda may be made available where Bidding Documents are on file for inspection. 1.05 Bidder s Representations A. By submitting a Bid, the Bidder represents that: 1. The Bidder and all subcontractors the Bidder intends to use have carefully and thoroughly reviewed the Bidding Documents and have found them complete and free from ambiguities and sufficient for the purpose intended. 2. The Bidder has visited the site, and is fully acquainted with all conditions which will affect the performance of the Contract including provisions for delivery, rigging, storage and other requirements. The contractors bid shall be presumed to be based upon such examination. 3. The Bid is based upon the materials, equipment and systems required by the Bidding Documents without exception. 03/20/2018 000100 - Page 3

4. The Bidder and all workers, employees and subcontractors the Bidder intends to use are skilled and experienced in the type of construction represented by the Bidding Documents. 5. The Bid is based solely upon the Bidding Documents, including properly issued written addenda, and not upon any other written representation. 6. Neither the Bidder nor any of the Bidder s employees, agents, intended suppliers or subcontractors have relied upon any verbal representatives from the Owner, or the Owner s employees or agents including architects, engineers or consultants, in assembling the Bid figure. 1.06 List of Proposed Subcontractor and Equipment/Material Suppliers A. The Successful Bidder shall submit a listing of all subcontractors and all major equipment/ material suppliers (along with the contractor s license number for each subcontractor as required by the West Virginia Contractor Licensing Act ) proposed for each major branch of work, to the Owner within ten (10) business days of award of the Contract. Only one subcontractor or equipment/material supplier may be listed for each area of work. B. Should it develop that any of the equipment or materials named do not meet the requirements and intent of the Contract Documents, the Bidder shall be required to furnish to the Owner other materials or equipment fully complying with the specifications at no change in contract price. Preliminary review and acceptance of the listing provided shall not relieve the Contractor from furnishing equipment and materials in complete accordance with the specifications. 1.07 Qualification Statement A. The qualified Contractor shall have completed a minimum of three (3) projects of similar scope. All bidders shall include at least three (3) references indicating their capabilities to perform such work. References should include the name, location, ownership, and use of the building in addition to the name, address and telephone number of a contact person with the building s owner familiar with the work completed by the Contractor. The Proposal Form includes a section in which these references should be listed. 1.08 Contract Time & Liquidated Damages A. The Successful Bidder, as a condition of the Contract, agrees that all Work is to be Substantially Complete Thirty (30) calendar days prior to the Final Completion Date established in the pre-bid meeting. Project completion deadline is 120 days from the date of the issuance of the Notice to Proceed. B. Work is subject to liquidated damages of $1000 per day. 1.09 Brand Name Specifications A. All references in the Project Manual and Drawings to brand or manufacturer specific items are included only to establish a quality level for materials, products or equipment provided to fulfill the Contract, and thus should be considered to be followed by the words, or equal. 1.10 Award of Contract A. The Bidder will note that Bids consist of the Base Bid and may also include several related unit prices, all comprising items that will form the contract as a whole. The Owner intends to award the contract on the basis of the Base Bid. B. The Contract shall be deemed as having been awarded only upon execution of the approved, signed purchase order by the City of Morgantown. 03/20/2018 000100 - Page 4

1.11 Form of Agreement between Owner and Contractor A. The Agreement for the Work shall be written on AIA Document A101 2017, Standard Form of Agreement between Owner and Contractor (where the basis of payment is a Stipulated Sum) including the General Terms and Conditions provided in the A201-2017 General Conditions of the Contract for Construction. END OF DOCUMENT 000100 03/20/2018 000100 - Page 5