INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor

Similar documents
SCOPE OF WORK. Number FOR CHURCH MARQUEE PROJECT Dr. Julius R. Scruggs, Pastor

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

Architectural Services

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION FOR BID Bid #872 - Printing Services

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

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

Request for Quotation: S&E Door replacement

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

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

INVITATION FOR BID BID #1037 Parka and Softshell Coats

ADVERTISEMENT FOR DESIGN BUILDER PREQUALIFICATION

INVITATION TO BID (Request for Proposal)

ADVERTISEMENT FOR BIDS

LEVEL I PREQUALIFICATION DOCUMENTS

11/1/2016. Smoke detectors will be furnished by MHA and installed by contractor.

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

I N V I T A T I O N T O B I D City and Borough of Wrangell Premanufactured Restroom

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

School Risk Assessment

Main Building Auditorium

REQUEST FOR PROPOSALS OREGON CITY ANNEX FIBER OPTIC ENGINEERING & INSTALLATION. Date Due: Friday, September 8, Time Due: 4:00 p.m.

ADVERTISEMENT FOR BIDS

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater

REQUEST FOR PROPOSALS FOR AN INTEGRATED PROJECT DELIVERY METHOD UTILIZING DESIGN/BUILD GUARANTEED MAXIMUM PRICE (GMP) SERVICES

Finance & Technology Administrator (815) ext 223

LEVEL I PREQUALIFICATION DOCUMENTS COMPUTER SCIENCE ENGINEERING (CSE) ADDITION AND RENOVATION

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

INVITATION FOR BID IFB For: Record Storage Services. Notice to Prospective Bidders

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

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017

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

ADVERTISEMENT FOR BIDS

REQUEST FOR PROPOSALS LIBS PARK PLAYGROUND FOR CITY OF HASTINGS, NEBRASKA

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

Request For Proposal Of Printing and Design Services. Marketing Department

REQUEST FOR PROPOSAL GPS Fleet Tracking and Camera Monitoring

REQUEST FOR PROPOSALS

Interior Painting Artesi II & III Day Care Facilities at 777 & 333 W. Matthews Road

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

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

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

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

Construction Contract Basics

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

Dates/Times: p.m. Pacific Time.

INVITATION TO BID. WHATCOM COUNTY LIBRARY SYSTEM ADMINISTRATIVE SERVICES BUILDING REMODEL 5205 Northwest Drive, Bellingham, WA 98226

Request For Proposal (RFP) For Architectural/Design Services. Ski Hi Park Multi-Purpose Building

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

Request for Proposal Robstown Independent School District ERate

INVITATION FOR BIDS GROUNDS MAINTENANCE

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO.

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

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ PHONE (732)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320

REQUEST FOR PROPOSAL COMPENSATION & CLASSIFICATION STUDY

PUBLIC ANNOUNCEMENT REQUEST FOR DESIGN-BUILD SERVICES STATEMENTS OF QUALIFICATIONS (GREENVILLE CITY SCHOOL DISTRICT)

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

Document B252TM 2007

Request for Quote (RFQ) For. Brown County

Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15

Job Order Contracting (JOC) ITB JE Overview August 2016

Jetty and Revetment Repairs

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office.

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion

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

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

ADVERTISEMENT FOR PREQUALIFICATION FOR THE FOLLOWING BID PACKAGES

Addendum No. 1 Page 1 of 2

Document B101 TM. Standard Form of Agreement Between Owner and Architect

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Northwest Trek Core Area Fence Upgrade SWR BID NO. T Request for Bids

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax ,

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

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

DOCUMENT BID FORM - STIPULATED SUM

REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion

REQUEST FOR PROPOSAL SCRAP TIRE TRANSPORTATION AND RECYCLING FOR THE CARROLL-COLUMBIANA-HARRISON SOLID WASTE DISTRICT

Narrow Modular Pavers (NMP) for Mortar-Set Concrete Tiling Installations

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

INVITATION FOR BIDS PEST CONTROL SERVICES

Request for Qualifications Professional Services For. Wood Recycling Center Facility. Contract Number: C City of Chattanooga, Tennessee

REQUEST FOR PROPOSAL

Stand-up Fork Lift Bid #PR-09-07

House Doctor Consulting Services Application Package

NOTICE OF ADVERTISEMENT FOR BIDS. Furnishing and Delivery of 5kV Switchgear for Panora Municipal Electrical Utility Panora, Iowa, 50216

PROJECT DESCRIPTION. The project is the Spartan Complex Seismic Upgrade, San Jose, California.

HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico INVITATION TO BID. HMS Nutritional Services Milk

Hong Kong Science and Technology Parks Corporation

DATE: August 22, All Proposers

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017

Central Electricity Supply Utility of Odisha

REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013

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

INVITATION TO BID-NEW CONSTRUCTION

CITY OF PORTLAND, TEXAS

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT INVITATION TO BID NO. 16B-007

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date

Kelly Village Apartments 3118 Green Houston, Texas 77020

Transcription:

INVITATION FOR BIDS First Missionary Baptist Church The Church that is striving to become one of the most loving churches in all the world. 3509 Blue Spring Road, Huntsville, Alabama 35810 256-852-4318, phone ~ 256-852-5975, fax www.fmbc.org Dr. Julius R. Scruggs, Pastor IFB NO. 2013-10 FOR CDCA BATHROOMS/KITCHEN UPDATES 1

NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that sealed bids will be received in the office of First Missionary Baptist Church (FMBC) either by U.S. Postal Service addressed to its mailing address, 3509 Blue Spring Road, Huntsville, AL 35810, or by personal delivery to the church office at the Administrative Facility on or before Monday, November 4, 2013 Bids due by 4:30p.m. for the following: INVITATION FOR BID (IFB) NO. 2013-10 FMBC BATHROOMS/KITCHEN UPDATES FMBC seeks bids from qualified firms to provide construction services to include layout, removal, construction, utility relocation, painting, and clean-up for the complete-in-place renovation of four interior restrooms and one kitchen as instructed by the project manager. Proposals shall be enclosed in a sealed envelope marked IFB NO. 2013-10, FMBC BATHROOMS/KITCHEN UPDATES, and plainly endorsed with the Proposer s name and address. A Pre-Bid Meeting and Site Tour will be held in the Main Conference Room of the Administrative Facility Monday, October 28, 2013, at 5:00 p.m. Attendance at the Pre-Proposal Conference is not mandatory but is strongly recommended. Requests for modifications or clarifications of any requirement must be submitted in writing to the project manager by email at sammc@knology.net by Thursday, October 31, 2013. Contractor and any approved subcontractors shall hold such current and valid Contractor s Licenses as required by Alabama Law. Bids will be examined and reported to FMBC s Pastor, Church Administrator, Trustees and Official Board within 21 calendar days after the due date for receipt of proposals. FMBC reserves the right to reject any and all bids, or to waive any irregularities or informalities in any bid or in the bid procedure, or to extend the bid receipt date, or to cancel the IFB with or without cause. Each bidder will be notified of award of contract, if award is made. The IFB Documents are available for download on FMBC s website, www.fmbc.org. To download the documents, go to FMBC s website, click on Contract Opportunities, and select IFB NO. 2013-10. The IFB documents may also be obtained at the FMBC Administrative Facility, 3509 Blue Spring Road, Huntsville, AL 35810. For additional information, contact Carolyn A. Landry, Church Administrator, at 256-852-4318 or clandry@fmbc.org. Dr. Julius R. Scruggs, Pastor Date FIRST MISSIONARY BAPTIST CHURCH 2

INVITATION FOR BIDS FOR CDCA BATHROOMS/KITCHEN UPDATES IFB NO. 2013-10 1. INVITATION FOR BID 1.1. First Missionary Baptist Church (FMBC) invites Bids from qualified firms to provide construction services/work to include layout, removal, construction, utility relocation, complete painting, and clean-up for the complete-in-place renovation of four interior restrooms and one kitchen as instructed by the project manager. FMBC will award a lump-sum, one time contract; and reserves the right, at its sole discretion, to exercise break-up or partial awards. 2. BID TIME LINE 2.1. Listed below is the Bid Time Line that outlines pertinent dates of which the Proposers should make themselves aware: Thursday, October 24, 2013 IFB issued to public Monday, October 28, 2013 Pre Bid Meeting/Site Tour at 5:00 p.m. Thursday, October 31, 2013 Requests for clarification due Monday, November 4, 2013 Bids due by 4:30p.m. Friday, December 20, 2013 at 8:00 pm, Official start time of Notice to Proceed Friday, January 3, 2014 at 8:00 pm, project complete These dates are subject to revision at FMBC s discretion. 3. SUBMITTAL OF PROPOSALS 3.1. Pre-Bid Meeting and Site Tour - There will be a Pre-Bid Meeting and Site Tour prior to the Bid time. Members of FMBC staff, its Operation & Maintenance Committee, trustees, and the project manager will be available to answer general questions pertaining to the Bid and the specifications. Requests for Clarifications, Modifications, or Corrections of the Proposal Specifications - Any requests for clarifications, modifications, or corrections of the Proposal specifications shall be submitted in writing to the project manager by Thursday, October 31, 2013. Any interpretation, change, or correction of said specifications/drawings will be made by Addenda only, duly issued by the project manager. All oral modifications of these conditions or specifications are void and ineffective. 3.2. Bid Due Date - Bids must be received no later than Monday, November 4, 2013 by 4:30p.m. Bids received after the time and date specified will not be considered. FMBC is not responsible for proposals delayed for any reason. 3

3.2.1. Submission of a Bid shall constitute a firm offer to FMBC for ninety (90) calendar days from the submission deadline for Bids. 3.2.2. Bidders are requested to submit one original and two (2) hard copies of the Bids to FMBC. Bids should be submitted in a sealed envelope marked, IFB NO. 2013-10, FMBC BATHROOMS/KITCHEN RENOVATION, and plainly endorsed with Proposer s name and address. Bids will be sent or delivered to the following address: First Missionary Baptist Church 3509 Blue Spring Rd NW Huntsville, AL 35810 Attention: Carolyn A. Landry, Church Administrator 3.2.3. Should firms interested in submitting a Bid have questions regarding the required services, the contents of the bid documents, the selection procedures, or any other requirements, these questions should be directed to Sam McElroy at (256) 755-0050 or sammc@knology.net. 3.2.4. FMBC will review all Bids received and several finalists may be selected. These finalists may be invited to an oral interview. 3.3. Bid Documents - The following documents must be submitted with each Bid. 3.3.1. Bid 3.3.2. Bid Signature Form 3.3.3. Certificate of Insurance 3.3.4. Copy of License 3.3.5. List of Subcontractors 4. SCOPE OF SERVICES Under the general direction of the Facilities Manager and designated FMBC personnel, the Contractor shall provide professional support and assistance to accomplish the following: 4.1. GENERAL The Contractor shall furnish all construction services to include layout, removal, construction, utility relocation, complete painting, and clean-up for the complete-in-place renovation of four interior restrooms and one kitchen as instructed by the project manager. 4.1.1. All services/work shall be guaranteed by the contractor for three years and performed with the utmost professionalism in accordance with the best practices of the trade and horticultural procedures. Contractor must meet all City and State requirements. 4.1.2. The contractor shall be available for consultation from 8:00a.m. 5:00 p.m. Monday through Saturday, if necessary. 4

5. PLACE OF PERFORMANCE 5.1. The place of performance shall be FMBC church located at the following addresses: 5.1.1. 3509 Blue Spring Road, Huntsville, AL 35810 6. PERIOD OF PERFORMANCE 6.1. The completion of this project shall be prior to January 3, 2013 at 8:00 pm. Liquidated damages of $ 85.00 per hour shall apply. 7. PERFORMANCE REQUIREMENTS 7.1. Tile 7.1.1. Tile shall be installed with the utmost professionalism. Pattern and orientation shall be approved by the owner/project manager. All tile for bathrooms and kitchen will be purchased by the owner and made available at 3509 Blue Springs Road. Standard 13 X13 tile is expected in bathrooms for floor and walls. Bid shall include an alternate bid for overlay installation of tile on floor of each bathroom. Owner will supply tile only. All other materials, equipment, and workmanship shall be supplied by the contractor. 7.1.2. Quarry Tile will be provided by the owner for the CDCA kitchen in sizes 6 x6 or 8 X3. Existing wall tiles shall remain in kitchen with over grout and clean up only. 7.1.3. Labor for tile in bathroom shall be quoted in two manners. First, for complete removal of existing tile. Secondly, for overlay of existing tile in bathrooms floors. Tile in CDCA Kitchen floor shall be removed and replaced. All transition tiles shall be removed/replaced. 7.2. Thin-Set 7.2.1. Thin set shall be porcelain grade, polymer enriched. Color shall be selected by the contractor but cannot extend to within 1/8 inch of grout exterior. 7.3. Grout 7.3.1. Grout shall be polymer enriched, Sanded grade. Grout lines shall be 3/8 with use of approved locking spacers. Contractor shall include approved sealer admixture during grout placement. 7.4. Walls 7.4.1. Each bathroom shall have 39 inches of tile and approved PVC trim installed along the base and top of tile pattern. 7.4.2. Remainder of block walls shall be smooth textured to remove mortar lines and finished with knock-down finish and painted with an approved satin or semi-gloss paint. Color shall be selected by the project manager. 7.4.3. Existing tiles in kitchen walls shall remain. Remainder of kitchen walls shall be smooth textured to remove mortar lines. Existing sheetrock and blocks shall be knock-down finished and painted with an approved satin or semi-gloss paint. Color shall be selected by the project manager. 7.5. Ceilings 7.5.1. All ceilings tiles in bathrooms and kitchen shall remain. No upgrade to ceiling is required at this time. 5

7.6. Sinks/Fixtures 7.6.1. All bathroom sinks shall be replaced with approved granite tops and sinks. Existing bathrooms toilets may be retained if in good condition. 7.6.2. Kitchen hand-washing sink shall remain and be re-sealed. Draining Racks shall be replaced. 7.7. Separation Panels 7.7.1. All existing separation panels shall be removed and replaced with plastic panels of the quality and style in the existing main bath. 7.8 Clean up 7.7.2. Daily clean-up shall be performed by the contractor. Contractor shall maintain equipment and the site in a secure manner during construction. 7.7.3. Overall site clean-up shall be approved by the Pastor/Church Administrator prior to job completion. 8. CONTRACT PRICE 8.1. The contract price shall be a firm-fixed price (FFP). 8.2. The IFB shall follow the attached pricing breakdown sheet with individual cost for each pay item as provided. 8.3. All attached sheets must be complete and submitted with the bid. 8.4. The contractor shall propose a lump-sum contract price for achieving the total scope of the services specified in this IFB. 8.5. Listed pay items shall constitute payment in full. Any additional work, materials, or services required for a complete installation shall be non-pay items. 9. EVALUATION CRITERIA Lowest Cost Plus 9.1 FMBC will evaluate and award the contract based on lowest cost, experience, and/or membership preference. The evaluation criteria may consider past performance, cost and other factors such as minority owned business, timeliness, number of years in business, etc. 10. CONTRACT PAYMENTS 10.1. The contract payment shall be made in one total contract price, and disbursed within ten days upon receipt of the contractor s invoice and an acceptable level of service. 11. CONTRACTOR INVOICES 11.1. The contractor invoice shall be submitted to the following upon completion of services to the address below: First Missionary Baptist Church ATTN: Pastor/Church Administrator 3509 Blue Spring Rd Huntsville, AL 35810. 6

12. CONTRACT CHANGES 12.1. All alterations and/or amendments shall be approved in writing by mutual agreement of both parties. 12.2. Such agreements shall be signed by persons of the same authority as those signing the original contract. 13. INSURANCE 13.1. The contractor shall have adequate insurance coverage for this project, and a copy of the contractor s current Certificate of Insurance shall be included with the proposal. 14. PERMITS 14.1. The Contractor shall obtain and observe all required permits and post per any City or State requirements or DHR regulations. 15. CONTRACT EXECUTION 15.1. The contract shall be executed when signed by both parties. 16. CONTRACT TERMINATION 16.1. The contract may be terminated by the customer at any time should the contractor fail to perform the requirements of the contract in a satisfactory manner. 16.2. The contractor will be given a 1-day written notice of the customer s intent to terminate the contract. 16.3. The contractor will be given 1day, from the receipt of the notice of intent to terminate, to bring their performance to a satisfactory level. 16.4. The customer shall not incur any cost penalties as a result of the termination of this contract. 7