ENGINEERING BUILDING ROOF REPLACEMENT

Similar documents
Bidders shall acknowledge receipt of this Addendum in writing on his Proposal Form.

Town of Atkinson, New Hampshire INVITATION TO BID. Town Garage Roof Replacement Issued: June 30, 2015

INVITATION TO BID FIRE STATION ROOF REPLACEMENT

SECTION ASPHALT SHINGLE ROOFING SYSTEMS. Display hidden notes to specifier by using "Tools"/"Options"/"View"/"Hidden Text".

Addendum 1 Residential Reroofing at Multiple Public Housing Developments. Town of Chapel Hill, NC ZAKIA ALAM, PURCHASING & CONTRACTS MANAGER

, , , , Randazzo Ave, Modesto, CA Roofing Replacement

Addendum No. TWO Date:

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA

ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS Replace Aboveground Fuel Tanks Saint Clair County MidAmerica Saint Louis Airport

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

Main Building Auditorium

revisions to project manual Bid Form: Added deduct alternate 07. Refer to written responses below for explanation.

City of Jacksonville Finance Department

INVITATION TO BID CITY OF HOPKINSVILLE

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

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

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

Itt UNITE EDUCATE EMPOWER. SAN JUAN school

Proposals will be due on Wednesday, September 12, 2012 at 2:00 p.m.

DEAN + TYLER + BURNS ARCHITECTURE

REQUEST FOR QUALIFICATIONS

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

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

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT

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

Mourfield Avenue Apartments Roofing Replacement 3569, 3579, 3589, and 3599 Mourfield Avenue, Stockton, CA 95206

RESIDENTIAL RE-ROOFING PERMIT APPLICATION

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

Finance & Technology Administrator (815) ext 223

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

ADDENDUM NO. 3 February 28, 2017

City of Eagle Point 2017 Paving Instruction to Bidders

Attachment A Repair Knee Brace on High Arch Salt Building Fayette County, Mill Run Stockpile #24 Project # Building #PA

ADDENDUM # 2 LOUISA COUNTY PUBLIC LIBRARY ROOF REPLACEMENT PROJECT IFB# GS-18-02

SECTION SUPPLEMENTARY GENERAL CONDITIONS

HUNTLEY COMMUNITY SCHOOL DISTRICT 158 Addendum No. 5 to the Specifications for Roof Systems Replacement and Repairs BID# /24/17

SECTION 1 - ETHYLENE-PROPYLENE-DIENE-MONOMER (EPDM) ROOFING

BOONE COUNTY PUBLIC LIBRARY (859) 342-BOOK (2665)

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

Bidding Conditions Attachment C

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

INSTRUCTIONS TO BIDDERS

Request for Bids Capital Region Airport Authority

Viewing Jobsite (non-mandatory): 2:00 P.M. on Monday, June 6, 2016 Due Date for Quotes: 3:00 P.M. on Friday, June 10, 2016

SECTION SELF-ADHERED WATER-RESISTIVE ROOF UNDERLAYMENT

ROOFING EPDM ELASTOMERIC SHEET ROOFING FULLY ADHERED- CONVENTIONAL

NFL Building Sloped Roof Replacement

ATTACHMENT A. Bid # 6793

BID ADDENDUM. 1 of 1. State Project No: H27-Z381 ADDENDUM NO.: PROJECT NAME: 1600 Hampton St. Building Roof Replacement

SLATE ROOFING INSTALLATION PROPOSAL [Last updated 10/08/2017]

CITY OF FEDERAL WAY REQUEST FOR PROPOSAL

REQUEST FOR QUOTATION

ROOF MITIGATION STRUCTURE EVALUATION FORM. For Single Family Residential Re-Roof Effective October 1, 2007 (Revised February 2, 2018)

SECTION THERMOPLASTIC POLYOLEFIN (TPO) ROOFING PART 1 - GENERAL 1.1 RELATED DOCUMENTS

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

CITY OF MARSHALL, MINNESOTA

REQUEST FOR QUALIFICATIONS

Request for Bids Chatham Community Library Entrance Canopy Replacement

INVITATION FOR BID #2 FUEL OIL

SECTION SLOPED TRANSLUCENT METAL SKYLIGHT SYSTEM

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

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

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

REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO

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

University of New Hampshire Scholars' Repository

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

Wesleyan University 1.1 RELATED INFORMATION, DOCUMENTS AND REQUIREMENTS

Fast Track Residential Re Roof Permit Checklist

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

SECTION METAL ROOF AND SOFFIT PANELS

SECTION CLAY BARREL TILE ROOFING. A. American Society for Testing and Materials (ASTM):

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTE ( RFQ )

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

CS-100 Guide Specifications

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

SECTION MODIFIED BITUMINOUS MEMBRANE ROOFING Peel & Roof

STONE COATED METAL ROOF SHINGLE

SSL-175. Specifications

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

REQUEST FOR PROPOSAL

SEND ALL PROPOSALS DIRECTLY TO THE ADDRESS SHOWN BELOW.

SECTION CONCRETE ROOF TILE

DOCUMENT POST BID INTERVIEW

MIDAMERICA ST. LOUIS AIRPORT Passenger Terminal and Loading Bridge Improvements AIP Project XXX

INVITATION FOR BID Medical Supplies 2016

NRM-7000 Guide Specifications

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

SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO NOTICE TO CONTRACTORS

CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO

Scope of Repair Davenport Grade School Roof Repair

CITY OF HOPKINSVILLE

COLQUITT COUNTY BOARD OF COMMISSIONERS 101 East Central Avenue

NOTICE TO HOME IMPROVEMENT CONTRACTORS INVITATION TO BID Project # Housing Rehabilitation Shelby County, Tennessee

Shingle specifications should be similar to TAMKO Heritage.

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

CITY OF ADA, PURCHASING 512 North Stockton Street Ada, Oklahoma / x256 Fax 580/ BID NOTICE

Request For Proposals

SECTION BID FORM

Transcription:

ENGINEERING BUILDING ROOF REPLACEMENT SOLICITATION NO. 2017-06 March 13, 2017 St. Clair County, Illinois, through the Public Building Commission (herein after referred to as OWNER ), hereby gives notice that bids will be received from qualified vendors for replacing the asphalt shingle roof on the MidAmerica Airport Department of Engineering & Planning Building, located at 9768 Airport Blvd. The Airport s Department of Engineering & Planning (BLV E&P) will serve as the OWNER S Representative for this project. St. Clair County promotes equal opportunities and encourages participation by Disadvantage Business Enterprise and Small Business firms. I. SCOPE OF SERVICES: A. This contract shall generally include the following items. 1. Remove existing asphalt shingle roof. 2. Replace sheathing as necessary (on a unit cost basis per alternate unit costs). 3. Install new asphalt saturated felt, ridge vent, drip edge, and asphalt shingles. 4. Perform all incidental work necessary to complete previous items. B. Detailed work requirements are defined in Section X. II. BIDDING PROCEDURE A. Bids shall be submitted to BLV E&P via hard copy to the address listed on the bid form. B. Technical questions may be sent to BLV E&P via email to Purchasing Contact, Alice Tejada at alice.tejada@flymidamerica.com. C. The site is open to the public for visit. However, due to Airport security and availability of personnel, please contact BLV E&P at 618.566.5321 to schedule a time for a site visit between the hours of 8:00 AM (local time) and 3:00 PM (local time). D. Bids are due no later than 2:30pm (local time) on 03/27/17. Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. Bids received after the time and date for receipt of Bids will not be considered. E. Where so indicated by the makeup of the Bid Form, sums shall be expressed in both words and figures, and in case of discrepancy between the two, the amount written in words shall govern. F. The Bidder pledges to enter into a Contract with the OWNER on the terms stated in the Bid. The Contract will be based on AIA A105 (Standard Form Of Agreement Between Owner And Contractor For A Residential Or Small Commercial Project). III. MODIFICATION OR WITHDRAWAL OF BID A. A Bid may not be modified, withdrawn or canceled by the Bidder during the stipulated time period following the time and date designated for the receipt of Bids. Each Bidder so agrees in submitting a Bid. B. Prior to the time and date designated for receipt of Bids, any Bid submitted may be modified or withdrawn by notice to the party receiving Bids at the place designated for receipt of Bids. Such notice shall be in writing over the signature of the Bidder. C. Withdrawn Bids may be resubmitted up to the date and time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. IV. REJECTION OF BID A. OWNER shall have the right to reject any or all Bids. A Bid not accompanied by any required Bid security or by other data required by the Bidding Documents, or a Bid which is in any way incomplete or irregular is subject to rejection. V. ACCEPTANCE OF BID (AWARD) A. It is the intent of the OWNER to award a Contract to the lowest responsive, responsible Bidder. B. The OWNER shall have the right to waive informalities and irregularities in a bid received and to accept the Bid which, in the OWNER'S judgment, is in the OWNER'S own best interests. C. OWNER shall have the right to reject any unit prices for additions to or deductions from the Work as given in the Bid, if the prices are considered excessive or unreasonable, or to accept any unit prices which may be considered fair and reasonable. D. In evaluating Bids, OWNER will consider the qualifications of Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, supplemental prices and other data as may be requested in the Bid Form or prior to the Notice of Award. Solicitation No. 2017-06 Page 1 of 3

E. OWNER may conduct such investigations as OWNER deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of the Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to OWNER'S satisfaction within the prescribed time. F. Discrepancies between the indicated sum of a column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. VI. BOND REQUIREMENTS A. No bid security required. B. The Bidder to whom a Contract is awarded shall be required to furnish both a Performance Bond and Payment Bond for 100% of the Contract Price for each of the above Bonds, in accordance with the requirements of the Contract Documents. VII. WAGE RATES: A. It is stipulated by all parties to this contract that the prevailing rate of wages are revised from time to time by the Department of Labor of the State of Illinois and that such revisions are available on the Department of Labor official website. Any contractors are hereby notified that they are required to check with the Department of Labor official website for any rate changes. VIII. INSURANCE REQUIREMENTS A. Comply with St. Clair County Standard Insurance Certificate Requirements attached as Appendix A with the following additional requirements: 1. The certificates of insurance shall plainly designate the name of the project for which the certificate is required. 2. The Contractor and the subcontractor(s) must submit required insurance certificates within ten days of award. IX. POST-BID INFORMATION A. Complete MidAmerica St. Louis Airport s Vendor/Contractor packet (includes Vendor/Contractor Profile form and W-9). B. Submit certificates of insurance (as detailed in Section VIII). C. Submit list of subcontractors (if no subcontractors, submit list stating none ). X. DETAILED WORK REQUIREMENTS A. General 1. The CONTRACTOR shall provide 48 hours notice to the OWNER prior to starting work on any portion of the project. 2. All work shall be performed during normal business hours and observed by the OWNER, unless otherwise authorized by the OWNER. B. OWNER Provided Services 1. CONTRACTOR may use electricity available at the Engineering Dept. at no cost to the Contractor. 2. CONTRACTOR may use restrooms in building. Any misuse of facilities will be grounds for revocation of this privilege. C. Schedule: All work to be completed within 10 calendar days of the Notice to Proceed. D. Safety 1. The CONTRACTOR shall perform all work in a safe manner and comply with any applicable safety requirements. 2. The OWNER is not responsible for the CONTRACTOR S safety. 3. Contractor shall comply with the MidAmerica St Louis Airport Construction Safety Manual. The Construction Safety Manual is available on www.flymidamerica.com. E. Security 1. All work will take place on MidAmerica St. Louis Airport outside of any secured areas. F. Submittals 1. Product Data: All materials. 2. Warranty. G. Products 1. Sheathing, if necessary, shall be ½ exterior APA rated sheathing with span rating 32/16, with 1 ply clip per span. 2. Asphalt Shingles a) Colors, Blends, and Patterns: Owens Corning Classic, Weathered Wood color or equal. b) Square-Tab, Fiberglass Strip Shingles: Mineral-surfaced, self-sealing, 3-tab, fiber glass-based asphalt shingles complying with ASTM specifications E 108 Class A or UL 790 Class A, D 3462, D 3161 or UL 997, D 3018 Type 1, ASTM D 228, ICBO ES ER 5443. c) Owens Corning Supreme AR or approved equal. d) Hip and Ridge Shingles: Manufacturer's standard, factory-precut units to match asphalt shingles. Solicitation No. 2017-06 Page 2 of 3

3. Asphalt Felt Underlayment: Non-perforated, Type I, No. 15, asphalt saturated felt complying with ASTM D 226, ASTM D 4869, or ASTM D 6757 4. Asphalt Roofing Cement: ASTM D 4869 Type I or II Standard Specification for Asphalt Roof Cement, Asbestos-Free. 5. Fasteners: Provide fasteners according to manufacturer s recommendations. 6. Metal Trim And Flashing a) Sheet Metal Materials: Furnish the following sheet metal materials: (1) Aluminum Sheets: ASTM B 209, alloy 3003 H14 with mill finish, minimum 0.024 inch thick, unless otherwise indicated. b) Metal Drip Edge: Brake-formed sheet metal or equivalent with at least a 2-inch roof deck flange and a 1-1/2-inch fascia flange with a 3/8-inch (9.6-mm) drip at lower edge. Furnish the following material in lengths of 8 or 10 feet. (1) Material: Aluminum sheets. c) Metal Flashing: Job-cut to sizes and configurations required. (1) Material: Aluminum sheets. 7. Ridge Vent: Ridge vent to be VentSure 4 Rigid Strip Externally Baffled Ridge Vent by Owens Corning or approved equal. 8. Gutters and downspouts (alternate): a) Match existing. 9. Aluminum soffit (vented) and fascia (alternate). H. Preparation and Cleanup 1. Contractor must remove any obstacles necessary to perform work prior to commencing work and return these items to their original condition upon completion of work. 2. Contractor to protect all surfaces which may be damaged by performing work. 3. Contractor is responsible for removal and disposal of all construction waste and debris. 4. Contractor to clean up all debris at the end of each work day, including a thorough sweep of entire job area to ensure that no objects remain in the grass around the building, on the driveway, or on the adjacent street. I. Demolition 1. Remove all existing materials to be replaced. 2. Inspect wood sheathing to determine if any wood must be replaced. Inspection must be a joint inspection with Owner. Should sheathing materials require replacement, Contractor must coordinate with Owner s representative to measure and document the quantity of materials replaced. J. Installation 1. Comply with manufacturer's instructions and recommendations but not less than those recommended by ARMA's "Residential Asphalt Roofing Manual" or "The NRCA Steep Roofing Manual." 2. Comply with all local building codes. 3. Weather Limitations a) Proceed with installing asphalt shingles only when existing and forecasted weather conditions will permit work to be performed according to manufacturers' recommendations and warranty requirements, and when substrate is completely dry. b) Protect building from weather conditions which may occur prior to the completion of the roof. K. Warranty 1. General Warranty: All work shall be generally warranted for a period of one year from the date of Substantial Completion. 2. Special Warranty: Submit a written warranty signed by manufacturer agreeing to repair or replace asphalt shingles that fail in materials or workmanship within the specified warranty period. Failures include, but are not limited to, deformation or deterioration of asphalt shingles beyond normal weathering. a) Warranty Period: Manufacturer's standard but not less than 30 years after date of Substantial Completion. XI. APPENDICES A. BID FORM 1. Complete Bid Form in Appendix A. B. DRAWINGS 1. Site Plan C. ST. CLAIR COUNTY INSURANCE CERTIFICATE REQUIREMENTS *** END OF *** Solicitation No. 2017-06 Page 3 of 3

1. Site Plan 2. Building Sketch APPENDIX B DRAWINGS Solicitation No. 2017-06 B-1 APPENDIX B

VICINITY MAP Airport Blvd SITE MAP IL Route 4 Engineering Building (9768 Airport Blvd) LOCATION MAP