SECTION NOTICE TO BIDDERS

Similar documents
B. The Bid is made in compliance with the Bidding Documents.

AIA Document A701 TM 1997

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

INSTRUCTIONS TO BIDDERS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

INSTRUCTIONS TO BIDDERS

1 Exam Prep AIA A-701 Questions

INSTRUCTIONS TO BIDDERS

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS

INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS

Contract Documents & Construction Specifications BOARDWALK NORTHERN EXTENSION PROJECT

Invitation for Bid General Contractor for New Waterpark Attractions James Island County Park, Splash Zone & North Charleston Wannamaker

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

East Central College

INSTRUCTIONS TO BIDDERS

INVITATION TO BID CONSTRUCTION CONTRACT

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

Demolition of Water Ground Storage Tanks

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

INSTRUCTIONS TO BIDDERS

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

NOTICE INVITING SEALED BIDS Parking Lot Renovations

Bid No. B12/9768 February 2, 2012

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

CLOVIS MUNICIPAL SCHOOLS 1009 MAIN STREET, CLOVIS, NEW MEXICO

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID #

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

GRANT PUBLIC PROJECTS WORKS

Northwood Elementary School Door Replacement 818 W Lexington Avenue High Point, NC 27262

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INFORMATION FOR BIDDERS

UNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION INSTRUCTION TO BIDDERS TABLE OF CONTENTS

HVAC Remodel Second Floor North Center Building

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by:

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

University of California, Riverside Barn Expansion

INVITATION FOR BID. James Island County Park Primitive Campground Restroom Replacement IFB NO OCTOBER 30, 2018

SHARON CITY SCHOOL DISTRICT Sharon, PA

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

ADDENDUM #5 NIB #

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

South Madison Community School Corporation Project #1052 Pendleton Elementary School March 2014 Intermediate Renovation Phase II NOTICE TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

HARLAN MUNICIPAL UTILITIES

INSTRUCTIONS TO BIDDERS

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

PROPOSAL WATER PLANT LAB SCADA SYSTEM/AUTOMATION UPGRADE ASSUMPTION PARISH WATERWORKS DISTRICT NO. 1 NAPOLEONVILLE, ASSUMPTION PARISH, LOUISIANA

NOTICE TO CONTRACTORS CALLING FOR BIDS CITRUS COMMUNITY COLLEGE DISTRICT

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

COUNTY OF COLE JEFFERSON CITY, MISSOURI

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT

June 2017 BIDDING PROCEDURES No. 90

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL RFP #14-03

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

CONSTRUCTION CONTRACT DOCUMENTS MANUAL

CANOPY REPAIRS AT THE. C.B. LAMB ELEMENTARY SCHOOL 46 Schoolhouse Road Wrightstown, NJ 08562

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

ADVERTISEMENT FOR BIDS

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS

CITY OF GRAND HAVEN GRAND HAVEN, MICHIGAN DEPARTMENT OF PUBLIC WORKS WATER TREATMENT

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

ADVERTISEMENT FOR BIDS CSD NO. 158 BID # B CONSOLIDATED SCHOOL DISTRICT # ELEMENTARY SCHOOLS CARPET INSTALLATION

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

PROPOSAL REQUIREMENTS AND CONDITIONS

BIDDING AND CONSTRUCTION STANDARDS

DES MOINES PUBLIC SCHOOLS WRIGHT ELEMENTARY SCHOOL KITCHEN RENOVATION BID NO. B8183 APRIL 9, 2018 ADDENDUM NO. 1

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

REMOVAL AND REPLACEMENT OF PLAY SURFACE AT CREEKSIDE ELEMENTARY SCHOOL CONTRACT DOCUMENTS

PROJECT MANUAL INSTALLATION OF REPLACEMENT HVAC HEAT PUMPS AT TWO ELEMENTARY SCHOOLS BERRYESSA UNION SCHOOL DISTRICT

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID

REQUEST FOR PROPOSAL PROJECT MANUAL LOW Limestone and Granite Boulders Lake of the Woods Forest Preserve

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

Project Manual. For Glenloch Splash Pad And Pool Renovations

Table of Contents. State College of Florida, Manatee-Sarasota Bid Documents

Building Division Specifications and Contract Documents for the: COMMUNITY CENTER PLAYGROUND PROJECT PROJECT No

HILLSBOROUGH COUNTY AVIATION AUTHORITY PROJECT MANUAL. (Containing Bidding and Contract Requirements, and Specifications)

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

INSTRUCTIONS TO BIDDERS

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

WHITMAN COUNTY TRANSFER STATION PRECAST CONCRETE WALL PANEL REPLACEMENT PROJECT

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services.

Transcription:

SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa Community School Project will be received at the Maquoketa Community School, Administration Office, 612 S. Vermont Street, Maquoketa, IA, 52060 until 2:00 pm, September 20, 2018, after which time the bids will be publicly opened and read aloud. The project involves the construction of an addition to the existing high school building. The Base Bid is a 6,261 sq. ft. addition, which includes two classrooms, a shop, and related spaces. Construction consists of concrete footing and foundation, concrete slab on grade, wood frame structure, metal siding and roofing, finishes, HVAC, plumbing, electrical, special systems, and site improvements. There is an Alternate Bid of an 1,891 sq. ft. greenhouse. The Base Bid estimated construction cost is $1,250,000.00. The successful Bidder will be required to furnish a Performance Bond and Payment Bond in the amount equal to one hundred percent (100%) of the Contract Amount. On September 24, 2018, at 12:15 pm, at the Maquoketa Community School Board of Education Meeting at the Maquoketa Community School, School Board Room, 612 S. Vermont Street, Maquoketa, IA, the School Board of Education will review the Bids and consider the Award of Construction Contract. Bids shall be made out on the form furnished by the Architect, Skott & Anderson Architects, Mason City, IA. Contract Documents, comprised of the Project Manual and Drawings, may be viewed beginning August 31, 2018, at the Maquoketa Community School, Administration Office, 612 S. Vermont Street, Maquoketa, IA, or at the Architect s office, Skott & Anderson Architects, 2800 4 th St. SW, Suite, 6, Mason City, IA. Bidder may obtain a set of the Contract Documents by contacting Skott & Anderson Architects. There is a seventy-five dollar ($75.00) refundable deposit for the Contract Documents. The agreement between the Owner and Contractor shall be The Standard Form of Agreement between Owner and Contractor, where the basis of payment is a Stipulated Sum AIA Document A101-2017, as provided by the American Institute of Architects. Each Bid must be accompanied by Bid Security in separate envelopes by either: (1) a certified check, or a cashier s check drawn on an Iowa bank, or a bank chartered under the laws of the United states, in an amount of 5% of bid amount; or (2) a certified share draft drawn on a credit union in Iowa or chartered under the laws of the United States, in an amount of 5% of bid amount; or (3) a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the penal sum of 5% of bid amount. Bid Security shall be made payable to Maquoketa Community School. The bid security must not contain any conditions either in body or as an endorsement thereon. The bid security shall be forfeited to the Owner as liquidated damages in the event the successful bidder fails or refuses to enter into contract within ten (10) days after the award of contract and post bond satisfactory to the Owner insuring the faithful fulfillment of the contract and the maintenance of said work, if required, pursuant to the provisions of this notice and the other contract documents. Bidders shall not be permitted to withdraw their bids for a period of forty-five (45) days after the same are opened. No oral, facsimile, telegraphic or telephonic bids or modifications will be considered. Maquoketa Community School reserves the right to reject any or all bids, and to waive informalities and irregularities, and to accept the bid, including any alternate bids, and enter into such contract as shall be deemed in their best interests. END OF SECTION Maquoketa School Notice to Bidders Section 00 0030 - Page 1

SECTION 00 2000 INSTRUCTIONS TO BIDDERS PART 1 - DEFINITIONS 1.01 BIDDING DOCUMENTS Include the Bidding Requirements and the proposed Contract Documents. Requirements consist of the Advertisement for Bid, Instructions to Bidders, Supplementary Instructions to Bidders, the Bid Form, other sample bidding and contract forms. The proposed Contract Documents consists of the form of Agreement between the Owner and Contractor, Contract Terms & Conditions, Drawings, Specifications and all Addenda issued prior to execution of the Contract. 1.02 DEFINITIONS set forth in the Contract Terms & Conditions, or in other Contract Documents are applicable to the Bidding Documents. 1.03 ADDENDA are written or graphic instruments issued by the Architect prior to the execution of the contract that modify or interpret the Bidding Documents by additions, deletions, clarifications or correction. 1.04 A BID is a complete and properly signed proposal to do the Work for the sums stipulated therein, submitted in accordance with the Bidding Documents. 1.05 THE BASE BID is the sum stated in the Bid 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. 1.06 AN ALTERNATE BID (or Alternate) is an amount stated in the bid 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. 1.07 A UNIT PRICE is an amount stated in the Bid as a price per unit of measurement for materials, equipment or services or a portion of the Work as described in the Bidding Documents. 1.08 A BIDDER is a person or entity who submits a bid. 1.09 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. PART 2 NOTICE TO BIDDERS 2.01 GENERAL A. The project consists of, but is not limited to, an addition to the existing school building. Bids are to be received no later than 2:00 pm on September 20, 2018, and submitted at: Maquoketa Community School Administration Office 612 S. Vermont Street Maquoketa, IA 52060 B. The work will be accomplished under a Single Construction Contract to include: General Construction, Mechanical Construction and Electrical Construction. C. A Bid may not be modified, withdrawn or canceled by the Bidder for at least forty-five (45) days after the scheduled closing time for the receipt of bids, and each bidder so agrees in submitting a Bid. Maquoketa School Instructions to Bidders Section 00 2000 Page 1

D. The Contractor shall be responsible for paying and filling out the building permit application with the City of Maquoketa. E. Contractor shall secure and pay for any other permits and governmental fees, licenses and inspections necessary for the proper execution of the Contract and which are legally required at the time the bids are received. Contractor shall give all notices and comply with all laws, ordinances, rules, regulations and lawful orders of any public authority bearing on the performance of the Work. F. Indemnification - To fullest extent permitted by law, Contractor shall indemnify, hold harmless, and defend Owner and its agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from the performance of the Work. 2.02 THE BIDDER BY MAKING A BID REPRESENTS THAT: A. The Bidder has read and understands the Bidding Documents and the Bid is made in accordance therewith. B. The bidder has read and understands the Bidding Documents or contract documents, to the extent that such documentation relates to the Work for which the bid is submitted, for other portions of the Project, if any, being bid concurrently or presently under construction. C. The Bidder has visited the site, become familiar with local conditions under which the Work is to be performed and has correlated the bidder s personal observations with the requirements of the proposed Contract Documents. D. The Bid is based upon the materials, equipment and systems required by the bidding Documents without exception. PART 3 CONSTRUCTION TIME AND LIQUIDATED DAMAGES 3.01 CONSTRUCTION TIME A. The Agreement will stipulate the following: 1. On-site work shall commence no sooner than October 15, 2018, unless authorized by the Owner. 2. Substantial completion shall be achieved by July 12, 2019. 3. Final completion shall be achieved by July 26, 2019. 3.02 LIQUIDATED DAMAGES A. Liquidated damages shall be assessed to the Contractor for their failure to achieve the completion dates, as follows: 1. Substantial Completion: Contractor shall provide the Owner monetary damages of $1,000/day ($5,000/week) for failure to substantially complete the work by July 12, 2019. 2. Final Completion: Contractor shall provide the Owner additional monetary damages of $500/day ($2,500/week) for failure to fulfill final completion by July 26, 2019. 3. The completion dates and liquidated damages commencement dates may be reestablished by the Owner, due to changes in the work that prolong the Construction Schedule. PART 4 - BIDDING DOCUMENTS 4.01 COPIES A. Bidders may obtain complete sets of the Bidding Documents from Skott & Anderson Architects for $75.00 per set. General Contractors can receive up to one (1) set of Bidding Documents. Per Iowa Code Chapter 26.3, subsection 2, the deposit will be refunded to Bidders who submit a bona fide Bid and return the Bidding Documents in reusable condition within fourteen (14) calendar days after the award of the project. If the contract documents are not returned within the timeline and in a reusable condition, the Maquoketa School Instructions to Bidders Section 00 2000 Page 2

deposit shall be forfeited. 1. The cost of replacement of any missing or damaged documents will be deducted from the deposit. A bidder receiving a Contract award may retain the Bidding Documents and the bidders deposit will be refunded. B. Bidders may obtain an electronic file of the Bidding Documents at no cost upon request to the Architect. The Architect will not be responsible for errors or omissions in the electronic files due to electronic transmission. It is the Contractor s sole responsibility to verify the completeness of the Construction Documents electronic transmitted file. C. Contractor shall review the existing conditions to understand all the work involved. D. Bidders shall use complete sets of Bidding Documents in preparing Bids; neither the Owner nor the Architect assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. E. In making copies of the Bidding Documents available on the above terms, the Owner and the Architect do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use of the Bidding Documents. F. Plan holders will be posted on Skott & Anderson Architect s web site www.saarchitects.biz on a daily basis beginning no less than 10 days prior to bid date. 4.02 INTERPRETATION OR CORRECTION OF BIDDING DOCUMENT A. The Bidder shall carefully study and compare the Bidding Documents with each other, and with other work being bid concurrently or presently under construction to the extent that it relates to the Work for which the bid is submitted, shall examine the site and local conditions, and shall at once report to the Architect errors, inconsistencies or ambiguities discovered. B. Bidders and Sub-bidders requiring clarification or interpretation of the Bidding Documents shall make a written request which shall reach the Architect at least three business days prior to the date for receipt of Bids. C. Interpretations, corrections or changes of the Bidding Documents will be made by Addendum. Interpretations, corrections and changes of the Bidding Documents made in any other manner will not be binding, and Bidders shall not rely upon them. 4.03 QUESTIONS A. Questions regarding this bid should be directed to the Architect, Ed Wineinger, voice: 641-424-8689, e-mail: ewineinger@saarchitects.biz. 4.04 ADDENDA A. Addenda will be emailed or delivered to all who are known by the issuing office to have received a complete set of Bidding Documents. B. Copies of Addenda will be made available for inspection wherever Bidding Documents are on file for that purpose. C. No Addenda will be issued later than three days prior to the date for receipt of bids except an Addendum withdrawing the request for Bids or one that includes postponement of the date for receipt of Bids. D. Each Bidder shall ascertain prior to submitting his bid that he has received all Addenda issued, and the bidder shall acknowledge their receipt in his Bid. E. No extras will be authorized because of failure of the contractor to include work called for in the addendum in his bid. PART 5 BIDDING PROCEDURES 5.01 FORM AND STYLE OF BIDS A. Bids shall be submitted ONLY on the form included in the Bidding Documents, Specification Section 00 3000. B. All blanks on the Bid Form shall be filled in by typewriter or manually in ink. C. Where so indicted by the make-up 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 Maquoketa School Instructions to Bidders Section 00 2000 Page 3

shall govern. D. Interlineation, alterations or erasures must be initialed by the signer of the Bid. E. All requested Alternates shall be bid. If no change in the Base Bid is required, enter No Change. F. All requested Unit Costs shall be bid. G. Where two or more bids for designated portions of the Work have been requested, the Bidder may, without forfeiture of his bid security, state the Bidders refusal to accept award of less than the combination of Bids stipulated by the Bidder. The Bidder shall make no additional stipulations on the Bid Form nor qualify the Bid in any other manner. H. Each copy of the Bid shall include the legal name of the Bidder and a statement that the Bidder is a sole proprietor, a partnership, a corporation or some other legal entity. Each copy shall be signed by the person or persons legally authorized to bind the Bidder to a contract. A Bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A Bid submitted by an agent shall have a current power of attorney attached certifying the agent s authority to bind the Bidder. 5.02 BID A. BID 1. The Maquoketa Community School requests a price for the base bid work required to construct an addition to their existing building. See Specification Section 01 1019 for additional information. a. Price shall include all general, mechanical, and electrical construction required to perform the work. B. ALTERNATES 1. Alternate No. 1: Add the Greenhouse and related Work as described in the Contract Documents. 2. Alternate No. 2: Add wall wainscoting at Rooms No. 02, 03, and 11 as it relates to the Base Bid Work, and as described in the Contract Documents. 3. Alternate No. 3: Add wall wainscoting at Rooms No. 03, 11, and 13 as it relates to Alternate No. 1 Work, and as described in the Contract Documents. 4. Alternate No. 4: Add commercial kitchen at Room No. 05 as described in the Contract Documents. 5. Alternate No. 5: Add the water softener system as described in the Contract Documents. 5.03 BID SECURITY A. Each Bid shall be accompanied by and secured only by a cash deposit, cashier s check, certified check, or a bid bond. Bids accompanied and secured by any other form of bid security shall automatically be disqualified. B. Certified checks and cashier s checks shall be made payable to Maquoketa Community School. C. Bid Bonds shall be written on the form provided in the Bidding Documents, or on AIA Document A310, Bid Bond. The attorney-in-fact who executes the bond on behalf of the surety shall affix to the bond a certified and current copy of the power of attorney. D. Bid security shall be agreed upon as the measure of liquidated damages which the Owner will sustain by failure, neglect or refusal of bidder to deliver a signed contract stipulating performance of the work in unqualified compliance with contract documents within ten (10) days after notification of award of contract is given. E. Bid security when submitted in the form of either a cash deposit, cashier s check, or a certified check by any bidder except the three lowest bidders will be returned within fortyeight hours after opening. F. Bid security when retained will, if either a cash deposit, cashier s check, or a certified check, be returned within forty-eight hours after the contract and performance and payment bond of the successful bidder has been executed by the Owner. If the award process involves more than the bid holding time established in the Bidding Documents, those bidders whose securities are retained shall have the right to negotiate with the Maquoketa School Instructions to Bidders Section 00 2000 Page 4

Owner. 5.04 SUBMISSION OF BIDS A. Bid, the bid security, if any, and other documents required to be submitted with the Bid shall be enclosed in a sealed opaque envelope. The bid security shall be in a separate sealed envelope. The envelopes shall be addressed to the party receiving the Bids and shall be identified with the Project name, the Bidder s name and address. If the Bid is sent by mail, the sealed envelopes shall be enclosed in a separate mailing envelope with the notation Maquoketa Community School Agricultural Learning Center on the face thereof. B. Bids shall be deposited at the designated location prior to the time and date for receipt of Bids. Bids received after the time and date for receipt of Bids will be returned unopened. C. The Bidder shall assume full responsibility for timely delivery at the location designated for receipt of Bids. D. No facsimile bids will be accepted. Mail/ship or hand deliver only. 5.05 BIDDER STATUS FORM A. Along with their Bid, the Bidder shall submit the Bidder Status Form. See Section 00 3000 Bid Form. Failure to complete Bidder Status Form may result in the Bid being considered non-responsive and the Bid rejected. 5.06 SEX OFFENDER CERTIFICATION A. Along with their Bid, the Bidder shall submit a letter certifying the employment of registered sex offenders on the school s property. A sample letter is included after page 4 of the Bid Form. 5.07 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, and each bidder so agrees in submitting a Bid. B. Prior to the time and date designated for receipt of Bids, a 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 or by telegram; if by telegram, written confirmation over the signature of the Bidder shall be mailed and postmarked on or before the date and time set for receipt of Bids. A change shall be so worded as to not reveal the amount of the original Bid. C. Withdrawn Bids may be re-submitted up to the date and time designated for the receipt of Bids provided that they are fully in conformance with these Instructions to Bidders. D. Bid security shall be in an amount sufficient for the Bid as modified or resubmitted. 5.08 BID PREFERENCE A. All bidders shall certify their state or foreign country of residence by completing the official address section on the Bid Proposal Form. B. Nonresident bidders are advised that under Iowa law, resident bidders on public improvements are allowed a preference equal to the preference given or required by the state or foreign country in which the nonresident bidder is a resident. Resident Bidder means a person or firm authorized to transact business in this state, and having a place of business for transacting business at which it is and has conducted business for at least six months prior to the first advertisement for the public improvement and in the case of a corporation at least 50% of the common stock is owned by residents of this state. C. Nonresident bidders shall certify on the Form of Bid the resident preference given by their state or foreign country of residence. PART 6 CONSIDERATION OF BIDS 6.01 OPENING OF BIDS Maquoketa School Instructions to Bidders Section 00 2000 Page 5

A. Unless stated otherwise in the Notice to Bidders, the properly identified Bids received on time will be opened publicly and will be read aloud. An abstract of the Bid will be made available to Bidders. 6.02 REJECTION OF BIDS A. The Owner shall have the right to reject any or all Bids, reject a Bid not accompanied by a required bid security or by any other data required by the Bidding Documents, or reject a Bid which is in any way incomplete or irregular. 6.03 DISQUALIFICATION OF BIDDER(S) A. Any one (or more) of the following causes may be considered to be sufficient for disqualification of a bidder and the rejection of his bid: 1. Any evidence of collusion among bidders. 2. Incorrect use of the "Bid Form" as provided by the Architect. Incorrect use shall be defined as the changing or deletion of any part shown on said Bid Form. 3. Changes in the Bid after the opening of the bids will not be accepted. All questions regarding the progress of contract award shall be referred to the Architect. Refer to "Questions" in this section for further details. 4. Lack of expertise as shown by past work or uncompleted work under other contracts which, in the judgment of the Owner, might hinder or prevent the prompt completion of additional work if so awarded. 5. Lack of responsibility as revealed by either financial, experience or equipment statements, as submitted. 6. Being in arrears on existing contracts, in litigation with an Owner, or having defaulted on any previous contracts. 6.04 ACCEPTANCE OF A BID (AWARD) A. It is the intent of the Owner to award a Contract to the lowest responsive, responsible Bidder provided the Bid has been submitted in accordance with the requirements of the Bidding Documents and does not exceed the funds available. The Owner shall have the right to waive any informalities or irregularities in a Bid received and to accept the Bid, which in the Owner s judgment, is in the Owner s own best interest. B. The Owner shall have the right to accept Alternates in any order or combination, unless otherwise specifically provided in the Bidding Documents, and to determine the low Bidder on the basis of the sum of the Base Bid and the Alternates accepted. C. The Owner intends to meet at their regularly scheduled School Board meeting held on September 24, 2018, at 12:15 pm to consider award of the Construction Contract. PART 7 POST-BID INFORMATION 7.01 CONTRACTOR S QUALIFICATION STATEMENT A. To enable the Owner to evaluate the competency and financial responsibility of the Contractor, the successful bidder shall, when requested by the Owner, furnish the following information, which shall be sworn to under oath by him or by a properly authorized representative of the bidder: 1. The address and description of the bidder s plant location and place of business. 2. The name and/or articles of any co-partnership or incorporation. 3. Itemized list of all equipment available for use on the project. 4. Contractor will furnish a financial statement upon request of the Owner. Statement is to be valid and current. The Owner can request, at his option, further verification of any part of said statement. 5. The Owner may request such additional information, as may be required, which will satisfy the Owner of the bidders technical experience in the field(s) necessary for the successful completion of this project. 6. Sufficient documents to insure that the Contractor is in compliance with the current Fair Employment Practice requirement of the Owner. Maquoketa School Instructions to Bidders Section 00 2000 Page 6

7.02 OWNER S FINANCIAL CAPABILITY A. The Owner shall, at the request of the Bidder to whom award of the contract is under consideration and no later than seven days prior to the expiration of the time for withdrawal of Bids, furnish to the Bidder reasonable evidence that financial arrangements have been made to fulfill the Owner s obligations under the Contract. Unless such reasonable evidence is furnished, the Bidder will not be required to execute the Agreement between the Owner and Contractor. 7.03 SUBMITTALS A. The Bidder shall, as soon as practicable after notification of selection for the award of a Contract, furnish to the Owner through the Architect in writing: 1. A designation of the Work to be performed with the Bidder s own forces. 2. Names of the manufacturers, products and the suppliers of principal items or systems of material and equipment proposed for the Work. 3. Names of persons or entities (including those who are to furnish materials and equipment fabricated to a special design) proposed for the principal portions of the Work. B. The Bidder will be required to establish to the satisfaction of the Architect and the Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the Work described in the Bidding Documents. C. Prior to the award of the Contract, the Architect will notify the Bidder in writing if either the Owner or the Architect, after due investigation, has reasonable objection to any person or entity proposed by the Bidder. If the Owner or Architect has reasonable objection to any such proposed person or entity, the Bidder may, at the Bidder s option, (1) withdraw his Bid, or (2) submit an acceptable substitute person or entity with an adjustment in the Base Bid or Alternate Bid to cover the difference in cost occasioned by such substitution. The Owner may accept the adjusted bid price or disqualify the Bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited. D. Person and entities proposed by the Bidder and to whom the Owner and the Architect have made no reasonable objection must be used on the Work for which they were proposed and shall not be changed except with the written consent of the Owner and Architect. PART 8 PERFORMANCE BOND, PAYMENT BOND AND CERTIFICATE OF INSURANCE 8.01 BOND REQUIREMENTS A. The Bidder shall furnish bonds covering the faithful performance of the contract and the payment of all obligations arising there-under and shall cover a period of (2) two years after the date of substantial completion. Bonds may be secured through the Bidder s usual sources. B. The cost shall be included in the bid. If the furnishing of such bonds is required after receipt of bids and before execution of the Contract, the cost of such bonds shall be added to the bid in determining the Contract Sum. C. If the owner required that bonds be secured from other than the Bidder s usual sources, changes in cost will be adjusted as provided in the Contract Documents. D. Unless otherwise provided, the Bonds shall be written on AIA Document A312, Performance Bond Payment Bond. Both Bonds shall be written in the amount of the Contract Sum. E. The Bidder shall require the attorney-in-fact who executes the required Bonds on behalf of the surety to affix thereto a certified and current copy of his power of attorney. 8.03 CERTIFICATE OF INSURANCE A. The Bidder shall furnish liability insurance as identified in Specification Section 00 8000 Supplementary Conditions under Article 11. All insurance coverages noted in under the article shall be clearly identified in the Certificate of Insurance provided by the Bidder. No Maquoketa School Instructions to Bidders Section 00 2000 Page 7

exceptions will be allowed. 1. The document shall be submitted as identified in Part 9 of the Instruction to Bidders. PART 9 - FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR 9.01 FORM TO BE USED A. Unless otherwise required in the Bidding Documents, the Agreement for the Work will be written on AIA Document A101, Standard Form of Agreement between Owner and Contractor where the Basis of Payment is a Stipulated Sum. B. Three copies of the contract shall be prepared and signed with the Owner, Contractor, and Architect each retaining a copy for their records. 9.02 TIME OF DELIVERY AND FORM OF PERFORMANCE AND PAYMENT BONDS A. The Bonds shall be dated on the date of the Contract. B. The Bidder shall deliver three copies of each required Performance Bond and Payment Bond to the Owner not later than seven days following the date of award of the contract. If requested, a copy of the approved resolution and draft of contract shall be forwarded to the contractor for their bonding company use. 1. The contractor shall sign the contract and provide it with the bonds to the Architect no later than ten days from award of contract. The Owner shall act on the contract and bonds at their next scheduled meeting. 2. Payment for Bonds can be processed with the first payment application. 9.03 TIME OF DELIVERY OF CERTIFICATE OF INSURANCE A. The Certificate of Insurance coverage period shall be current as of the date of the Contract. The Contractor shall issue a new Certificate of Insurance immediately upon expiration date. B. The Certificate of Insurance shall be included with each copy of the contract. PART 10 CONTRACT DOCUMENT INFORMATION 10.01 EXAMINATION OF DOCUMENTS AND SITE VISIT A. Bidders shall carefully examine the Bidding Documents and visit the construction site to obtain first-hand knowledge of existing conditions. Requests for extra payments will not be allowed for conditions that could have been determined by examining bidding documents and existing conditions for related work under other contracts as it may pertain to their work. B. Following the distribution of these specifications all contractors are invited to attend a Pre-bid Meeting to inspect the job site and to insure comprehension of the specifications. There shall only be one Pre-bid Meeting. 1. The Pre-bid Meeting shall be held at Maquoketa Community School, 612 S. Vermont Street, Maquoketa, Iowa on September 12, 2018, at 2:00 P.M. 2. The Pre-bid Meeting is not mandatory. 10.02 SUB-CONTRACTOR LIST A. As a part of the Bid, complete the Subcontractors Listing, page 3 of the Bid Form. 10.03 PRE-CONSTRUCTION MEETING A. The pre-construction meeting shall be held prior to the start of the project. This meeting shall include the Contractor, Owner s representative, Architect, Engineer, and any applicable contractor impacting the scheduling and sequencing of work. The condition of the buildings and grounds areas shall be recorded, and the Contractor shall be responsible for the correction and/or repair of any additional damage to the facilities resulting from the related project. Any existing conditions shall be so noted during this meeting and said conditions shall be submitted by the Consultant in writing to the Maquoketa School Instructions to Bidders Section 00 2000 Page 8

Owner s representative 10.04 PAYMENT SCHEDULE A. The Contractor shall submit Application for Payment to the Architect by approximately the last day of each month or per cut-off dates established by the Owner based on scheduled School Board meetings. Work completed for payment shall be to and from the last day of each month. The Owner shall act on application for payment on the schedule board meeting of the following month, and payment shall be made by the last day of that month. 10.05 CONTRACTOR S CERTIFICATION A. Non-asbestos certification: At the end of the project, the Contractor shall submit a letter to the Architect, addressed to the Owner, stating that no material containing asbestos has been used in the construction of this project. 10.06 SALES TAX A. Per Iowa Law HF2622, the Owners have chosen the option of issuing sales tax exemption certificates to the contractors and subcontractors associated with the project. The Owner shall issue tax exemption certificates and authorization letters to the contractors and subcontractors and notify the Iowa Department of Revenue and Finance to whom these items were issued. 1. The contractor shall assist in identifying subcontractors to the letting authority. 2. Contractors and subcontractors will only receive certificates from contracting authorities for a specific project. 3. Contractors and subcontractors may make copies of the certificates and give them to each supplier providing construction materials. 4. Any material purchases tax-free and not used in the contract is subject to a contractor use tax in the quarter purchased. 5. Misuse of certificates by a contractor or subcontractor could result in civil or criminal penalties. 6. Requirements for material suppliers: a. If presented with a certificate by a contractor or subcontractor, they are not to charge the tax. b. A certificate does not need to be provided for each purchase related to a specific job. They are to keep a copy in their records in case of an audit. 10.07 ENVIRONMENT PERMITS A. Contractor shall be responsible for filing, paying fees, acquiring, administering and fulfilling all City of Maquoketa, Jackson County, State of Iowa, and Federal permits for all aspects of the project. END OF SECTION Maquoketa School Instructions to Bidders Section 00 2000 Page 9