PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

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

BID NO Troy School District

Request for Proposal Chromebook Carts. Sault Sainte Marie Area Public Schools

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

BID NO be obtained. must be Rankin. no later. subsequently. addressed or. part; to. make awards. District, Troy, MI 48083

Invitation to Bid. East/West Technology - Asbestos Abatement

AIA Document A701 TM 1997

BERRIEN COUNTY ROAD DEPARTMENT

INVITATION PLEASE REFER TO BID NO TO BID

DELTON KELLOGG SCHOOLS 327 N. Grove Street Delton, MI, 49046

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

Invitation to Bid. Lease of Farm Land on Dixon Road Dixon Road, Dundee Township. Approximately 93.5 Acres of Farmable Land

Document A701 TM. Instructions to Bidders

PROJECT Boiler System Replacement Technology Center

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

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

INVITATION TO BID BID NO WEIGHT ROOM EQUIPMENT FOR TROY SCHOOL DISTRICT

TCL&P Facilities HVAC Improvements (specifications attached)

Request for Proposal Construction Management Services

INVITATION PLEASE REFER TO BID NO TO BID

HVAC Remodel Second Floor North Center Building

ADVERTISEMENT FOR BIDS

SECTION NOTICE TO BIDDERS

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

WEXFORD COUNTY REQUEST FOR PROPOSALS

Van Dyke Public Schools Request for Proposal Copiers August 2, 2013

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP")

BERRIEN COUNTY ROAD DEPARTMENT

1 Exam Prep AIA A-701 Questions

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATIONS FOR UNDERWATER BRIDGE INSPECTION SERVICES

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

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

Request for Proposal High Volume Copier

INSTRUCTIONS TO BIDDERS

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

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

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

TOWN OF CUMBERLAND, RI BID #

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

JKL Bahweting School. Request for Proposal. Network and Low Voltage Wiring

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

ADDENDUM NO. 1. TECHNICAL EDUCATION BUILDING ROOM 101 REMODEL BID# AVC2016/ Project #16-252

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

PLEASANTVILLE HOUSING AUTHORITY

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

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER

Workstations and Monitors

French Hall Rehab Main Entrance

INSTRUCTIONS TO BIDDERS

LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS SHADE STRUCTURES FOR DUGOUTS

2. A Hygienist will be hired by the Housing Authority to perform monitoring of the work and to verify that the abatement is being done correctly.

BID FORM. Base Bid Dollars ($ )

REQUEST FOR BIDS FOR. Culinary Equipment Bid Number

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

PROPOSAL FOR. Project Number: SU Date: December 7, 2018 Project Name: Renovate Old Mailroom to Café TO THE STATE UNIVERSITY OF NEW YORK:

East Central College

SECTION INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL WASTE REMOVAL HARTLAND CONSOLIDATED SCHOOLS HOWELL, MICHIGAN 48843

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR

Wayne County Community College District Eastern Campus 5901 Conner St Detroit, MI 48213

COUNTY OF COLE JEFFERSON CITY, MISSOURI

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

Martin Public Schools

CITY OF GAINESVILLE INVITATION TO BID

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

Request for Proposal. For. Energy Conservation Capital Improvement Projects. On A. Performance Contracting Basis

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT

BID DOCUMENTS FOR. WTP VFD Replacement Bid

INSTRUCTIONS TO BIDDERS

construction plans must be approved for construction by the City PBZ department.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

HEATING AND COOLING SYSTEM MAINTENANCE

REQUEST FOR PROPOSAL RFP #14-03

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

CITY OF GREENVILLE Danish Festival City

INSTRUCTIONS TO BIDDERS

ADDENDUM #5 NIB #

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

Request for Proposal for Natural Gas Supply

INFORMATION FOR BIDDERS

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

RESPONDENT S PRICING AND DELIVERY PROPOSAL AND EXECUTION OF OFFER

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

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017

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

Ohio Department of Transportation

BULK ICE CONTROL ROCK SALT/SODIUM CHLORIDE

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

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For Overhead Garage Door Replacement. KATHLEEN L. LING Mayor. Nancy Ridley City Manager

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

Proposal No:

NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security

Transcription:

PARTNERS 13-107 PROJECT IDENTIFICATION 000000-1 PROJECT IDENTIFICATION PROJECT: CITY OF NEW BALTIMORE DPS BUILDING ADDITION OWNER: CITY OF NEW BALTIMORE 36535 Green Street New Baltimore, MI 48047 ARCHITECT: PARTNERS IN ARCHITECTURE, PLC 65 Market Street Mount Clemens, MI 48043 (586) 469.3600 BID DUE DATE: June 4, 2013; 2:00 PM END OF SECTION MAY 17, 2013 / BIDDING AND CONSTRUCTION

ADVERTISEMENT FOR BIDS City of New Baltimore DPS Building Addition PIA Project # 13-107 The City of New Baltimore will receive single prime sealed bids for the DPS Building Addition Project which is located at 35389 Cricklewood, New Baltimore, MI 48047. The bids are due on or before Tuesday, June 4, 2013 at 2:00 p.m. Bids received after this date and time or bids received via facsimile will not be accepted. Bids shall be submitted in a sealed envelope labeled PIA Project #13-107 City of New Baltimore DPS Building Addition to the New Baltimore City Hall Clerk s Office, attention Marcella Shinska, City Clerk, located at 36535 Green Street, New Baltimore, MI 48047. Submit two (2) complete copies of the bid submittal. Bids received will be publicly opened and read aloud starting at 2:05 p.m. on June 4, 2013. A non-mandatory pre-bid meeting and walkthrough, for all perspective bidders, is scheduled for Friday, May 24, 2013, at 2:00 p.m. at the New Baltimore DPS building, located at 35389 Cricklewood, New Baltimore, MI 48047. Make proposals on the bid form supplied in the project manual. No oral or telegraphic proposals or modifications will be considered. Submit with each bid, a certified check or acceptable bid bond payable to City of New Baltimore, in an amount equal to five percent (5%) of the total bid. Bids may not be withdrawn for a period of ninety (90) days after the scheduled time of opening bids, without the consent of the Owner. The City reserves the right to reject any or all bids received and to waive any formalities in regard thereto. In addition, the City reserves the right to evaluate bids on any basis determined by the City to be in the best interest of the City and to consider alternate bids if the low bidder(s) does not comply with the project requirements or are otherwise determined to be unqualified. The Architect will provide the documents electronically free of charge or in hard copy format at $40.00 per set. Checks shall be made payable to: PARTNERS in Architecture, PLC. Bid documents will be available on May 20, 2013. Interested contractors should request documents via email @ epacella@partnersinarch.com. Questions may be directed to PARTNERS in Architecture, PLC, 65 Market Street, Mt. Clemens, MI 48043 (Phone: 586-469-3600).

PARTNERS 13-107 SUPPLEMENTARY INSTRUCTIONS TO BIDDERS 001100-1 SECTION 001100 SUPPLEMENTARY INSTRUCTIONS TO BIDDERS The following supplements modify the Instructions to Bidders, AIA document A701, 1997 Edition. Where a portion of the Instructions to Bidders is modified or deleted by these Supplementary Instructions, the unaltered portions of the Instructions to Bidders shall remain in effect. 1. ARTICLE 1: DEFINITIONS No modifications. 2. ARTICLE 2: BIDDERS REPRESENTATIONS - No modifications 3. ARTICLE 3: BIDDING DOCUMENTS a. Paragraph 3.1 Copies: Make the following modifications: Delete Paragraph 3.1.1 in its entirety and substitute the following: 3.1.1 Bidders may obtain up to two (2) complete sets of bidding documents from the Architect at the cost as listed in the Advertisement for Bids. Additional sets are available at direct cost to the bidder. b. Paragraph 3.3 Substitutions: Add the following Subparagraph: 3.3.5 Where the Contractor chooses to use an item approved by request but other than one shown on the details or specified, he shall be responsible for the coordination of any necessary changes in other work, and shall bear the cost of such changes. c. Paragraph 3.4 Addenda: Make the following modification: 3.4.3 Delete no later than four days and replace with no later than two days 4. ARTICLE 4: BIDDING PROCEDURES a. Paragraph 4.2 Bid Security: Make the following modifications: Delete Paragraph 4.2.1 in its entirety and substitute the following: 4.2.1 No bid will be considered, unless it is accompanied by a certified check or acceptable Bid Bond payable without condition to the Owner, in an amount equal to (5%) of the total bid. The certified check or Bid Bond which must accompany each bid is required as a guarantee that the bidder will enter into a contract with the Owner for the work described in the proposal and furnish a performance and payment bond (for projects with a value of $50,000 or more) and certificates of insurance as specified after notice by the Owner or Architect that contracts have been awarded to him and are ready for execution. Add the following sentence to Subparagraph 4.2.3: MAY 17, 2013 / BIDDING AND CONSTRUCTION

PARTNERS 13-107 SUPPLEMENTARY INSTRUCTIONS TO BIDDERS 001100-2 The Bid Security of the three lowest bidders will be retained until the contract has been awarded and executed, but not longer than (60) days. The Bid Security of other bidders will be returned within a reasonable time after the opening of bids. b. Paragraph 4.4 Modification or Withdrawal of Bid: From Subparagraph 4.4.1 delete the words during the stipulated time period and substitute the words for a period of ninety (60) days. 5. ARTICLE 5: CONSIDERATION OF BIDS a. Delete Paragraph 5.3.1 in its entirety and substitute the following: 5.3.1 It is the intent of the Owner to award a Contract to the Lowest 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 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. 6. ARTICLE 6: POST-BID INFORMATION a. Paragraph 6.1 Delete in its entirety. 7. ARTICLE 7: PERFORMANCE BOND AND PAYMENT BOND a. Article 7: Delete the Article in its entirety. Refer to Section 008000 Supplementary Conditions, Paragraph 11.5 for bond requirements. 8. ARTICLE 8: FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR - No modifications. END OF SECTION 001100 MAY 17, 2013 / BIDDING AND CONSTRUCTION

PARTNERS 13-107 REQUIRED QUOTE SUBMISSION MATERIALS 003000-1 SECTION 003000 REQUIRED QUOTE SUBMISSION MATERIALS PART 1 - GENERAL 1.1 SUMMARY A. Following this page is the Bid Form. Bidder must completely fill out the Bid Form and submit (2) original copies, by the date and time specified. B. Following the Bid Form is the "Affidavit of Compliance - Iran Economic Sanctions Act", of which the bidder must submit a notarized copy with their bid. MAY 17, 2013 / BIDDING AND CONSTRUCTION

PARTNERS 13-107 BID FORM 003100-1 BID FORM BID PROPOSAL FOR: CITY OF NEW BALTIMORE DPS BUILDING ADDITION PIA Project # 13-107 BID TO: CITY OF NEW BALTIMORE City Clerk s Office 36535 Green Street New Baltimore, MI 48047 BID DUE DATE: June 4, 2013; 2:00 pm COMPANY NAME: We have examined the Contract Documents for the proposed CITY OF NEW BALTIMORE DPS BUILDING ADDITION project, as prepared by PARTNERS in Architecture, PLC. In accordance therewith, the undersigned proposes to furnish all labor and materials for construction as set forth in the Contract Documents (for the identified project), including the following Addenda, if any (fill in the addenda number, thus confirming receipt): Addendum Number Addendum Number Addendum Number Addendum Number 1. I understand that the City reserves the right to reject any or all bids received and to waive any formalities in regard thereto. In addition, the City reserves the right to evaluate bids on any basis determined by the City to be in the best interest of the City and to consider alternate bids. 2. Accompanying the bid submission is a bid security (bid bond or certified check in the amount of 5% of the bid) for work required to be furnished by the Contract Documents, the same being subject to forfeiture in the event of default by the undersigned. 3. I agree to complete the Project, by the dates listed in Specification Section 011000 Summary; provided that a notice to proceed is issued within thirty (30) days. 4. I understand that this bid may not be withdrawn for a period of ninety (90) days from the opening thereof. A. BASE BID: (Insert a base bid amount in the blank provided). Dollars $ MAY 17, 2013 / BIDDING AND CONSTRUCTION

PARTNERS 13-107 BID FORM 003100-2 B. ALTERNATES: Refer to section 012300 for a complete description. 1. Alternate No. 1: Masonry Elevation Finish. 2. Alternate No. 2: Exterior Door Replacement. Add/Deduct: $ Add/Deduct: $ 3. Alternate No. 3: Rooms 110, 111 Ceiling & Lighting Replacement. Add/Deduct: $ C. Basis-of-Bid Pre-Engineered Building Manufacturer Information: Pre-Engineered Building Manufacturer: D. SCHEDULE: Fill in proposed construction duration to achieve substantial completion (in days or weeks). Refer to Specification Section 011000 for schedule requirements. E. Company Name: Contact Name: Signature: Title Address: Email: Phone Number: Fax Number: Date: END OF BID FORM MAY 17, 2013 / BIDDING AND CONSTRUCTION

AFFIDAVIT OF COMPLIANCE - IRAN ECONOMIC SANCTIONS ACT Michigan Public Act No. 517 of 2012 PARTNERS 13-107 AFFIDAVIT OF COMPLIANCE IRAN ECONOMIC SANCTIONS ACT The undersigned, the owner or authorized officer of the below-named contractor (the "Contractor"), pursuant to the compliance certification requirement provided in the City of New Baltimore's (the "City") Request For Proposals For the City of New Baltimore DPS Building Addition (the "RFP), hereby certified, represents and warrants that the Contractor (including its officers, directors and employees) is not an "Iran linked business" within the meaning of the Iran Economic Sanctions Act, Michigan Public Act No. 517 of 2012 (the "Act"), and that in the event Contractor is awarded a contract as a result of the aforementioned RFP, the Contractor will not become an "Iran linked business" at any time during the course of performing any services under the contract. The Contract further acknowledges that any person who is found to have submitted a false certification is responsible for a civil penalty of not more than $250,000.00 or 2 times the amount of the contract or proposed contract for which the false certification was made, whichever is greater, the cost of the City's investigation, and reasonable attorney fees, in addition to the fine. Moreover, any person who submitted a false certification shall be ineligible to bid on a request for proposal for three (3) years from the date that it is determined that the person has submitted the false certification. CONTRACTOR: Name of Contractor By: Its: Date: STATE OF ) )ss. COUNTY OF ) This instrument was acknowledged before me on the day of, 2013, by., Notary Public County, My Commission Expires: Acting in the County of: MAY 17, 2013 / BIDDING AND CONSTRUCTION