Date: June 28, All Attending

Similar documents
SE-330 LUMP SUM BID FORM

Thurmond Gazes Air Compressor and Vacuum Pumps Replacement

PROJECT NAME: SCC - Cherokee Campus Sidewalk Improvements. Table of Contents SE-310, Invitation for Construction Services...

UNIVERSITY OF SOUTH CAROLINA ALLENDALE USC SALKEHATCHIE (ALLENDALE) LIBRARY HVAC REPLACEMENT

AIA Document A701 TM 1997

SECTION NOTICE TO BIDDERS

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

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

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

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

Document A701 TM. Instructions to Bidders

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED**

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

WEXFORD COUNTY REQUEST FOR PROPOSALS

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

Merritt College Science Building Site Paving

NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

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

PIEDMONT TECHNICAL COLLEGE PIEDMONT-LAURENS ADVANCED MANUFACTURING CENTER RENOVATIONS AND CONSTRUCTION - III

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

State of North Carolina Prequalification for Single Prime Contractors

Bid No. B17-01 Bldg 1100 Stair & Walkway Replacement

INFORMATION FOR BIDDERS

Instructions to Bidders Page 1

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

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

DARLINGTON COUNTY PROCUREMENT. IFB: Darlington Library

Construction Dynamics, Inc 6417 Fairfield Rd 400 Percival Rd Columbia, S.C Columbia, S.C

Institutional Architect or Designee: [Insert City, State and Zip Code] [Insert City, State and Zip Code]

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

SAN DIEGO CONVENTION CENTER CORPORATION

Standard Form of Agreement Between Design-Builder and Contractor. The Design-Builder has entered into a Design-Build Contract with the Owner dated:

HVAC Remodel Second Floor North Center Building

REQUEST FOR BID PROPOSALS

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

RFQ McMinnville School District REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTORS FOR SCHOOL DISTRICT CONSTRUCTION PROJECTS

BID DOCUMENTS. Bid # Blinds at Paloma Valley High School

INVITATION TO TENDER TENDER FORM

Lisa Alderson, Contracts and Procurement Supervisor

BID NO. B17-05 WATER VALVE REPLACEMENT PROJECT FORMAL BID

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

UPPER CAMPUS SECURITY SYSTEMS PROJECT. Bid No. B15-05

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

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

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida,

EXHIBIT 1 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS BY THE

CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10)

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

University of Missouri Construction Contract Bid Opening Procedures

SOUTH CAROLINA AERONAUTICS COMMISSION Request for Qualifications (RFQ) Land Surveying Services for Airport Development IDC State Project #U30-D008-MJ

REQUEST FOR QUALIFICATIONS SUBMITTAL INSTRUCTIONS

Solar Water Heater-Swimming Pool. Bid No. B15-03

5.03 PRE-BID MEETING AND ADDENDA A. Conduct the Pre-Bid Meeting using the A52 Pre-Bid Meeting Agenda provided in Appendix 1.

REQUEST FOR SEALED BID PROPOSAL

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

BID REQUIREMENTS INVITATION TO BID #C19-14

Randolph County Schools. Renovations to Third Ward Elementary School

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

ANTELOPE VALLEY COMMUNITY COLLEGE DISTRICT BID AND CONTRACT DOCUMENTS

INSTRUCTIONS TO BIDDERS

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

Standard Bid Terms Table of Contents

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

EXHIBIT 1. PROJECT NAME & LOCATION: Brooksville National Guard Armory Renovation, Spring Hill Drive, Brooksville, Florida

Wayne County Community College District District Office 4 th Floor Purchasing Office 801 W. Fort Street Detroit, MI 48226

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

Request for Bid/Proposal

PROJECT MANUAL FOR. Building 28 A & B Exterior Painting BID NO. 3165

NOTICE INVITING SEALED BIDS Parking Lot Renovations

WASHTENAW COMMUNITY COLLEGE SMALL PROJECT CONSTRUCTION CONTRACT - GC

COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

Suite 300 Tenant Improvement

DEKALB COUNT PUBLIC LIBRARY Darro C. Willey-Administrative Center, 3560 Kensington Road, Decatur, GA 30032

Bid No. B12/9768 February 2, 2012

Kirk Memorial Renovations

1 CCR PROCUREMENT RULES

REQUEST FOR SEALED BID PROPOSAL

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

INVITATION TO BID CONSTRUCTION CONTRACT

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

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

ADDENDUM NO. 1 GENERAL CLARIFICATIONS

EXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08

SAUGUS UNION SCHOOL DISTRICT FACILITIES PLANNING AND CONSTRUCTION AVENUE STANFORD SANTA CLARITA, CA 91355

REQUEST FOR SEALED BID PROPOSAL

A G E N C Y P U R C H A S I N G C O N F E R E N C E P R E S E N T E D B Y : G U Y N I S B E T, B U Y E R S U P E R V I S O R

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

AIA Document A103 TM 2007

INSTRUCTIONS TO BIDDERS

DZANTIK I HEENI MIDDLE SCHOOL ROOF REPAIR REBID

NOTICE INVITING SEALED BIDS Emergency Generator Replacement Maintenance & Security

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

Bridgeville School District

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

Transcription:

Date: June 28, 2016 To: From: Re: All Attending Neil McCoy, Executive Director of Capital Improvements, HGTC Ms. Dianna Cecala, Procurement Manager, HGTC Andrew Cohen, Office State Engineers Michael W. Rolison, SGA Architecture REBID Pre-Bid Conference MINUTES Horry-Georgetown Technical College Advanced Manufacturing Center Conway, SC LS3P Commission Number: 1202-150030 State Project Number: H59-6099-CA SGA #15015 1) Introduction of Parties. a. Owner Representative i. Neil McCoy ii. Dianna Cecala b. OSE Project Manager i. Andrew Cohen, R.A. a. Email: acohen@mmo.sc.gov b. Office: 803-737-0778 c. Architect Representative i. Richard Bing (LS3P) a. Email: richardbing@ls3p.com b. Office: 843-958-5445 c. Cell: 843-709-7273 ii. Mike Rolison (SGA) a. Email: MIKE@SGAarchitecture.com b. Office: 843-979-5250 c. Cell 843-543-5390 2) Attendance Record sign-in 3) Attendance to this Pre-Bid Conference is non-mandatory 4) Communication key to successful completion a. All questions, requests for clarification shall be addressed to LS3P b. All questions, requests for clarification in writing. All responses will be made in the form of addenda to the bid documents. c. Contractor s Request for Information (RFI) Form (006313) Page 1 of 6

5) Only the written word as contained in the Bid Documents and/or addenda is binding. a. Statements made by the Architect /Engineer, agency and/or the OSE representative are for the sole purpose of calling the bidders attention to items of importance in the Bid Documents. 6) It is the bidders responsibility to read and review all of the Bid Documents, including addenda. 7) Instructions to Bidders (A701) a. Supplemental Instructions to Bidders (OSE 00201) 8) Bid Closing Date (July 12, 2016 3:00 pm) a. Location: HGTC Conway Campus Bldg. 100, Conference Room 122 b. Bid Form 1. Bid Security is required 5% of the base bid amount. i. Improper bid security shall be rejected as non-responsive. ii. If Bid Bond AIA A310 with Power of attorney iii. If electronic Bid Bond, the Bidder must indicate the electronic bid bond number and provide the proper signature and title in the spaces provided. iv. Cashier s check 2. Addenda (acknowledge) i. No addenda will be issued later than 120 hours prior to the date for receipt of bids, except addenda postponing the date of receipt of bids or withdrawing the invitation for bids (no later than 3 PM Thursday July 7, 2016). 7/5/16 ii. It is the bidder s responsibility to determine, prior to submitting a bid, that all addenda issued have been received. 3. Base Bid i. Base Bid shall be shown in readable numbers only ii. Base Bid and Bid Alternates remain open for 60 days following Bid Date. iii. Bids with Qualifications shall be rejected as nonresponsive iv. Late bids or improperly delivered bids shall be rejected as non-responsive. v. Bidders shall be responsible for having their bid at the designated place for receiving bids (refer to SE-310) no later than the time set for the bid closing. Once the bidding has been declared closed, all late bids, including bids improperly delivered, shall be rejected as being nonresponsive. vi. Bids sent by mail or other special delivery service (UPS, FED-EX, etc.) should be labeled "Bid Enclosed. vii. Bids shall be received at the address indicated (see SE-310) prior to the time of the bid opening. Bids not received prior to the time of the bid closing shall be rejected as being nonresponsive. viii. The official time for receipt of Bids will be determined by reference to the clock designated by the Owner s procurement officer or his/her designee. 4. Alternates (012300) Check box for ADD or DEDUCT i. If an alternate is accepted, the subcontractors listed for the Bid Alternate shall be used for both the Alternate and the Base Bid. ii. ALL alternates must be provided. 5. Unit prices i. ADD and DEDUCT Page 2 of 6

6. List of Sub-contractors i. List ALL subcontractors required on the form ii. If a Bid Alternate is accepted, the Subcontractors listed for the Bid Alternate shall be used for the work of both the Alternate and the Base Bid. iii. Section 7 of the Bid Form sets forth a list of subcontractor specialties for which bidder is required to identify by name the subcontractor(s) Bidder will use to perform the work of each listed specialty. Bidder must identify only the subcontractor(s) who will perform the work and no others. iv. For purposes of subcontractor listing, a Subcontractor is an entity who will perform work or render service to the prime contractor to or about the construction site. Material suppliers, manufacturers, and fabricators that will not perform physical work at the site of the project but will only supply materials or equipment to the bidder or proposed subcontractor(s) are not subcontractors and Bidder should not insert their names in the spaces provided on the bid form. Likewise, Bidder should not insert the names of sub-subcontractors in the spaces provided on the bid form but only the names of those entities with which bidder will contract directly. v. Bidder must only insert the names of subcontractors who are qualified to perform the work of the listed specialties as specified in the Bidding Documents and South Carolina Licensing Laws. vi. If under the terms of the Bidding Documents, Bidder is qualified to perform the work of a specialty listed and Bidder does not intend to subcontract such work but to use Bidder s own employees to perform such work, the Bidder must insert its own name in the space provided for that specialty. vii. If Bidder intends to use multiple subcontractors to perform the work of a single specialty listing, Bidder must insert the name of each subcontractor Bidder will use, preferably separating the name of each by the word and. If Bidder intends to use both his own employees to perform a part of the work of a single specialty listing and to use one or more subcontractors to perform the remaining work for that specialty listing, Bidder must insert its own name and the name of each subcontractor, preferably separating the name of each with the word and. viii. Bidder may not list subcontractors in the alternative nor in a form that may be reasonably construed at the time of bid opening as a listing in the alternative. A listing that requires subsequent explanation to determine whether or not it is a listing in the alternative is non-responsive. If Bidder intends to use multiple entities to perform the work for a single specialty listing, Bidder must clearly set forth on the bid form such intent. Bidder may accomplish this by simply inserting the word and between the names of each entity listed for that specialty. Owner will reject as non-responsive a listing that contains the names of multiple subcontractors separated by a blank space, the word or, a virgule (that is a /), or any separator that the Owner may reasonably interpret as a listing in the alternative. ix. If Bidder is awarded the contract, Bidder must, except with the approval of the owner for good cause shown, use the listed entities to perform the work for which they are listed. Page 3 of 6

x. If Bidder is awarded the contract, Bidder will not be allowed to substitute another entity as subcontractor in place of a subcontractor listed in Section 7 of the Bid except for one or more of the reasons allowed by the SC Code of Laws. xi. A Bidder s failure to insert a name for each listed specialty subcontractor will render the Bid non-responsive. 7. By signing the Bid, Bidder reaffirms all representations and certifications made by both the person signing and the Bidder in Article 2 of the Instructions to Bidders. i. Instructions to Bidders 2.2, Certification of Independent Price Determination. ii. Instructions to Bidders 2.3, Certification of a Drug Free Workplace iii. Instructions to Bidders 2.4, Certification Regarding Debarment and other Responsibility Matters iv. Instructions to Bidders 2.5, Ethics Certification v. Instructions to Bidders 2.6, Restrictions Applicable to Bidders & Gifts vi. Instructions to Bidders 2.7, Iran Divestment Act Certification vii. Instructions to Bidders 2.8, Open Trade Representation 8. Provide all of the requested information on page BF-4. 9. Construction Sequence i. Notice to Proceed intended As Soon as Possible 1. Protest Period ii. Date of Commencement 1. Substantial Completion (300 Calendar Days) 2. Final Completion 30 calendar days beyond Substantial Completion date. 10. Liquidated Damages Clause (Substantial Completion) i. $500.00 11. Property Insurance: Successful contractor is to provide Builders Risk Policy to cover interest of all parties (00201 9.7). 9) Agreement Form a. Standard Modifications 10) General Conditions (A201) a. OSE Standard Supplementary Conditions i. Insurance limits (00811 3.82) 1. Bidders should verify their ability to comply with all insurance and bonding requirements of the project prior to submittal of their bid. 2. Contractor s aggregate limits of Liability Insurance shall apply in total to this contract only. This requirement shall be identified on the insurance certificate or by an attached policy amendment. 11) Performance Bond (Successful bidder) SE-355 12) Labor and Material Payment Bond (successful bidder) SE357 13) Change Order Form (SE-389) 14) No local general or specialty building permits are required for State Buildings (OSE 00811-3.18). Contractors will be responsible to obtain required business and other licenses. 15) Contractor s Request for Substitution Form (06325) a. Must be received by the Architect at least ten (10) days prior to date for receipt of bids. Page 4 of 6

b. Materials and products listed in the Bid Documents are intended to establish a standard of required function, dimension, appearance and quality to be met by a proposed substitution. c. Reference in the Bid Documents to the words or equal and or approved equal shall be interpreted as establishing a standard of quality and shall not be construed as limiting competition. d. Proof of equality of substitutions is the responsibility of the proposer. The Architect s decision to approve or disapprove of the requested substitutions shall be final. e. The Architect shall include in an addendum the approved substitutions. Substitution requests not approved by the Architect may be listed in an addendum at the Architect s option. 16) Special Inspections a. Refer to Section 014000 b. Coordination c. Cooperation d. Contractor s Statement of Responsibility 17) Allowances (012100) a. Interior signage b. Exterior signage 18) Construction a. Approximately 24,500 square foot, single story b.green Globes c. Site work d. Spread footings e. Slab on grade f. Pre-Engineered steel building g. Masonry (face brick, CMU) h. Metal siding i. Metal roofing j. Interior up fit k. Mechanical, Electrical, Plumbing, Fire Protection 19) Conclusion a. Sign the Attendance Sheet and provide all requested information before leaving the prebid. b. All lines of communication during the bidding stage should be through the Architect and shall be in writing. c. Questions during the bidding stage concerning OSE front-end documents should be directed to the Architect who will then discuss with OSE. d. The Architect will, if necessary, provide answers to questions and other clarifying information to bidders by addendum. e. It is the intent of the agency to award a Contract for the lowest responsive bid submitted by a responsible bidder. f. Late bids shall be rejected as non-responsive. g. Bids without proper bid security, when required, shall be rejected as non-responsive. Page 5 of 6

h. Bid Bonds, if submitted, must be shall be written on AIA Document A310, Bid Bond or an equivalent form. A valid electronic bid bond is considered to be on the proper form. i. Qualified bids shall be rejected as nonresponsive. j. Bid ALL alternates included on the bid form provided. k. List ALL subcontractors required to be listed on the bid form. l. Successful bidder will be required to provide Builders Risk Insurance covering the interest of all parties. 20) Questions / comments A. CONTRACTORS TO MAKE SURE THEY REVIEW THE DRAWINGS FOR THE CHANGES MADE. B. ATTEMPTS WERE MADE TO INCLUDE THE ACCEPTEC SUBSTITUTION FROM THE ORIGINAL BID, HOWEVER, IT IS THE RESPONSIBILITY OF THE BIDDERS TO REVIEW AND CONFIRM. Page 6 of 6