REQUEST FOR BID POLE BUILDING CONSTRUCTION

Similar documents
Invitation To Bid. for

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

REQUEST FOR PROPOSAL (RFP) # TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018

Invitation To Bid. for

Invitation To Bid. for

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

SECURITY CAMERAS PURCHASE AND INSTALLATION BID: # BOE

HAMTRAMCK PUBLIC SCHOOLS REQUEST FOR PROPOSAL HEATING, VENTILATION, AIR CONDITIONING ELECTRICAL, PLUMBING, CARPENTRY & GROUNDS SERVICES

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

ARLINGTON TOWNSHIP BIDS FOR ROOF REPLACEMENT

Request For Proposal (RFP) for

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

BAY COUNTY LIBRARY SYSTEM

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK

Invitation To Bid. for

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

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

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

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

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

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

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

COUNTY OF MONROE, MICHIGAN REQUEST FOR PROPOSALS FIRE ALARM SYSTEM REPLACEMENT FAIRVIEW COUNTY HOME. MONROE, MICHIGAN 48161

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

RFP # for Addition to Parks Recreation 190 Facility

Proposal No:

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

Invitation To Bid. for

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD SCHOOL WINDOW AND DOOR REPLACEMENT

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

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

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

INVITATION TO BID Install Spray Foam Polyurethane Roof

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

PAVING BID: # BOE

BID DOCUMENTS FOR. WTP VFD Replacement Bid

BHP Project IFB #

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

Lease Agreement Between ANNE ARUNDEL COUNTY, MARYLAND and. Dated TABLE OF CONTENTS. Paragraph

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

WINDOW WASHING

Request for Proposal Data Network Cabling

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

WEXFORD COUNTY REQUEST FOR PROPOSALS

M E M O R A N D U M. March 13, 2019

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

INVITATION TO BID Acoustical Ceiling Tile

RICE UNIVERSITY SHORT FORM CONTRACT

NOTICE TO BIDDERS CONCRETE CONSTRUCTION

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

REQUEST FOR PROPOSALS FOR THE PROVISION OF CLEANING SERVICES TO SKOKIE PUBLIC LIBRARY

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

BID DOCUMENTS FOR. Sludge Thickener Improvement Project

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381

REQUEST FOR PROPOSAL (RFP) # ONE TON DUMP BOX / TOOL BOX / BOSS WIRING HARNESS / AND UNDERCARRIAGE POSTING DATE: FEBRUARY 24, 2016

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT

P R O P O S A L F O R M

Invitation To Bid. for

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

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

MOBILE LAPTOP CHARGING CARTS BID: # BOE

ROAD COMMISSION FOR IONIA COUNTY

REQUEST FOR BID (RFB)

Construction of the Leased Premises

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

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

PROPOSAL FOR CONTRACTOR EQUIPMENT RENTAL SERVICES WITH AND WITHOUT OPERATOR, OUR JOB SITE

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

Tacoma Power Conservation Contractor Agreement

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

TCL&P Facilities HVAC Improvements (specifications attached)

W.E. O Neil Construction Co. of Arizona c/o (Project Coordinator) 4511 E. Kerby Avenue Phoenix, AZ Fax (480)

Festival of the Hills!

REQUEST FOR PROPOSALS For PARKING CONSULTANT SERVICES

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

Transcription:

IONIA COUNTY BUILDINGS AND GROUNDS 100 Library Street, Ionia, Michigan 48846 Joe Cusack, Physical Plant Director Office: 616-527-5345 REQUEST FOR BID POLE BUILDING CONSTRUCTION The County of Ionia is accepting sealed bids for the construction of a pole building to be located on the corner of Railroad Street and Jackson Street, Ionia, MI. All bids must be submitted on the enclosed Bid Form. Bids shall be submitted in a sealed envelope, and marked with the name and address of the bidder. If the bid is sent through the mail, or other delivery system, the sealed envelope shall be marked with the notation BID ENCLOSED and addressed to the County Administrator at Ionia County Administration Office, Ionia County Courthouse - 3rd Floor, 100 W. Main St., Ionia, MI. 48846. Bids will be accepted in the County Administrator s Office until 4:00 p.m., Friday, September 4, 2015. Late bids will not be accepted. The County reserves the right to reject any or all bids and/or waive any irregularities, requirements, or conditions in any or all bids and to make the award in any manner deemed in the best interest of Ionia County. Once bids are opened, they become the property of Ionia County and may be subject to disclosure under the Freedom of Information Act. The cost of responding to this Bid Request will be solely the responsibility of the firm submitting the bid. MANDATORY SITE VISIT: A mandatory site visit will be held on Friday, August 28, 2015, at 10:00 a.m. Participants will meet at the Ionia County Buildings & Grounds Office, located at 100 Library Street, Ionia, MI. DESCRIPTION OF WORK: The total bid shall include the following specifications for the construction of the pole building, including site preparation, at the corner of Railroad Street and Jackson Street, Ionia, Michigan: 36' wide x 56' deep 12' sidewall height 4/12 roof pitch, standard truss Overhangs - South, North wall(s) 1 Wide Vented Sidewall Overhang with Standard 6 fascia, Gutters, downspouts with elbows at base. East, West wall(s) 1 Wide Non Vented Endwall Overhang with Standard 6 fascia. Siding South, East, North, West wall(s) Rib Steel Minimum.019 (Fastened with Stainless Steel Screws) Wainscot - South, East, North, West with 36 tall Rib Steel Minimum.019 wainscot (Fastened with Stainless Steel Screws) Protective Liner - South, East, North, West wall(s) with 7/16 thick OSB by approximately 32 tall Protective Liner.

Roof - Rib Steel Minimum.019 (Fastened with Stainless Steel Screws) with Vent-A-Ridge Walk Doors Two 3 x 6 8 Commercial Steel Walk Door(s) out-swing left hinge with closer, lockset. Windows Three 4 4 x 2 9 9 Lite MB Sliding Window(s) with low E glass with argon Overhead Door Opening Three 12 0 x 10 0 Overhead Door Opening (Requires a minimum 12 2 x 10 1 panel, 1 9 Headroom.) Energy Performer Ceiling Finish with Hi-Rib Steel (.019 White CQ Polyester Solid) Fastened to Lower Chord of Truss with Painted Steel Screws, 4 Mil Vapor Retarder and Air Deflector at Eaves Between Trusses. South, East, North, West wall(s) interior wall finish with Hi-Rib Steel (.019 White Polyester) Fastened to Nailers with Painted Steel Screws, Wall Cavity is insulated with 6 Fiberglass insulation and 4 Mil Vapor Retarder. Foundation Foundation to meet State of Michigan Building Code. Electrical Work to Include: Contractor shall install 200 amp service panel with labeled circuits and supply all circuits ranging from 120 volts to 220 volts. It is requested that Contractor alternate 120 volt electrical circuits to avoid overloading. Contractor shall install all interior and exterior lighting fixtures with LED Lighting, supply wiring to all mechanical systems; phone/computer wiring; firealarm & smoke detectors and any other component required by state building codes. Plumbing Work to Include: Plumbing Contractor shall install all plumbing piping and fixtures, water supply and gas lines; backflow preventers and floor drains. Plumbing Contractor shall provide all hook-ups to City water/sewer and fire suppression system and any other components required by state building codes. HVAC Work to Include: Mechanical Contractor shall install high efficiency furnace/air conditioning and water heater as well as all duct work and gas lines, and any other components required by state building codes. Site Preparation: Excavator shall prepare site to meet any City ordinances, with proper elevation of site above street. Site will also need preparation for parking lot following construction and finish excavation; topsoil and seeding around building. PROTECTION OF FACILITY AND ENVIRONMENT: The buildings and surrounding areas will be treated respectfully. Existing conditions are to be carefully respected and no material or building element shall be removed or disfigured unless specifically indicated. The contractor agrees to no smoking on or in the buildings or around the work area. The Contractor agrees to protect the exterior and grounds around the buildings and surrounding areas. Any damages that occur are the responsibility of the Contractor and its sub-contractor(s). The Contractor assumes any/all liability. The Contractor and its sub-contractor(s) shall cooperate to ensure proper and adequate protection of County property, visitors and employees from hazards that may arise as a result of the scope of work to be performed under this Request for Bids.

SCHEDULING The contractor shall submit his schedule for work to be performed, which must meet with the approval of the County. All work on this contract, unless otherwise stated on the plans or in these specifications, will be limited to the daylight hours, except in cases of emergency, and then may be performed only if permission is obtained from the Administrator and adequate lighting facilities are used. No work will be permitted on Sundays and Holidays, except to save property or life or in case of extraordinary emergency, and then only as authorized or directed by the Physical Plant Director or County Administrator s Office. TIME FOR COMPLETION Work on this contract shall commence within twenty-one (21) days from the date of notice of authorization to proceed. The work shall be carried on with such force and in such manner and order and at such points that within the number of calendar days as set forth in the bid form, or as may be modified or extended as mutually agreed upon, the whole work shall be performed. The contractor shall work continuously until the work is completed and shall not leave the job site until all phases are acceptable to the Administrator. PERMITS AND LICENSES: The Contractor shall secure, from the proper departments, all permits necessary for proper execution of the work prior to starting work on the project site. All fees for securing the permits shall be paid by the Contractor, including all inspection costs. MATERIALS, TIME WORK IS TO BE PERFORMED, AND BUILDING SECURITY: The Contractor shall provide the necessary materials, equipment, and labor to complete this project in accordance with the bid documents and in a professional and workmanlike manner. CLEAN UP: The Contractor shall immediately clear all rubbish caused by the Contractor s operation or the workmen, and shall remove all such rubbish to proper disposal site(s). The contractor shall make a final clean-up of the project to the satisfaction of the County. INSURANCE: The Contractor will maintain, at their expense during the term of this project, the following insurance, and will supply copies of said insurance to the County: A. Workers Compensation Insurance: The Contractor and its subcontractor(s) shall procure and maintain during the life of this contract, Workers Compensation Insurance, including Employers Liability Coverage, in accordance with all applicable statutes of the State of Michigan. B. Commercial General Liability Insurance: The Contractor and its subcontractor(s) shall procure and maintain during the life of this contract, Commercial General Liability Insurance on an Occurrence Basis with limits of liability not less than $1,000,000.00 per occurrence and/or aggregate combined single limit, Personal Injury, Bodily Injury, and Property Damage. The County of Ionia shall be Named Insured on said coverage. Thirty (30) days Notice of Cancellation shall apply to this policy.

C. Motor Vehicle Liability: The Contractor and its subcontractor(s) shall procure and maintain, during the life of this contract, Motor Vehicle Liability Insurance, including Michigan No-Fault Coverages. Coverage shall include all owned vehicles, all non-owned vehicles, and all hired vehicles. D. Additional Insured: Commercial General Liability and Motor Vehicle Liability Insurance, as described above, shall include an endorsement stating that the following shall be Additional Insureds: The County of Ionia, all elected and appointed officials, all boards, commissions, and/or authorities and board members, including employees and volunteers thereof. E. Cancellation Notice : Workers Compensation Insurance, Commercial General Liability insurance, and Motor Vehicle Liability Insurance, as described above, shall include an endorsement stating the following : It is understood and agreed that thirty (30) days Advance Written Notice of Cancellation, Non-Renewal, Reduction, and/or Material Change shall be sent to: Ionia County Administration Office, 100 W. Main Street, Ionia, MI 48846. HOLD HARMLESS AGREEMENT: To the fullest extent permitted by law, the Contractor agrees to defend, pay in behalf of, and hold harmless, the County of Ionia, its elected and appointed officials, employees, volunteers, and others working on behalf of the County of Ionia against any and all claims, demands, suits, or loss, including all costs connected therewith, and for any damages which may be asserted, claimed or recovered against or from the County of Ionia, by reason of personal injury, including bodily injury or death and/or property damage, including loss of use thereof, which rises out of or is in any way connected or associated with this request for bids. EQUAL EMPLOYMENT OPPORTUNITY: The Contractor ensures that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, age, handicap or national origin. The Contractor agrees to comply with the Equal Employment Opportunity Act. GUARANTEE: The Contractor shall fill out the information on the Bidder s Information Form for the complete maintenance and warranties that are provided with this job. The Contractor shall promptly make corrections as deemed necessary by the County. If the County finds it must have work corrected, the difference in value, together with a fair allowance for the damages, shall be deducted from any payments due to the Contractor. If the Contractor and its sub-contractor(s) are unable to proceed with the work, or fails to correct, replace, and/or re-execute faulty or defective work because of any action by one or more of their employees or labor organizational conflicts, the County reserves the right to take over this contract and proceed with all materials, tools, and appliances of the Contractor on the County s premises to complete the remainder of this contract. Under such circumstances, the County shall have the right to withhold any or all payments to the Contractor until such costs have been paid in full, and the contract completed.

EXTENSIONS OR CHANGES TO THE CONTRACT: Any changes or extension(s) to the contract must be in writing, and must be signed as acknowledged by both parties to be in effect with the County of Ionia for performing their services. PAYMENT: Payment will be made on the following schedule: Twenty five percent (25%) of total bid paid within 15 days of acceptance of bid. Twenty five percent (25%) of total bid paid within 15 days after delivery of materials. Final payment will be made on the first County check release date after work is completed to the County s satisfaction. The contractor will be present for all inspections and a mandatory walk-through will be completed before final payment is made. Having carefully examined the general bidders conditions, general requirements, advertisement for bids, instructions to bidders, proposed specifications, and understanding the scope of work involved in this work category, and those that interface with it (them), the Contractor does hereby propose to furnish all labor, materials, insurance, taxes, tools, equipment and services to complete all work required.

BIDDER MUST COMPLETE AMOUNT OF BID: NAME OF BIDDER: ADDRESS: E-MAIL ADDRESS PHONE NUMBER: NAME OF BIDDERS INSURANCE COMPANY: DATE OF THIS PROPOSAL: NAME, ADDRESS AND TELEPHONE NUMBER OF AT LEAST TWO (2) REFERENCES: COMPLETION OF WORK: The Contractor hereby agrees that work will be completed to the County s satisfaction in days from date work begins. GUARANTEE: The Contractor shall guarantee and provide a warranty for year(s) from date of County acceptance. Necessary service calls, adjustments, repairs, and replacement will be provided by the Contractor during normal working hours of the trade at no cost to the owner, except in the event of vandalism, abuse, misuse, accident or acts of God. All material installed by the Contractor shall carry a warranty by the manufacturer for a period of year(s) from the date of County acceptance. The Contractor shall promptly make corrections as deemed necessary by the County. If the County finds it must have work corrected, the difference in value, together with a fair allowance for the damages, shall be deducted from any payments due to the Contractor. ADDITIONAL INFORMATION: The County will need a complete description of the work to be performed on this project.

LISTING OF SUB-CONTRACTORS The undersigned offers the following information relative to the subcontractors he intends to use on this contract if such be awarded to him. 1. Description of Work to be Sublet: Name and Address of Subcontractor: 2. Description of Work to be Sublet: Name and Address of Subcontractor: 3. Description of Work to be Sublet: Name and Address of Subcontractor: 4. Description of Work to be Sublet: Name and Address of Subcontractor: Signature of Bidder: