NOTICE TO BIDDERS. hereinafter referred to as the Professional Services Consultant.

Similar documents
STANDARD CONTRACT EXECUTION FORMS

GENERAL CONTRACT - PROPOSAL FORM (revised )

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS

ARTICLE 1. STATEMENT OF WORK

Addendum #4 To Request for Proposal For Elliman Fume Hood Relocation: Project Dated 08/21/2018

GENERAL CONTRACT - PROPOSAL FORM (revised )

CHAPTER 57 ARTICLES II & III

PROFESSIONAL SERVICES CONSULTANT TYPE OF RETAINER AGREEMENT UNIVERSITY OF ILLINOIS

SECTION 1.A BID FOR LUMP SUM CONTRACT

REQUEST FOR PROPOSAL Project with Construction Manager Services At Risk with Guaranteed Maximum Price

BID FOR LUMP SUM CONTRACT

I. Introduction. Why Be Concerned? PREVAILING WAGE ACT What Do You Need to Know? Illinois Prevailing Wage Act 820 ILCS 130/

THE BIDDING AND CONTRACT PROVISIONS Document Section General Conditions (Standard Multiple and Single Contract Sets)

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #

BIDS AND CONTRACTS. Limits Bids or quotations shall be secured as may be necessary to obtain the lowest possible prices as follows:

Addendum #3 To Request for Proposal For Social Work Roof Replacement: Project Dated May 17, 2018

ARTICLE 8: BASIC SERVICES

SAN DIEGO CONVENTION CENTER CORPORATION

This Addendum, dated 03/09/2018, includes changes to the Project Manual issued on 03/02/2018.

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY

INSTRUCTIONS TO BIDDERS

NOTICE OF INVITATION FOR BID

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER-AT-RISK

ADVERTISEMENT FOR BIDS WASTEWATER TREATMENT PLANT IMPROVEMENTS HUMBOLDT, TENNESSEE

TOWN OF LINCOLN GENERAL SPECIFICATIONS

ALL BIDS MUST BE EXTENDED AND TOTALED. (SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS)

PART INSTRUCTIONS TO BIDDERS

VILLAGE OF ORLAND PARK (Contract for Small Construction or Installation Project) This Contract is made this day of, 20 by and between the Village

ONONDAGA COUNTY WATER AUTHORITY MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE POLICY

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

CHAPTER 57 ARTICLES II & III

4.11 Procurement Procedures with Federal Funds

PREDETERMINATION OF RESPONSIBILITY UNIVERSITY OF PITTSBURGH {SALK HALL RENOVATION PHASE II} DGS PROJECT NO. { }

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

NC General Statutes - Chapter 143 Article 8 1

Washington University in St. Louis

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

B. B.E.P.D. means an entity certified as a Business enterprise owned or operated by people with disabilities as defined in MCC

Snow Removal Services

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

STANDARD FORM OF CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES INCLUDING CONSTRUCTION FOR A GUARANTEED MAXIMUM PRICE BETWEEN

MULTNOMAH COUNTY GOOD FAITH EFFORT PROGRAM SUBCONTRACTOR and SELF-PERFORMED WORK LIST (FORM 1)

Document A101 TM. Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum

MASTER SUBCONTRACT AGREEMENT

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES

Riverside Community College District Policy No Business and Fiscal Affairs BP 6340 BIDS AND CONTRACTS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

HEATING AND COOLING SYSTEM MAINTENANCE

INVITATION TO BID (ITB)

Questions regarding this RFP should be directed to Stephen M. Pelz, Executive Director, at (661) , ext or

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WELDING SPARK ARRESTOR INSTALLATION

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

City of Central Falls. Request for Proposals : Emergency Vs Nonemergency Medical Care Media Campaign

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

Target Market Professional Services Master Consulting Agreements MBE/WBE SPECIAL CONDITIONS

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P

Addendum #1 To Request for Proposal For Elliman Air Handling Units Upgrade: Project

INVITATION FOR BID PROJECT MANUAL TOWN OF BARNSTABLE GROWTH MANAGEMENT CONSTRUCTION SPECIFICATIONS FOR

Construction Management-at-Risk Agreement

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk

Information Related to the Experienced School Bus Worker Provisions (B3182 Paragraph 4.5)

REQUEST FOR PROPOSAL 3102 TRUCK DRIVING SIMULATOR

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

BUILDING CONSTRUCTION AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER

Part A: PRIME CONTRACTOR PROJECT SUMMARY FORM

City of New Rochelle New York

AGREEMENT BETWEEN THE BOARD OF REGENTS OF THE TEXAS A&M UNIVERSITY SYSTEM AND SPAWGLASS CONSTRUCTION CORP., CONSTRUCTION MANAGER-AT-RISK

CONSTRUCTION MANAGEMENT-AT-RISK AGREEMENT

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

ARTICLE III. PROCUREMENT 68. CONTRACT COMPLIANCE METHODS OF AWARDING CONTRACTS CHAPTER 68. CONTRACT COMPLIANCE

WEXFORD COUNTY REQUEST FOR PROPOSALS

GUARANTEED MAXIMUM PRICE AGREEMENT

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

REQUEST FOR PROPOSALS. For LEASE-LEASEBACK CONSTRUCTION SERVICES. For SUTTER HVAC REPLACEMENT

Lessons Learned: Construction Bidding & Procurement Item D.1

APPENDIX 15 LABOR CODE REQUIREMENTS

Officer Jamie L, Rhee Y 31,2015 Y 31, By Order of the Chief Procurement Officer: Signed: chi. Published: Effective: Date:

ADDENDUM #1 RFQ M1201M. 06/07/13 Please replace Chiller Maintenance Specifications with the attached Chiller Maintenance Specifications.

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS

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

CITY OF ST. LOUIS DEPARTMENT OF PUBLIC SAFETY. REQUEST FOR PROPOSAL (amended*)

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

CITY OF CHICAGO DEPARTMENT OF AVIATION MIDWAY INTERNATIONAL AIRPORT TERMINAL FRONT ENTRY REPLACEMENT AND CURBFRONT IMPROVEMENTS

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

University of California, Riverside Barn Expansion

HVAC Remodel Second Floor North Center Building

Instructions to Bidders Page 1

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

Article 6 Modification and Termination of Contracts for Supplies and Services

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION 2007

Transcription:

NOTICE TO BIDDERS THE BIDDING AND CONTRACT PROVISIONS Document 00 10 00 - Notice to Bidders (Standard Contract Set) The Board of Trustees of the University of Illinois, hereinafter referred to as the "Owner," furnishes the following information and special instruction to prospective bidders desiring to submit bids for the work on the following project: 10 PROJECT INFMATION 11 Project Name 12 Project Number 13 Project Description The project consists Refer to Division 01 of the technical specifications for a complete, detailed breakdown of the base bids and alternates for this project This project includes a Project Labor Agreement (PLA) that will be executed between the lowest responsible/responsive bidder and the East Central Illinois Building and Construction Trades Council A copy of the PLA is included at the end of Document 00 90 00 (for UIUC only) 14 Project Location 15 Contract Documents Prepared By: hereinafter referred to as the Professional Services Consultant, 20 SPECIAL INSTRUCTIONS TO BIDDERS The following bidding instructions are a component part of each bid wherein they are applicable 21 Submission and Receipt of Bids 21A Contract Divisions of the Project The Owner will receive separate sealed bids for the following contract divisions of the project: Contract Division I - General Work Contract Division II - Plumbing Work Contract Division III - Heating, Piping, Refrigeration and Temperature Control Work Contract Division IV - Ventilation and Air Distribution Work Contract Division V - Electrical Work - -

00 10 00 Notice to Bidders () NOTE: The following Contract Division(s) has (have) been incorporated into Contract Division Work for this project and will not be bid separately: INSERT INCPATED DIVISION OF WK NOTE: The following Contract Division(s) has (have) been incorporated into Contract Division Work for this project and will not be bid separately: INSERT INCPATED DIVISION OF WK 21B Assignments The Owner shall assign the contracts for Contract Divisions Work to the Contract Division ( Contractor) in accordance with paragraph 63 of the General Conditions (Refer to paragraph 63 of the General Conditions and Article 5 of the Agreement for requirements concerning assignment of contracts) 21C Delivery Submit bids on forms furnished by the Owner Deliver all bids to: (Campus Construction Unit) 21C1 Bids will be received up to the hour of prevailing time, on, for Contract Divisions 21C2 Bids will be received up to the hour of, prevailing time, on, for Contract Division ( Work ) 21D Bid Opening Immediately after the closing time for receiving bids, they will be opened, publicly read, and tabulated in 22 Bid Documents 22A Bid Documents The bid documents include, but are not limited to, the Notice to Bidders, bid forms, the project manual (including supplementary conditions, list of drawings, schedules and tables, details, and specifications), drawings, and addenda 22B Procurement Up to (Number of Set(s) Allowed) set(s) of Bid documents per prequalified bidder of the divisions of work being bid may be obtained from the Professional Services Consultant by depositing a check made payable to the Professional Services Consultant in the amount of $ Non-cash plan deposit programs which are guaranteed by contractor associations are acceptable 22C Return The above deposit will be refunded upon the return of the bid documents in good condition within ten (10) days after bid opening date The bid documents shall remain the property of the Owner They shall not be returned with the bids, 00 10 00-2

00 10 00 Notice to Bidders () but shall be returned under separate cover to the Professional Services Consultant s office 22D Reference Sets For the convenience of bidders, the project manual, drawings and all addenda will be available for electronic viewing at no cost to potential bidders Complete sets of printed documents will also be on file for reference at: 23 Examining the Site Arrangements to visit and examine the site in accordance with Document 00 20 00-General Instructions to Bidders may be made by contacting, phone 24 Annual Prequalification Each bidder is required to be prequalified on an annual basis with the Owner in accordance with Document 00 20 00-General Instructions to Bidders 25 Project-Specific Prequalification Each bidder is required to prequalify for this project in accordance with Section 44 of Document 00 20 00-General Instructions to Bidders The project-specific prequalification shall be submitted to the Owner no later than 4:00 pm, prevailing time, on 25 Project-Specific Prequalification Project-specific prequalification is not required for this project 26 Prebid Conference A prebid conference for all parties interested in bidding the project will be held Representatives of the Owner and the Professional Services Consultant will be present to answer questions regarding the project and bidding procedures All prospective bidders are urged to attend (If estimated construction costs are $2,000,000, then use the following 26 section) 26 Prebid Conference A MANDATY prebid conference for all parties interested in bidding the project will be held Representatives of the Owner and the Professional Services Consultant will be present to answer questions regarding the project and bidding procedures All prospective bidders are REQUIRED to attend 27 IDOL Schedule of Current Prevailing Wage Rates Pursuant to the Prevailing Wage Act, the most current schedule of prevailing wage rates for all crafts (which includes the hourly basic wages, the hourly overtime rates, and the hourly fringe rates for health and welfare, insurance, vacation, and pension benefits) published by the Illinois Department of Labor for the locality in which the work is to be performed, that was available to the Owner at the time the documents were issued for bidding, is attached at the end of Document 00 90 00 and incorporated herein If the Illinois Department of Labor revises the prevailing rate of hourly wages to be paid by the Owner, the revised rate shall apply to this contract The prevailing rate of hourly wages is revised by the Illinois Department of Labor and is available on the Illinois Department of Labor s official website 00 10 00-3

00 10 00 Notice to Bidders () 28 Builder s Risk/Property Insurance 28A 28A 28B 28B Builder s Risk Insurance, pursuant to General Conditions Article 19, shall be provided by (DIVISION OF WK, CM, or OTHER) for the entire Project as determined by the Owner Owner-purchased building materials and supplies, equipment, machinery and fixtures intended to become a permanent part of the project valued at $ shall be included in this Builders Risk Insurance coverage Builder s Risk Insurance is not required for this Project Property Insurance (contents including furniture, fixtures, equipment, etc) Property Insurance for non-permanently installed property purchased by (DIVISION OF WK, CM, or OTHER), pursuant to General Conditions Article 19, shall be provided by (DIVISION OF WK, CM, or OTHER) for the entire Project until the Project is substantially complete Property Insurance (contents including furniture, fixtures, equipment, etc) Property Insurance is not required for this Project 29 (OPTIONAL CLAUSE) Liquidated Damages for Delay If Contractor fails to achieve Substantial Completion or Final Completion, or both, as required by Contractors contract, Contractor shall be liable to Owner for liquidated damages for unexcused delay as provided below: 29A For Delay in Substantial Completion Contractor shall pay Owner the sum of $ per day for every calendar day of unexcused delay in achieving Substantial Completion beyond the Substantial Completion Date Any sums due and payable hereunder by Contractor shall be payable, not as a penalty, but as liquidated damages representing an estimate of delay damages likely to be sustained by Owner, estimated at the time of executing this contract When Owner reasonably believes that Substantial Completion will be inexcusably delayed, Owner shall be entitled, but not required, to withhold from any amounts otherwise due Contractor an amount then believed by Owner to be adequate to recover liquidated damages applicable to such delays If and when Contractor overcomes the delay in achieving Substantial Completion, or any part thereof, for which Owner has withheld payment, Owner shall promptly release to Contractor those funds withheld, but no longer applicable, as liquidated damages 29B For Delay in Final Completion If Contractor fails to achieve Final Completion within thirty (30) days after Substantial Completion, Contractor shall pay Owner the sum of $ per day for each and every calendar day of unexcused delay in achieving Final Completion Any sums due and payable hereunder by Contractor shall be payable, not as a penalty, but as liquidated damages representing an estimate of delay damages likely to be sustained by Owner, estimated at the time of executing this contract When Owner reasonably believes that Final Completion will be inexcusably delayed, Owner shall be entitled, but not required, to withhold from any amounts otherwise due Contractor an amount then believed by Owner to be adequate to recover liquidated damages applicable to such delays If and when Contractor overcomes the delay in achieving Final Completion for which Owner has withheld payment, Owner shall promptly release to Contractor those funds withheld, but no longer applicable, as liquidated damages 00 10 00-4

00 10 00 Notice to Bidders () 210 Vendor Registration The awarded low, responsive and responsible Bidder will be required to register with the Owner s Vendor Services Application, and will be required to ensure that all Bidders subcontractors, vendors, and suppliers to be included on its Schedule of Values as identified in document 00 70 00 General Conditions are also registered in the Owner s Vendor Services Application The vendor registration module of the Vendor Services Application can be accessed at: https://appserv6adminuillinoisedu/vendorregistration/open/vendorsearchjsp 211 Business Enterprise for Minorities, Women, and Persons with Disabilities Act 211A (If Estimated Construction Costs > $250,000, including contingency) This project has diversity goals for participation by minority and women owned businesses as bidders, subcontractors or suppliers in accordance with the Business Enterprise for Minorities, Women, and Persons with Disabilities Act as defined in Document 00 20 00 NOTE: These diversity goals are separate and distinct from workforce projections (Attachment A of Document 00 40 00) Each Bidder shall name the MBE/WBE owned firm(s) it intends to use to meet the specified goals set for this project on Attachment B Minority/Women Business Enterprise Program Utilization Plan of bid form document 00 40 00 Utilization of WMBE certified vendors must designate full participation as either a MBE or WBE when split goals are identified for purposes of meeting diversity goals WMBE value may not be split between MBE and WBE The goals for this project are as follows ( N/A in Combined Goal column means split goals are in effect and N/A in Split Goals column means combined goals are in effect for each specific division of work): Goal Table Inserted Here If the goals are not met, the Bidder shall submit within ten (10) calendar days after Owner notifies bidder of the deficiency, documentation of its good faith efforts to achieve the goals (See General Instructions to Bidders, Document 00 20 00) Failure to submit such documentation, or to use good faith efforts, shall result in rejection of the bid 211A (If Estimated Construction Costs < $250,000, including contingency) There is no diversity goal on this project Bidders are encouraged to use diverse firms in performing the work and to strive to obtain diverse participation; however no good faith effort documentation is required The MBE/WBE owned firms to be used on this project shall be listed on Attachment B Minority/Women Business Enterprise Program Utilization Plan of bid form document 00 40 00 211B Bidders may request assistance in locating MBE/WBE businesses from the Office of Procurement Diversity at (312) 996-2971 END OF DOCUMENT 00 10 00 00 10 00-5