COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

Similar documents
Pre-Bid Meeting Notes Repairs to Wertz Mill Covered Bridge ITB #12-35-KL

BID FOR LUMP SUM CONTRACT

SECTION 1.A BID FOR LUMP SUM CONTRACT

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

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

BID FORM (Lump Sum or Unit Price)

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

SECTION NOTICE TO BIDDERS

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

INSTRUCTIONS TO BIDDERS

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

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

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADVERTISEMENT FOR BIDS

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

INFORMATION FOR BID. Tee Shirts (School Nutrition)

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

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

BAINBRIDGE ISLAND METROPOLITAN PARK & RECREATION DISTRICT. Small Public Works. Aquatic Center Locker Room Flooring Resurfacing Project

BID PRICE FORM. (Date) CHARLESTON COUNTY PARK AND RECREATION COMMISSION (CCPRC) 861 RIVERLAND DRIVE CHARLESTON, SC 29412

Proposal and Agreement for Construction on Purchaser s Lot

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

BID PROPOSAL. To RM Builders on behalf of the Cherokee Nation Entertainment (hereinafter called Owner).

Demolition of Water Ground Storage Tanks

ADDENDUM NO. 1 December 8, Bidders are hereby informed that the construction plans and/or specifications are modified as follows:

INSTRUCTIONS TO BIDDERS

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

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

BID FORM. PROJECT: 2017 Water line replacement

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

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

City of Bowie Private Property Exterior Home Repair Services

Suite 300 Tenant Improvement

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

HVAC Remodel Second Floor North Center Building

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

PART INSTRUCTIONS TO BIDDERS

Proposal No:

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS

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

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

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

French Hall Rehab Main Entrance

Project Manual for Electrical Switchgear Replacement Project

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

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL. Proposal of, hereinafter

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

ADDENDUM #5 NIB #

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

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

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

Request for Proposals. For the Read Schoolhouse Preservation Work

INSTRUCTIONS TO BIDDERS

PROPOSAL REQUIREMENTS AND CONDITIONS

5. BID FORMS TABLE OF CONTENTS

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County,

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

BHP Project IFB #

CONSTRUCTION MANAGEMENT-AT-RISK AGREEMENT

SECTION INSTRUCTIONS TO BIDDERS

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

SERVICE CONNECTION CONSTRUCTION PERMIT WSSC Permit Services Unit APPLICANT/OWNER: PROPERTY DESCRIPTION: ADDRESS: CONTACT PERSON: ADDRESS:

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

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

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

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.

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INSTRUCTIONS TO BIDDERS

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to:

PLEASANTVILLE HOUSING AUTHORITY

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

Construction Management-at-Risk Agreement

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

City of Newnan, Georgia

University of California, Riverside Barn Expansion

AIA Document A701 TM 1997

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

TALBOT COUNTY, MARYLAND PUBLIC NOTICE INVITATION TO BIDDERS TALBOT INTERFAITH SHELTER, INC. IMPROVEMENTS, 107 GOLDSBOROUGH STREET, EASTON, MARYLAND

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

STANDARD CONTRACT EXECUTION FORMS

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 2. Terminal B & E Passenger Boarding Bridge Replacement Gates B9, B26, E31, E34

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

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE

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

APPENDIX A TO COMPREHENSIVE AGREEMENT UOSA CONTRACT S/1 BUILDING S/1 RENOVATIONS FORM OF STAGE 2: DESIGN-BUILD WORK AMENDMENT

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

Document A701 TM. Instructions to Bidders

REQUEST FOR PROPOSAL RFP #14-03

Transcription:

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA 19601 Tel: 610-478-6168 Fax: 610-898-7404 Kelly A. Laubach, CPPB, Director of Contracts and Procurement NOTICE TO BIDDERS Amendment #4 Issued on June 29, 2017 Re: Invitation to Bid # 17-19-KO This Amendment should consist of a total of 8 pages. If you have not received this Amendment in its entirety, please contact the County of Berks Purchasing Department at (610) 478-6168. The County hereby amends the above noted Invitation to Bid (ITB) as indicated herein. All other details of the ITB remain unchanged. Language that is underlined denotes that which has been added. Language that has been stricken denotes that which is hereby removed. Where conflict exists between these responses and information in the original ITB package, the responses shall prevail. Disregard the Revised Bid Form issued in Amendment 3 as it was incorrect. The Correct Revised Bid Form is attached to this Amendment. Should you have any questions regarding this Amendment, please contact Kelly J. Okken, Deputy Director of Contracts & Procurement, via phone at (610) 478-6168 ext. 6274 or via email at kokken@countyofberks.com.

COUNTY OF BERKS Proposed Barn Renovations Angora Fruit Farm Environmental Education Center REVISED BID FORM CONSTRUCTION County of Berks Controller s Office Berks County Services Center 633 Court Street, 12 th Floor Reading, PA 19601 DATE BIDDER Attn: County Controller Re: Proposed Barn Renovations Angora Fruit Farm Environmental Education Center The following Bid is submitted in response to your Invitation to Bid. This Bid is submitted by: Company Name: Company Address: Main Telephone: Main Fax: Communications and questions concerning this bid are to be directed to: Contact Name / Title: Contact Telephone: Fax: Contact Email: In the event our company is awarded a contract as a result of the ITB and this bid, the following individual will serve as project liaison/manager: Name / Title: Office Address: Telephone: Fax: Email:

This Bidder agrees to furnish the bonds required by Article 11, Paragraph 11.4 of the General Conditions, as modified by the Owner. Bid Security in the amount required by the Instructions to Bidders is enclosed. It is agreed that Bid Security shall be forfeited to the addressee if this Bidder does not, within seven (7) days after notification of Award of Contract, enter into a Contract for the construction proposed, execute the Waiver of Liens/Mechanics Lien Waiver, furnish the Performance Bond and the Payment Bond required by the Bidding Documents and provide the required insurance. This Bidder has carefully examined the Bidding Documents and the Project site, and certifies that it fully understands the requirements thereof. This Bidder agrees that, after notification of Award of Contract, it will furnish and deliver materials, water, tools, equipment, light, heat, power, tests, transportation, secure permits and licenses, do and perform labor, superintendence and means of construction, pay fees and do incidental Work, and execute, construct and finish the aforesaid in an expeditious, substantial and workmanlike manner, in accordance with the Bidding Documents to the complete satisfaction and acceptance of the Owner for the price hereinafter stated. As set forth in Article 8, Subparagraph 8.2.4 and Article 9, Subparagraph 9.11 of the General Conditions, Bidder submits this Bid with the understanding that the Proposed Barn Renovations -Angora Fruit Farm Environmental Education Center encompassed in the Bidding Documents shall be commenced immediately upon receipt of the Notice to Proceed and shall be fully and finally completed in accordance with the Project schedule established by the Owner, and that time for the completion of the Work shall be considered as of the essence of this Contract, and that for the costs of extra inspections, salaries of contingent forces and other expenses entailed by the Owner by delay in completing the Contract, said Owner shall be entitled to the fixed sum of One Thousand Dollars ($1,000.00), per Contractor, per calendar day, until the Date of Substantial Completion as liquidated damages for each and every days' delay, not caused by the Owner. This provision shall apply to each and every phase of construction. In addition to the foregoing and without limiting the foregoing, the Contractor and Contractor s Surety shall be jointly and severally liable for and shall pay the Owner the costs incurred by the Owner resulting from the Contractor s delay in submitting Shop Drawings, Product Data, Samples and similar submittals beyond the required number of days specified for such submittals as provided in the Contract Documents as liquidated damages, and not as a penalty, in the amount of Five Hundred Dollars ($500.00) per calendar day, for each calendar day of delay until such submittal has been properly submitted as provided in the Contract Documents. All submittals shall be received from the Contractors by the earlier of the date set forth in the Contract Documents, if applicable, or within forty-five (45) days of the Notice to Proceed. Bidder understands that the Award of Contract will be preconditioned on submittal to the Owner and the Architect, of a Certificate of Insurance as outlined in the General Conditions, within seven (7) days after notification of Award of Contract is received by this Contractor. Bidder understands the following supplements to the Bid Form must be submitted concurrent with this bid submission. Bid Bond Form and Consent of Surety Substitution List Non-Collusion Affidavit Bidder s Qualifications (AIA Document A305, 1986 edition) Bidder s Qualification Form Supplement Bidder's Financial Disclosure Form Sample Certificate of Insurance evidencing limits required herein Bidder understands the following supplement to the Bid Form must be submitted within seven (7) calendar days after receipt of the Notice of Intent to Award. Equipment Suppliers List Subcontractors List Employment Verification Form as required by Act No. 127 Performance Bond Payment Bond

Waiver of Liens/Mechanic s Lien Waiver Certificate of Insurance evidencing the limits and including the additional insured language required herein It is agreed that Bid Security shall be forfeited to the addressee if this Bidder does not, within (i) five (5) days after the Notice of Intent to Award a Contract submit the Verification Forms required by the Public Works Employment Verification Act on behalf of itself and each of its Subcontractors and (ii) seven (7) days after notification of Award of Contract, enter into a Contract for the construction proposed, execute the Waiver of Liens/Mechanics Lien Waiver, furnish the Performance Bond and the Payment Bond required by the Bidding Documents and provide the required insurance. This Bid is submitted with the definite understanding that Bids are valid for acceptance by the Owner and may not be withdrawn for a period of at least sixty (60) days after the actual date of the opening thereof unless the award of the Contract is delayed due to required approvals of other governmental agencies, or sale of bonds, in which case, Bids shall be irrevocable for one hundred twenty (120) days in compliance with Act 1978-317, approved November 26, 1978. It is understood that the Owner reserves the right to reject any or all Bids, or part thereof or items therein, and to waive technicalities required for the best interests of the Owner. Omission of any information may be sufficient cause for rejection of this Bid. It is further understood that competency and responsibility of Bidders will receive consideration before the Award of Contract. The undersigned will not assign his Bid or any of his rights or interests thereunder without the written consent of the Owner. The Base Bid and other required information are submitted in the spaces provided. Handwritten initials on each page of this Bid Form identify each as a part of this Bid. BASE BID The sum for the Proposed Barn Renovations - Angora Fruit Farm Environmental Education Center (words) dollars ($ ) (figures) COST BREAKDOWN Total shall equal Base Bid. Bonds $ Construction $ Total shall equal Base Bid. * Cost breakdowns are for administrative purposes only, and will not be used to determine the lowest possible bidder.

ALTERTES The following listed alternate prices shall be filled in and submitted with the Bid Form. It is agreed that all Work to be performed under accepted alternate prices shall conform to the applicable Contract Documents, and shall include all Work in connection with or consequent to the alternate price Work to produce a complete installation. Alternate prices shall be all inclusive of the cost of materials, Work, profit, supervision, administration and any and all other costs in connection therewith for Work in place and accepted or omitted as the case may be, and shall hold for the same period as the Bid. The undersigned hereby proposes the following prices for Alternates, the selection of which shall be at the Owner's option: CONTRACT NO. 1 GENERAL CONSTRUCTION 1. Existing exterior deck, floor boards is indicated on drawings and details to be replaced and railings, etc. brought up to code and new stair added with Azek, Trex or equal with standard color. Product specifying Replace all indicated new decking materials identifies as Azek, trex or equal with pressure treated lumber. Include labor and materials for staining all exposed surfaces with standard solid color stain. DEDUCT CONTRACT NO. 2 PLUMBING CONSTRUCTION CONTRACT NO. 3 MECHANICAL CONSTRUCTION CONTRACT NO. 4 ELECTRICAL CONSTRUCTION QUANTITY ALLOWANCES The undersigned certifies that it has included the following Quantity Allowances in the above Base Bid. The undersigned further certifies that the sums stated shall be deducted from the Contract Sum by deduct change order if the corresponding work is not required by the actual conditions encountered.

CONTRACT NO. 1 GENERAL CONSTRUCTION 1. Cost to remove existing Lower Level doors (002), (004) & (005) And ADD new specified wood doors, dutch doors, prepare and paint, new hardware and locks, and install, prepare and repair existing wood frames and jambs for the new wood doors. 2. Cost for specified Mediterrenia brick floor tile throughout the Addition On all floor surfaces, and below cabinets, counters and furniture. Tile to be sloped to new floor drains and all ADA adjacent tolerances must be held. Tile set in basket weave pattern, 4 x8 Chicago brick style with Mapei grout, supply and install. 3. Cost for specified Seneca Hand molded wall wainscot tile, 4 x4 tiles, Old World Series with decorative nature pattern inserts, with Mapei grout, supply, and install. 4. Cost for Lawler specified railing systems for the new ADA ramp As well as the railing and pickets at the existing patio area, All inclusive supply and install. 5. Cost for supply and install random width reclaimed 1 x wide widths Varying between 6 and 12 wide oak, natural finish wood plank flooring over entire main barn floor as specified. CONTRACT NO. 2 PLUMBING CONSTRUCTION 1. Cost for SUPPLY all specified Plumbing fixtures In Bath Rooms & Kitchenette Area CONTRACT NO. 3 MECHANICAL CONSTRUCTION CONTRACT NO. 4 ELECTRICAL CONSTRUCTION 1. Cost for SUPPLY all specified Light Fixtures UNIT PRICES The Contractor is required to bid unit prices on the following items as identified below. If any extra Work is required in these categories beyond the Contract requirements, the unit prices shall be used as a basis for determining the amount of additional payment to the Contractor. If any deletions are to be made in these categories, the unit prices shall be used as the basis for determining the credit the Owner is entitled to receive. The Owner reserves the right to reject any unit price which is unreasonable or unbalanced, as

compared with prevailing costs, or as compared with the unit prices submitted by the other bidders for this Project. The Owner reserves the right to ask for a revised unit price before or after the Contracts are signed. CONTRACT NO. 1 - GENERAL CONSTRUCTION Unit Price No.1: Rock Excavation A. By Hand, Air Hammer $ /c.y. B. By Ram Hammer $ /c.y. C. By Blasting $ /c.y. CONTRACT NO. 2 PLUMBING CONSTRUCTION Unit Price No.1: Rock Excavation A. By Hand, Air Hammer $ /c.y. B. By Ram Hammer $ /c.y. C. By Blasting $ /c.y. CONTRACT NO. 3 - MECHANICAL CONSTRUCTION CONTRACT NO. 4 - ELECTRICAL CONSTRUCTION Unit Price No. 1: Electrical Boxes: The unit price shall be the average cost for the installation of one Additional electric box and the required rough-in wiring Unit Price No.2: Rock Excavation A. By Hand, Air Hammer $ /c.y. B. By Ram Hammer $ /c.y. C. By Blasting $ /c.y. ADDENDA The Bidder acknowledges receipt of Addenda listed below which have been issued during the bidding period and agrees that said Addenda shall become part of the Contract (Bidder shall list numbers and dates of Addenda received). No. Date No. Date No. Date No. Date No. Date No. Date

IDENTIFICATION OF BIDDER Company Phone Address Please check the appropriate category: Sole Proprietorship Pennsylvania Corporation Partnership Foreign Corporation Registered in PA The undersigned hereby certifies that this Bid is genuine and not sham, collusive or fraudulent or made in the interest of or on behalf of any person, firm, or corporation not herein named; and that the undersigned has not, directly or indirectly, induced or solicited any Bidder to submit a sham Bid, or any other person, firm or corporation from bidding, and that the undersigned has not, in any manner, sought by collusion to secure for himself any advantage over any other Bidder. SIGTURES COMPANY ME FEDERAL ID# STREET ADDRESS PO BOX CITY STATE ZIP TELEPHONE # FAX # Witness or Attest: An Officer, if Bidder is corporation, if notowner, Partner, or President/VicePresident* corporation, any competent adult * Bidder to circle appropriate term. END OF DOCUMENT