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

Similar documents
St. Charles City County Library District

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

INSTRUCTIONS TO BIDDERS

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

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

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

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

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

GUILFORD COUNTY SCHOOLS Invitation for Bids

COUNTY OF COLE JEFFERSON CITY, MISSOURI

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

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

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

INSTRUCTIONS TO BIDDERS

PURCHASING DEPARTMENT

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

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

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

South Madison Community School Corporation Project #1052 Pendleton Elementary School March 2014 Intermediate Renovation Phase II NOTICE TO BIDDERS

INSTRUCTIONS TO BIDDERS

SECTION NOTICE TO BIDDERS

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

REQUEST FOR PROPOSAL SUPPLY OF

East Central College

LONE TREE SCHOOL BELL SYSTEM

LONE TREE SCHOOL FLOORING REPLACEMENT

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

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

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

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

HEATING AND COOLING SYSTEM MAINTENANCE

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

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

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

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

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

PURCHASING DEPARTMENT

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

REQUEST FOR BIDS. MCC HVAC Replacement Units

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

SUBCONTRACT. by and between. to perform the Work identified in Article 2 in accordance with the Projects Contract documents.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Instructions to Bidders Page 1

COUNTY OF OSWEGO PURCHASING DEPARTMENT

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

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

HVAC Replacement Units

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

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

INVITATION TO BID (ITB)

CONSTRUCTION CONTRACT EXAMPLE

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

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

ALL PAGES MUST BE COMPLETE AND SUBMITTED WITH YOUR SEALED BID. PLEASE READ THE BID PACKAGE CAREFULLY.

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

ADDENDUM #5 NIB #

INSTRUCTIONS TO BIDDERS

L IBERTY C OUNTY, T EXAS

INVITATION TO BID. Sealed Bid, Fire Sprinkler Service. Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

AIA Document A201 TM 1997

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

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

REQUEST FOR PROPOSAL PROJECT MANUAL LOW Limestone and Granite Boulders Lake of the Woods Forest Preserve

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

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

PURCHASING DEPARTMENT

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

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

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

PURCHASING DEPARTMENT

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

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

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS

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

PURCHASING DEPARTMENT

GENERAL INSTRUCTIONS TO BIDDERS

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

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

CITY OF GREENVILLE Danish Festival City

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

Warner Robins Housing Authority

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

Transcription:

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified businesses for HVAC replacement at our Winghaven Branch. BID OPENING: Monday, October 23rd at 10:00 a.m. LOCATION: District Administrative Office, 77 Boone Hills Dr., St. Peters, MO 63376. Completed bids in accordance with this Invitation for Bid, can be emailed, faxed or hand delivered to: Attention: Rachel Satterfield, Purchasing & Building Project Manager, rsatterfield@stchlibrary.org, Fax: 636-441-3132. To protect the integrity of the Bid selection process, any questions concerning this Invitation for Bid, the Bid process or Bid specifications shall be emailed only to rsatterfield@stchlibrary.org in accordance with this Invitation for Bid. A bidder shall complete the Bid as required in this Invitation for Bid. Bidders must bid on all Library District Locations for the Project. The Library District reserves the right to reject any and all Bids and to waive formalities in the best interest of the Library District. We are entertaining proposals to replace two (2) units. One unit (Art Council) needs a heat exchanger and the smaller unit (Library) needs refrigerant, which means there is an undetected leak in the system. Unit #1: TRANE - M # YSC072A3RMA0VA0 / 2431005521 Approximately 65 ft. of pipe (will need field verification) Unit #2: YSC048A3RMA0YA0/243100929L Approximately 60 ft. of pipe (will need field verification) The new units: Paint gas pipe Replace gas regulator New disconnects Must have hail guards Replace 1 GFI at Unit 1 Must have an economizer installed Plan to replace approximately 65 of gas pipe Unit 1 (will need field verification). Plan to replace approximately 60 of pipe Unit 2 (will need field verification). New auto changeover thermostats Install MUST take place in (1) day on a SUNDAY. Must be turnkey which includes: crane, electrical connections, gas connections (if applicable) and sheet metal work as necessary to fit the curb or curb adapter Please plan to visit the site to verify supply and return transitions into existing supply and return duct work. Vendor responsible for new transitions. All new supply and return duct work must be insulated properly to the existing insulation and meet local code. Site visit to be scheduled through the Facilities Manager, Tauquincy Neal, 636-441- 2300 or tneal@stchlibrary.org

All work must be scheduled through the Purchasing Manager The Facilities Manager, Tauquincy Neal, must be contacted to review the scope of work, tneal@stchlibrary.org; 636-441-2300. The District reserves the right to waive any irregularities in the bid process. All Bids must include removal and disposal of any existing HVAC units on site. The District will take into account reliability, past work experience, references, estimated duration of the project and any other factors deemed in the best interest of the District. The District reserves the right to split awards, make multiple awards and to reject any and all Bids. The District is tax exempt - a certificate of tax exemption will be provided. The winning bidder will be required to provide E-Verification - proof of legal residence in this country for all employees on this job. The winning bidder will be required to provide proof of OSHA training and provide a certificate of liability insurance. The winning bidder will be expected to work closely with the administrative staff to create a schedule and to execute the work. The winning bidder shall be familiar with all codes, regulations, and standards governing the specified work, including but limited to those for the County of St. Charles, Missouri. Any contradiction between the manufacturer s requirements and these specifications shall be brought to the attention of the manufacturer, the specifier and the Owner. This is a prevailing wage project. If you are not familiar with Missouri Prevailing Wage, please contact the Missouri Department of Labor. See attached applicable Annual Wage Order No. 24. Invitation for Bid - Timeline Invitation for Bid Issued Monday, October 16, 2017 Bids due Monday, October 23, 2017 by 10:00 a.m. Public bid opening at the District Administrative Offices Monday, October 23, 2017 by 10:00 a.m.

GENERAL INSTRUCTIONS TO BIDDERS 1.1 INSTRUCTIONS AS A PART OF THE ADVERTISEMENT FOR BIDS A. These Instructions to Bidders are a part of the advertisement for bids for the following Electrical Project for the St. Charles City County Library District: HVAC Replacement for Winghaven Branch B. To be considered, all bids must be submitted in accordance with these Instructions to Bidders. D. The Owner reserves the right to reject any and all bids, and to waive any informalities, irregularities or omissions in any bid. E. Time for Bids to Remain Open: 1.2 BIDS REQUESTED 1. Pricing to be guaranteed through to completion of installation. 2. No bids may be withdrawn without the written consent of the Owner. A. The Owner requests the following base bid: 1. Complete construction bids only, on a lump sum basis for all classes of work required by the contract documents for the project. B. Each bidder must also file: 1. Unit Prices as may be listed in the documents or as required by subsequent addenda. 2. Alternate bids as may be listed in the documents or as required by subsequent addenda. 1.3 BID INCLUDES ALL COSTS A. The amount of each bid shall be deemed to include entire cost and expense of every item of labor and material necessary to complete the work bid upon, in full detail ready for use and occupancy; and the risk of all such costs and expenses shall be deemed assumed by the successful bidder. Bidders will not be given extra payment for conditions that could have been determined by examining the site and contract documents and reviewing published addendums on website. 1.4 INTERPRETATION OF DOCUMENTS A. Bidders contemplating submitting a bid for the proposed project who are in doubt to the true meaning of any part of the bidding documents shall submit to the Owner at least 1 week prior to the date for opening bids (August 17th deadline) a written request for an interpretation. The bidder submitting the request shall be responsible for its prompt delivery. B. Requests for interpretation of the contract documents and any modifications of the contract documents will be made only by an Addendum issued by the Owner. A copy of such addendum will be emailed or delivered to each entity receiving a set of the bidding documents. 1.5 SITE CONDITIONS A. Bidders shall inform themselves of all conditions under which the work is to be performed, including the site of the proposed work, any obstacles that may be encountered thereon, and all other relevant matters concerning the proposed work

B. All bidders must visit the site and examine the location of the work required to become fully aware of the nature and extent of the work required. Facilities Manager must be contacted at 636-441- 2300 to schedule a meeting to review. C. Each bid shall be deemed to include all costs and expenses in connection with all such conditions, obstacles and matters. 1.6 SUBMISSION OF BID AND RELATED DOCUMENTS A. Each bid shall be submitted on the form included with the documents required. All information required on the bid form shall be filled in including the base bid amount. Alternative proposals, if required, unit prices, alternate prices, addenda bidder has incorporated, and any other data required on the form. B. Hand delivered bid documents shall be enclosed in sealed envelopes and clearly labeled as to their contents, the name of the project (Invitation for Bid HVAC Replacement for Winghaven Branch), the name of the bidder, and the time of the opening to guard against the premature opening of any bid document. Bids shall be delivered to: C. Certificate of Insurance: Rachel Satterfield, Purchasing & Building Project Manager St. Charles City-County Library District 77 Boone Hills Drive St. Peters, MO 63376-2410 1. The Contractor shall maintain in force at all times during the performance of the work hereunder policies of insurance providing protection against the following risks in the minimum limits or greater if required by law. a) Worker s Compensation: State Statutory Applicable Federal Statutory Employer s Liability $1,000,000.00 b) Comprehensive General Liability (including Premises Operations; Independent contractor s Protective; Products and Completed Operations; Broad Form Property Damage): Bodily Injury: $1,000,000.00 Each Occurrence $2,000,000.00 Annual Aggregate Property Damage: $1,000,000.00 Each Occurrence $2,000,000.00 Annual Aggregate Products and Completed Operations to be maintained for 2 years after final payment. Property Damage Liability Insurance will provide X, C, or U coverage as applicable. c) Contractual Liability Bodily Injury: $1,000,000.00 Each Occurrence $3,000,000.00 Aggregate Property Damage: $1,000,000.00 Each Occurrence $1,000,000.00 Annual Aggregate d) Personal Injury, with Employment Exclusion deleted:

D. Bid Signatures $1,000,000.00 Annual Aggregate e) Comprehensive Automobile Liability: Bodily Injury: $250,000.00 Each Person $500,000.00 Each Occurrence 1. Bids that are not signed by individuals making them shall have attached thereto a power-of-attorney evidencing authority to sign the bid in the name of the person for whom it is signed. 2. Bids that are signed for a partnership shall be signed by all partners or by an attorney-in-fact. If signed by an attorney-in-fact, there shall be attached to the bid a power-of-attorney evidencing authority to sign the bid, executed by the partners. 3. Bids that are signed by a corporation shall have correct corporate name thereof and the signature of the president or other authorized officer of the corporation manually written below the corporate name following the word By. E. Modification or Withdrawal of Bid: 1. Any bidder may withdraw his bid at any time prior to the scheduled time for the receipt of bids. 2. Bids may be modified any time prior to the scheduled time for receipt of bids. 1.7 PERFORMANCE BOND AND LABOR & MATERIAL PAYMENT BOND A. The successful bidder shall be required to submit a 100% performance and payment bond and current certificate of insurance naming the St. Charles City County Library District as additional insured. 5% bid bonds will be required. The insurance certificates shall include vehicle, workers compensation and general liability coverage. 1.8 PERMITS AND INSPECTION A. The successful bidder shall obtain permits, request inspections, etc., all as required by the building codes and local governmental agencies. 1.9 WAIVER OF LIEN A. Partial Waiver of Lien from each major material supplier shall accompany each payment request after the first payment, to confirm and acknowledge disbursement of the payments. Partial Waiver of Lien shall be properly completed and shall list the cumulative amount of payments received by the date of the waiver. This requirement shall not be waived unless agreed upon in writing by St. Charles City-County Library District. Final payments shall not be approved until St. Charles City- County Library District receives a Full Waiver of Lien for each major material supplier. 1.10 UNIT PRICES A. Bidders shall quote unit prices as outlined in the project documents, which will apply in the event addition to, or deduction from, the work to be performed under this contract are required. The unit prices shall include all incidental items, such as use of tools, scaffolding, equipment, contractor overhead and profit, taxes, insurance, etc. All quantities will be determined by measurements in place. B. The right is reserved to reject any and all unit prices that are considered excessive or unreasonable. 1.11 APPLICATION FOR PAYMENT

A. Invoices shall reflect percentage complete as verified by the Owner. The amount of invoices shall not exceed ninety (90%) percent of the labor and materials values of the work accomplished. The Owner will not pay for materials shipped to the job site. Approval of any progress payments will be at the discretion of the Owner. The Owner reserves the right to determine any additional amounts of retainage. 1.12 IDENTIFICATION & REMOVAL OF HAZARDOUS MATERIALS A. Removal, abatement, and disposal of the identified asbestos containing materials shall be the sole responsibility of the Contractor. B. Removal, abatement, and disposal of the identified asbestos containing materials shall be done in strict accordance with all Federal, State, and Local laws, codes, rules, and regulations. 1.13 MISSOURI SALES AND USE TAX A. The Missouri Sales and Use Tax will not apply to the purchase of materials under this Contract by the Owner from the Contractor to that effect. A tax exempt letter will be provided to the contractor (Form 5060 Missouri Department of Revenue Project Exemption Certificate). 1.14 WAGE RATES A. The required prevailing wage rate for St. Charles County shall be adhered to in accordance with Section 290.210 to 290.340 V.A.M.S, The Division of Labor Standards in performing work of this contract. The law provides that not less than the prevailing hourly wages determined by the Division shall be paid by a Contractor and or Subcontractor. 1. Before work can begin on the project, the Library District will send a PW-2 prevailing wage project notification contractor information notification which lists the successful bidder (contractor and any subcontractor). The successful bidder will be notified by the Library District when the notification requirement has been fulfilled. 2. The successful bidder shall post a copy of the applicable wage order on each Library District Location where it is to remain until the project s completion. 3. The successful bidder (contractor and subcontractors) must provide records of wages paid to all workers employed on the project for verification. 4. Before final payment is made the successful bidder (general contractor and subcontractors) must file a PW-4 Affidavit of Compliance. The affidavit must state the party has fully complied with Missouri Prevailing Wage Law. NO final payment will be made until the compliance has been verified. END OF INSTRUCTIONS FOR BIDDERS

BID PROPOSAL FORM Invitation for bid HVAC Replacement for Winghaven Branch (If bid is not submitted on the following bid forms, it will be rejected) Bidder shall utilize the following form. Please fill in all items. Bidder Name: _ The undersigned declares that he has carefully examined the instructions and specifications and will furnish the items as specified for the price set forth in this bid. The undersigned has checked carefully the bid figures and understands that he shall be responsible for any errors or omissions in this bid offer and is in receipt of all addenda as issued. Addendum through. It is understood and agreed that all items bid, will be delivered F.O.B. Pricing to be guaranteed through to completion of project. It is further understood and agreed that the St. Charles City County Library District (Owner), reserves the right to accept or reject any part of the completed bid and to waive any informality in the bid process. It is also understood that the St. Charles City County Library District requires that the work under said contract be completed in a timely manner without interruption and that by submission of a bid, the undersigned agrees to all terms and provisions set forth in the Specifications. Submit bid as follows: 1. Base bid for installation: Contractor is responsible for all site visits, measurements and conditions. 2. Bid must include all costs for all permits, electrical, disposal and labor. 3. Bidder must submit a projected installation date (following page states some preferred dates) By signing and submitting this bid, the bidder certifies that said guarantee from manufacturer will be furnished. In the event that the required manufacturer s warranty/guarantee cannot be provided, the contractor s bid will be rejected. By signing and submitting the bid, the bidder certifies that performance and labor and material payment bonds in amounts sufficient to cover the total proposed cost of the work will be furnished. The bonds will be amended and maintained current as required by Owner with all additions or deletions from the contract work. By signing and submitting this bid, the bidding contractor will identify the number of workdays anticipated for full completion and final sign-off for this project. Weather delay days will be exempt. Schedule anticipated for completion, including clean up and punch list items: (Sunday Installation Date) (Pricing) (Model # s of New Units) COMPANY: ADDRESS: PHONE #: FAX #: EMERGENCY PHONE #: E-MAIL: SIGNATURE & TITLE: DATE: END OF BID FORM