OUTAGAMIE COUNTY REQUEST FOR BID FOR ELEVATOR CONTROLS UPGRADE FOR THE YOUTH & FAMILY SERVICES BUILDING DUE: JUNE 1, :00 PM CT

Similar documents
OUTAGAMIE COUNTY REQUEST FOR BID FOR AXIS AND WISENET CAMERAS AND MILESTONE LICENSING FOR IT DEPARTMENT. Due By: March 8, :00 pm

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR ODOR CONTROL SYSTEM FOR DEPARTMENT OF RECYCLING AND SOLID WASTE

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

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

AIA Document A701 TM 1997

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.

SECTION NOTICE TO BIDDERS

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

INSTRUCTIONS TO BIDDERS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

INSTRUCTIONS TO BIDDERS

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

East Central College

Document A701 TM. Instructions to Bidders

INSTRUCTIONS TO BIDDERS

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

AIA Document A101 TM 2007

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

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

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

520 - Purchasing Policy

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

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

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. Two (2) 4 X 4 Trucks HIGHWAY DEPARTMENT. DUE BY: December 19, 2018 at 10:00 AM

INSTRUCTIONS TO BIDDERS

Dallas County Community College District Purchasing Department 4343 IH-30 Mesquite, Texas 75150

WINDOW WASHING

INSTRUCTIONS TO BIDDERS

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL

COUNTY OF COLE JEFFERSON CITY, MISSOURI

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

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

2018 Recreation Center Dectron Unit - R22 Refrigerant

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. Two (2) 4 X 4 Trucks HIGHWAY DEPARTMENT. DUE BY: December 19, 2018 at 10:00 AM

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

2018 Bulk Magnesium Chloride. Bids Due and Opening Thursday, March 29, 2018 Time: 10:00 a.m.

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

SECTION INSTRUCTIONS TO BIDDERS

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

INSTRUCTIONS TO BIDDERS

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

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

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

Date: October 24, 2018 Re: RFB OR 2019 CHEVROLET EXPRESS RWD 3500 PASSENGER VAN EXTENDED WHEELBASE LS

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

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

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

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

City of Hammond. Purchasing Department RFP 15-15

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

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

HVAC Remodel Second Floor North Center Building

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

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

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

PROPOSAL WATER PLANT LAB SCADA SYSTEM/AUTOMATION UPGRADE ASSUMPTION PARISH WATERWORKS DISTRICT NO. 1 NAPOLEONVILLE, ASSUMPTION PARISH, LOUISIANA

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT

GENERAL ENGINEERING JOB ORDER CONTRACT

City of Bowie Private Property Exterior Home Repair Services

Finance & Technology Administrator (815) ext 223

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

City of Forest Park Request for Proposals. Secure Access Control Systems

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

Educational Service Unit #3 REQUEST FOR PROPOSAL INSTRUCTIONS GENERAL CONDITIONS AND SPECIFICATIONS FOR:

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

UNIVERSITY OF KENTUCKY CAPITAL CONSTRUCTION PROCUREMENT SECTION INSTRUCTION TO BIDDERS TABLE OF CONTENTS

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

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

BID DOCUMENTS FOR. WTP VFD Replacement Bid

Request for Bid/Proposal

PURCHASING DEPARTMENT

INVITATION TO BID (ITB)

Non-Professional Services

The Liberia Annual Conference Monrovia, Liberia. REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT and GENERAL CONTRACTOR SERVICES FOR

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER

REQUIRED BID FORMS SECTION

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

ADDENDUM No. 2. August 1, 2018

PROPOSAL REQUIREMENTS AND CONDITIONS

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

PROJECT NUMBER: BAN-2015-CON-A1

DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

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

REQUEST FOR BID EQUIPMENT BID #05 18

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

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

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

Request For Proposal (RFP) for

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

Scope of Sanitary Sewer Inspection and Cleaning Program

PROJECT MANUAL INSTALLATION OF REPLACEMENT HVAC HEAT PUMPS AT TWO ELEMENTARY SCHOOLS BERRYESSA UNION SCHOOL DISTRICT

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

Transcription:

OUTAGAMIE COUNTY REQUEST FOR BID FOR ELEVATOR CONTROLS UPGRADE FOR THE YOUTH & FAMILY SERVICES BUILDING DUE: JUNE 1, 2018 2:00 PM CT

1.0 Overview Outagamie County is requesting bids from qualified contractors to upgrade elevator controls at the Youth and Family Services building (YFS), located at 500 W Fifth St in Appleton. The YFS building was built in 1997 and the 3 level elevator is original to the building. This elevator is a Schindler type 300 A, car number HG 43631 01, 20 HP motor with a 208 v power supply. 2.0 Scope of Work Reference the document titled Youth and Family Services Elevator Upgrade dated 5/14/18 for project scope and specifications. The following tasks shall be included in the scope of work. Provide all materials and labor associated with the project. Start up and testing of the new elevator controls. Plan installation schedule to limit downtime as much as possible. All parts shall be on hand before work begins. The awarded contractor shall also work consecutive full 6 to 8 hour days until project is complete. Contractor shall provide one printed copy and one electronic copy of all manuals associated with the project. Most work could be done during normal business hours. However, noisy activities such as hammer drilling or activities that cause excessive noise shall be performed before 8:00 am or after 5:00 pm in order to limit disruptions to office staff. Site Visit There will not be a formal site visit. If you would like to see the site, contact Paul Farrell (contact information in Section 7.0). 3.0 Completion & Liquidated Damages Notice of award will be by June 13 th. The awarded contractor must achieve final completion no later than 3:00 pm CT on November 15, 2018. The contractor will not be able to start this project until after August 30, 2018 due to another project that is taking place in the building during the month of August. The contractor shall schedule this project for minimal onsite time and minimum downtime and interruption for the elevator. 4.0 Contract Documents AIA A101 as Modified by Owner and the associated General Conditions (AIA A201 as Modified by Owner) will be the only contract document used. 5.0 Insurance and Indemnification See Attachment A for the requirements of the awarded bidder. Complete and return this form with your bid. However, only the awarded contractor will need to supply their Certificate of Insurance. 6.0 Bid and Performance Bond Each bid submitted must be accompanied by a bid bond prepared on the surety's standard form duly executed by the bidder as principal and having as surety thereon a

surety company licensed in the State of Wisconsin, in the amount of five percent (5%) of your total bid price, payable to the owner as a guarantee that if the bid is accepted, the successful bidder will execute and file with the owner within ten (10) days from the date the lowest responsible bidders bid is accepted, the required insurance certificate, a performance bond and a labor and material payment bond equal to the contract sum, for the faithful performance of this project, and for the complete payment of all persons either performing labor or furnishing materials for the completion of this project and sign the AIA contract referenced in this RFB. If the bidder fails to file such insurance certificate, bonds or sign the contract within ten (10) days from the notification of award, the bid security shall be forfeited to the owner as liquidated damages. Attorney's in fact who sign bid bonds, performance bonds, labor and material payment bonds must file with each bond a certified and currently dated copy of their power of attorney. Failure to submit a bid bond will result in the rejection of your bid. 7.0 Contact Information Site Information Paul Farrell Maintenance Supervisor Paul.Farrell@outagamie.org 920 832 1855 Bidding / Purchasing Policy & Procedure Information Nicole Schoultz Procurement Coordinator, Outagamie County (920) 832 6083 Nicole.Schoultz@outagamie.org 8.0 Clarification and/or Revisions to the Specifications and Requirements Bidder must examine the documents carefully and before submitting a Bid, may request additional information or clarification. A Bidder's failure to request additional information or clarification shall preclude the Bidder from subsequently claiming any ambiguity, inconsistency, or error. The County is relying on the bidder to provide its professional (experience and expertise with regard to industry standards for the project being bid). If bidder believes specifications are not within industry standards, bidder must bring its objection or concern to the County s attention. The County will issue responses to inquiries and any other corrections or amendments it deems necessary in written addendum prior to the Bid due date, such responses will be published on the County s website for all bidders to view. Bidders should rely only on the representations, statements or explanations that are contained in this document and any written addendum to this document. Where there appears to be a conflict between the document and any addendum issued, the last addendum issued will prevail. It is the Bidder's responsibility to assure receipt of all addenda. All documents will be posted online at www.outagamie.org then Bids / Proposals. In addition, Bidder(s) may inspect the documents in the County s Purchasing Department. Upon posting, such

addenda shall become part of the document and binding on Bidder(s). 9.0 County Reservation a. This bid request does not commit Outagamie County to make an award or to pay any costs incurred in the preparation of a response to this bid. b. The bid will become part of Outagamie County's files without any obligation on Outagamie County's part. c. The bid shall not offer any gratuities, favors, or anything of monetary value to any official or employee of Outagamie County for any purpose. d. The vendor shall report to Outagamie County any manufacturer product price reductions, model changes, and product substitutions. No substitutions are allowed without prior approval from Outagamie County. e. Outagamie County has the sole discretion and reserves the right to cancel this bid and to reject any and all bids received prior to award, to waive any or all informalities and or irregularities, or to re advertise with either an identical or revised specification. f. Outagamie County reserves the right to request clarifications for any bid. 10.0 Bid Submittal & Closing Date Outagamie County will receive sealed bids up to 2:00 p.m. CT June 1, 2018. Deliver or mail bids to Outagamie County Purchasing Attn: Nicole Schoultz 410 S Walnut St Appleton, WI 54911 The sealed envelope containing your bidder shall show the name of the bidder and must be clearly marked "Bid YFS Elevator Upgrade". Any bid or unsolicited amendments to a bid received after the closing date and time will not be considered. Your bid must include the following: Completed Bid Form Completed Attachment A Bid Bond References a list of organizations, including points of contact (name, address and telephone number) for similar work. Include a minimum of three and maximum of five. Any deviation(s) from the requested specifications Bids will be publically read at 2:05 p.m. on June 1 st in the Purchasing Department. 11.0 Fax or Email of Bids Fax or email bids are not acceptable. 12.0 Method of Procurement The method for this procurement is competitive sealed bid, pursuant to 66.0901 and Chapter 22 and 50 of the Outagamie County Code of Ordinances.

13.0 Taxes Effective January 1, 2016 all materials used on this project is tax exempt under Wisconsin State Statute 77.54(9m).

OUTAGAMIE COUNTY BID FORM YFS Elevator Controls Upgrade Bid Due: Mail / Delivery Bids To: June 1, 2018 2:00 p.m. CT Outagamie County Purchasing 410 S Walnut St Appleton, WI 54911 LUMP SUM BASE BID PRICE $ WRITTEN Dollars Cents Include information as requested in Section 10.0 with your Bid Acknowledgement of Addendum(s) Addendum Date Issued Firm Name: Authorized Signature: Name / Title: Date: Address: Telephone: E mail: