IFB 15-014 - 2015 Fire Alarm Upgrades for 4-15078 DOCUMENT 00 11 13 ADVERTISEMENT FOR BIDS 1.1 PROJECT INFORMATION A. Notice to Bidders: Qualified bidders may submit bids for project as described in this Document. Submit bids according to the Instructions to Bidders. 1. Regulatory Requirements: Applicable standards, regulations and laws of the State of Kansas shall govern submittal, opening, and award of bids. B. Project Identification: 2015 Fire Alarm Upgrades for, John Fiske Elementary School,,, Kansas City Kansas Public Schools. 1. Project Locations: 2800 Farrow Kansas City, KS 625 South Valley Street Kansas City, KS 1429 South 29 th Street Kansas City, KS 2220 North 59 th Street Kansas City, KS C. Owner: Kansas City Kansas Public Schools, USD 500. 1. Owner's Representative: Brad Hoffman Telephone: 913-627-3873 D. Architect: ACI/Boland, Inc. E. Project Description: The project consists of all necessary construction to provide the replacement and upgrading of Fire Alarm Systems at, John Fiske Elementary School, and. F. Construction Contract: Bids will be received for the following Work: 1. General Contract (all trades). ADVERTISEMENT TO BIDS 00 11 13-1
IFB 15-014 - 2015 Fire Alarm Upgrades for 4-15078 1.2 BID SUBMITTAL AND OPENING A. Owner will receive sealed lump sum bids until the bid time and date at the location given below. Owner will consider bids prepared in compliance with the Instructions to Bidders issued by Owner, and delivered as follows: 1. Bid Date: Thursday, April 30, 2015. 2. Bid Time: 2:30 p.m. 3. Location: Office of the Director of Purchasing 3 rd Floor of the Board of Education Building 2010 N. 59 th Street Kansas City, Kansas 66104. B. Bids will be thereafter publicly opened and read aloud. 1.3 BID SECURITY A. Bid security shall be submitted with each bid in the amount of 5 percent (5%) of the bid amount. No bids may be withdrawn for a period of sixty (60) days after opening of bids. Owner reserves the right to reject any and all bids and to waive informalities and irregularities. 1.4 PRE-BID CONFERENCE A. Pre-bid Conference: A Pre-bid conference for all bidders will be held at 1:30 p.m. on April 22, 2015 at District Shop, 2220 N. 59 th St., Suite 229, Kansas City, Kansas 66104. A tour will follow the meeting to review the project sites. Prospective bidders are requested to attend. 1.5 DOCUMENTS A. Contractors, legitimate sub-bidders, and vendors may obtain copies of Bidding Documents from Architectural Blueprint Company, 913-951-2000 upon deposit of Fifty Dollars ($75.00) per set. Electronic downloads of bidding documents may be acquired at website at no cost to bidder. If printed documents are returned to Architectural Blueprint Company in good condition within twenty (20) days following opening of Bids, deposit will be refunded. B. Online Procurement: Obtain access via the Virtual Plan Room at the website for Architectural Blue Print, www.archblueprint.com. Online access will be provided to all bidders and suppliers. C. Viewing Documents: Examine at the locations below: 1. Bidding Documents will be on file and may be examined during normal office hours at: McGraw Hill-Dodge Plan Room; Hot Springs, Arkansas Builder's Association; Kansas City, Missouri Minority Contractors Association; Kansas City, Missouri 1.6 TIME OF COMPLETION AND LIQUIDATED DAMAGES A. Successful bidder shall begin the Work on receipt of the Notice to Proceed (work at buildings may commence on June 1, 2015) and shall complete the Work (Substantial Completion) no later than July 31, 2015. The work is subject to Liquidated Damages. ADVERTISEMENT TO BIDS 00 11 13-2
IFB 15-014 - 2015 Fire Alarm Upgrades for 4-15078 1.7 BIDDER'S QUALIFICATIONS A. Bidders must be properly licensed under the laws governing their respective trades and be able to obtain insurance and bonds required for the Work. A Performance Bond, separate Labor and Material Payment Bond, and Insurance in a form acceptable to Owner will be required of the successful Bidder. 1.8 NOTIFICATION A. This Advertisement for Bids document is issued by Kansas City Kansas Public Schools, USD 500. END OF ADVERTISEMENT FOR BIDS ADVERTISEMENT TO BIDS 00 11 13-3
IFB 15-014 - 2015 Fire Alarm Upgrades for 415078 PROJECT: 2015 Fire Alarm Upgrades for ACI Project #415078 ARCHITECT: ACI/Boland, Inc. 1421 E. 104 th St., Suite Kansas City, MO 64131 Mark Hunter (816) 7639600 DATE: April 24, 2015 ADDENDUM NO. 2 Architectural This addendum, applicable to work herein, shall be understood to be, and is, an Addendum and as such shall be a part of and included in the Contract. IT IS ESSENTIAL THAT ALL BIDDERS/ CONTRACTORS FURNISHING LABOR, MATERIAL, AND SERVICES IN CONNECTION WITH THE PROJECT READ EACH SECTION OF THIS ADDENDUM. Bids shall acknowledge receipt of and inclusion of all addenda items. General 1A2 PreBid Meeting Notes Prebid conference notes from the Prebid conference held on April 22, 2015 along with the Signin Sheet are included in this addendum. 2A2 Fire/Life Safety Closers/Holders Attachments Add following at John Fiske Elementary: (2) LCN 4040SE x 689 closer/holders on double doors at North end of Hall 013. (1) LCN 4040SE x 689 closer/holder on single door between Hall 027 and Hall 033. Connect each device into fire alarm system per note 13 on sheet JFE1.1. A. Prebid conference notes and signin sheet. END OF ADDENDUM NO. 2 Architectural Addendum No. 1 Arch Page 1
PREBID CONFERENCE NOTES Project: IFB 15-014 - 2015 Fire Alarm Upgrades ACI/Boland, Inc. Project No. 415078 ACI/BOLAND, INC. KANSAS CITY 1421 E 104 th Street, Suite 100 Kansas City, Missouri 64131 T. 816.763.9600 F.816.763.9757 PreBid Conference Date: April 22, 2015 Bid Date: Bid Time: Bid Location: April 30, 2015 (Thursday) 2:30 p.m. Office of Director of Purchasing 3 rd Floor of the Board of Education Building 2010 N. 59 th Street Kansas City, Kansas 66104 1. Introduction of Participants A. Owner s Representative. Brad Hoffman B. Architect, ACI/Boland, Inc. Mark Hunter C. Consulting Engineer, PKMR Engineers Mike Raaf Ronda Newstrom 2. General Overview of Project A. 2015 Fire Alarm Upgrades 1. Project work includes all necessary construction to provide the replacement and upgrading of Fire Alarm Systems at Quindaro Elementary School,, Emerson Elementary School and. 2. Alternate Bid for Pull Station Guards at all Pull Stations. 3. Contractor's Qualifications A. AIA Qualification Statement: Each contractor shall submit with their bid an AIA 305 Contractor Qualification Statement.
4. Bid Proposal Form A. Must be fully completed and submitted at the time of bid. B. Review documents and existing conditions. Bring conflicts or questions to the attention of the Architect prior to bidding. No extras will be approved for conditions readily observable by visiting the site. 5. Bid Security/Bid Bond A. Each bid submitted shall have a certified cashiers check or Bid Bond (AIA 310) equal to 5% of the bid. Checks or Bid Bonds will be returned to all bidders after the execution of the contract with successful bidder. 6. Form of Contract A. AIA Document A101 2007 7. Insurance Requirements A. The insurance requirements associated with this job can be found in the General Conditions of the Contract for Construction. 8. Prevailing Wage Requirements A. Wage rates are not required. 9. Performance Bond and Payment Bond AIA A312, 2010 edition A. Bonds to be submitted by the successful bidder within ten (10) days of contract award. 10. Sales Tax Exemption A. This project is EXEMPT from sales tax. Copies of the exemption certificate will be made available to the Contractor from the School District. 11. Building Permit A. A Building Permit shall not be required for this project. Plans will be reviewed and approved by the Kansas City Kansas Fire Department and Kansas State Fire Marshal s office. B. The Contractor is responsible for procuring and paying for occupational licenses, fees, Permits and similar items required by the City and other authorities having jurisdiction. 12. Project Schedule A. The Contractor may begin the Work on receipt of Notice to Proceed (work at the buildings may commence on June 1, 2015). Substantial Completion shall be July 31, 2015. 13. Questions concerning the project shall be directed to the Architect. Do not contact the
School District. 14. Questions and tour of project sites. 1. Metal wiremold pathways may be used where ceiling access is not possible. Exposed metal conduit pathways may be used in areas where existing conduits have been used. Metal conduits to be painted to match adjacent wall or conduits. 2. The majority of ceilings in Emerson are splinetype system. This may necessitate wiremold or conduit pathways. 3. Fiske has a combination of splinetype ceilings and layin ceilings. 4. Quindaro is all layin ceilings, but does have drywall soffits in some areas such as the center core area of each classroom pod. 5. Trenching and new conduit have been noted for pathway to modular classrooms. If existing conduit can be utilized for new work this would be acceptable. 6. Schools will be vacant during construction. 7. Brad checked and Emerson is scheduled to have summer school during construction period, however the assistant principal is trying to find alternate location. Bidders are advised to schedule work at Emerson towards latter part of schedule. 8. Each site will need dedicated foreman on site. 9. Drawing prints and PDF s are available by contacting Architectural Blueprint. 10.Email or fax bids will not be accepted. Hard copy sealed bids only. 11. Brad Hoffmann agreed to meet bidders for school walkthroughs as needed prior to bid date. 12. A tour through the was conducted immediately following the prebid conference. A portion of the second floor is currently undergoing remodeling. The building fire alarm is currently disabled with the intent being to replace entire system. END OF PREBID CONFERENCE NOTES