Item No. Description 1. BID PROPOSAL FORM Make the following revisions: a. Replace the BID PROPOSAL FORM with the attached BID PROPOSAL FORM.

Similar documents
NOTICE TO CONTRACTORS

Sidney, Ohio 1204 FORMAL ISSUANCE OF CERTIFICATE OF SUBSTANTIAL COMPLETION... ON OR BEFORE JULY 30, 2015.

INVITATION TO BID. Allendale Elementary School 3670 Penniman Avenue, Oakland, CA 94619

1. Delete BID FORM in its entirety and replace with the BID FORM attached to this Addendum.

BID PROPOSAL-REVISED

ADDENDUM #1: MODIFICATIONS AND ADDITIONS TO CONTRACT DOCUMENTS

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING.

Cherokee Nation

SMALL WORKS PROJECT REQUEST FOR SEALED BIDS

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

REQUEST FOR QUOTES (RFQ) # Issue Date: September 21, 2017

cbever LY) \HILLS/ AGENDA REPORT

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S.

DOCUMENT ADVERTISEMENT FOR BIDS

BID FORM CITY OF BEVERLY HILLS. The undersigned, having carefully examined the site conditions and the Contract Documents for

Ventura County Community College District 761 E. Daily Drive, West Stanley Avenue, St. 200, Camarillo, CA Purchasing Department

CITY OF MILTON INVITATION TO BID (THIS IS NOT AN ORDER)

Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS

Addendum # 2 Wicomico County Circuit Court Second Floor Renovations Date of Addendum: 2/6/2017

NORTH HILLS SCHOOL DISTRICT INVITATION TO BID GENERAL/SPECIAL CONDITIONS. Fire Extinguisher Inspection and Maintenance

Housing Authority of the City of Perth Amboy

Solicitation No.: The enclosed addendum amends the bid documents for the above referenced Project.

2019 Landscape Awards

Annual Fire Systems and Backflow Preventers Testing

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS

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

Additions & Alterations to Ascension Parish Library Galvez Prairieville, Louisiana Project No. 1401

COUNTY OF ROCKLAND Department of General Services Purchasing Division

Sheetz Inc. Fire Protection Service Guidelines

Florida Department of Transportation

Haywood County Animal Services Facilities

BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS

Pinky Lewis Recreation Centre Interior Renovations in the City of Hamilton

CITY OF LOCKPORT FIRE SPRINKLER & FIRE ALARM SYSTEM INSTALLATION ASSISTANCE PROGRAM

Definitions; contractors licensed by Board; examination; posting license, etc.

NASSAU COUNTY FIRE PROTECTION PERMIT APPLICATION

DESCRIPTION OF WORK. The bidder shall provide adequate proof of licensure and insurance.

ARKANSAS FIRE PROTECTION LICENSING BOARD ACT 743 OF 1977

ADDENDUM NO. 1. PREPARED BY: Justin Scott DATE PREPARED: 05/25/2018. PROJECT: Centerville-Washington Park District Park Operations Facility

Q: Oil heater installed in hydraulic tank? A: We require an oil heater thermostatically controlled installed on the Hydraulic tank.

BIRCH RUN TOWNSHIP SAGINAW COUNTY, MICHIGAN ORDINANCE # ALARM SYSTEM ORDINANCE

Olivenhain Municipal Water District (OMWD) REQUEST FOR PROPOSALS. For. Ultraviolet Disinfection System at. 4S Ranch Water Reclamation Facility

COMMISSION ORDER. IT IS FURTHER ORDERED that the Request for Bid and Notice to Bidders be displayed on the Franklin County website.

Florida Senate SB 982 By Senator Bennett

EAST BAY MUNICIPAL UTILITY DISTRICT

I. INTRODUCTION Codes, Rules, Laws, & Requirements

Subject: Addendum #3 IFB No CNG Gas Detection Repair and Maintenance

DATE: CHECK AMOUNT: CHECK NUMBER: RENEWAL APPLICATION. COMPANY CERTIFICATE OF REGISTRATION And INDIVIDUAL LICENSE RENEWAL

ADDENDUM No. 3 BID NO TRANSMISSION WAREHOUSE OFFICE REMODEL

CONSTRUCTION DOCUMENTS CHECKLIST

EAST GREENWICH FIRE DEPARTMENT 284 MAIN STREET, EAST GREENWICH, RHODE ISLAND TELEPHONE: FAX:

PROJECT: AQUATICS CENTER FIRE ALARM SYSTEM IMPROVEMENTS FORT LEWIS COLLEGE DURANGO, COLORADO TABLE OF CONTENTS

Florida Department of Transportation 1000 NW 111 th Avenue, Room 6203 Miami, Florida

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

RULES OF DEPARTMENT OF COMMERCE AND INSURANCE DIVISION OF FIRE PREVENTION CHAPTER FIRE PROTECTION SPRINKLER SYSTEM CONTRACTORS

General Permit Information: Proposed Building Use: Commercial- Labor & Material Cost Code Edition:

REQUEST FOR PROPOSALS CLEANING SERVICES

Request for Proposals (RFP) for: Columbia County Facilities Fire Detection and Security Improvements

SPECIFICATIONS SOUTHERN MIDDLE SCHOOL

MUNICIPALITY OF GREENSTONE BOX 70, 1800 Main Street Geraldton, Ontario P0T 1M0 Telephone Facsimile

Turf Removal Rebate Program Requirements

WALLCOVERINGS WALLCOVERINGS

SPECIFICATIONS FOR PURCHASE AND INSTALLATION OF A NEW ACCESS CONTROL AND CCTV SECURITY SYSTEM FOR LARSON ICE CENTER. (Revised February 13, 2014)

CCDC EXPANSION PROJECT

MINUTES OF TOWN BOARD MEETING HELD ON OCTOBER 18, 2017 AT 7:00 PM AT TOWN HALL, ONE OVEROCKER ROAD POUGHKEEPSIE, NEW YORK

REQUEST FOR PROPOSAL

ADDENDUM No: 3 JOSEPHINE COUNTY BUILDING OPERATIONS DEPARTMENT. February 29, NO CHANGE: March 8, 2012 / NOT LATER THAN 2:00 PM

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

RESOLUTION NO , 2016 COLUMBIA TOWNSHIP, HAMILTON COUNTY, OHIO

PROJ. NO SECTION PAGING, SPEAKERS AND HARD-WIRED CLOCK SYSTEMS

REQUEST FOR PROPOSAL. Grounds Maintenance

ASSEMBLY, No STATE OF NEW JERSEY. 218th LEGISLATURE INTRODUCED MARCH 22, 2018

Auditorium Stage Curtains TSC RFP 17-29

RE: Clark East Tower Renovations DATE: November 16, 2015 Ypsilanti, Michigan

APPENDIX A - TECHNICAL SPECIFICATIONS HEAT TRACE INSTALL ON OIL PIPING BETWEEN TURBINE BLDG AND VALVE FARM NORTHSIDE GENERATING STATION (NGS)

Third Year Renewal of Three-Year Contract Bid # LR, Fire Extinguisher Service Maintenance Department Florida Fire Services, Inc.

AGENDA ITEM # 13A/B. AGENDA ITEM EXECUTIVE SUMMARY Village Board Meeting December 10, 2018

FORM A: PROPOSAL (See B10.2) 1. Contract Title INTEGRATED SOLID WASTE COLLECTION IN THE CITY OF WINNIPEG

Cohoes Housing Authority 100 Manor Sites Cohoes, NY P: F:

BY REPRESENTATIVE(S) Casso, Fischer, Frangas, Hullinghorst, Kagan, Labuda, Pace, Soper, Vigil, Carroll T.; also SENATOR(S) Tochtrop.

FRONT PORCH SUNSHINE REQUEST FOR QUOTATIONS CONTRACTOR AND SYSTEM QUALIFICATIONS

You are required to READ ALL PAGES. of this application

ADDENDUM/AMENDMENT NUMBER 5 (October 7, 2016) Fire/Security Alarm-Intercom/Clock/Bells-Audio/Video Systems

CHAPTER BEAUTIFICATION AND LANDSCAPE MANAGEMENT


NOTICE INVITING TENDER

ADDENDUM 1. Southeast High School Auditorium & Gymnasium HVAC Improvements

SANTA FE COUNTY IFB# PW/KE CONSTRUCTION FOR THE SANTA FE MOUNTAIN CENTER KITCHENETTE AND OFFICE SPACE ADDENDUM #2

FIRE & LIFE SAFTEY STANDARD

ASSEMBLY, No. 475 STATE OF NEW JERSEY. 218th LEGISLATURE PRE-FILED FOR INTRODUCTION IN THE 2018 SESSION

FIRE SUPPRESSION SPRINKLER SYSTEM

Glenwood Springs Fire Protection District Amendments to the 2009 International Fire Code

REPORT TO COUNCIL City of Sacramento

SUBJECT: ADDENDUM NO. 1 RFP# , FIRE ALARM SYSTEM SERVICE (DISTRICTWIDE) REPOST

STATEMENT OF WORK ELECTRICAL REPAIR / MAINTENANCE BUILDING PROJECT FDC RACCOON CREEK STATE PARK (BEAVER COUNTY)

(3) Chart. The following chart illustrates the above hours: TABLE INSET:

Council of the City of York, PA Session 2008 Bill No. Ordinance No. INTRODUCED BY: Genevieve Ray DATE: November 18, 2008

Request for quotation (RFQ) for goods/services

SECTION INSPECTION AND TESTING OF WORK

Minimum Standards for Engineers Practicing Fire Protection Engineering in the State of Oklahoma September 14, 2016

Transcription:

City of Raleigh, Fire Station No. 11 Renovation September 28, 2018 274-CM2018-15A Page 1 HUFFMAN ARCHITECTS, PA 632 PERSHING ROAD RALEIGH, NORTH CAROLINA 27608 PHONE (919) 740-5669 TO: ALL PRIME BIDDERS OF RECORD Due to an insufficient number of packages received, bids were not opened on September 27, 2018. The project will be re-advertised on IPS. Separate sealed bids will be received until 3 :30 PM, October 11,2018, at One Exchange Plaza Conference Room 809, 8th Floor, 219 Fayetteville Street, Raleigh, NC 27601. The following general contractors are eligible to submit bid packages: Daniels and Daniels Engineered Construction Company G & G Builders L. A. Downey & Son Monteith Construction Burney & Burney Construction Scotia Construction HM Kern BID DOCUMENTS Item No. Description 1. BID PROPOSAL FORM Make the following revisions: a. Replace the BID PROPOSAL FORM with the attached BID PROPOSAL FORM. CLARIFICATIONS Item No. Description 1. Any questions must be submitted by 12:00 pm on October 3, 2018. If required, a final addendum will be issued on October 4, 2018. 2. Since there is an established allowance of 100,000 for furniture, what is the intent of Alternate No. 9? These two items appear to contradict one another. Response: The furniture allowance is intended to cover all furniture. Alternate No. 9 is a preferred brand alternate intended for furniture item T1. A substitution request for item T1 may be submitted for approval per the furniture data sheets. All other furniture items are open line and substitutions will not be allowed. 9/28/18

City of Raleigh Fire Station 11 Renovation Project No. 1711 BID PROPOSAL FORM SINGLE PRIME GENERAL CONSTRUCTION WORK FORMAL CONTRACT BIDDERS NAME BASE BID PROPOSAL The undersigned, as Bidder, hereby declares that the only person or persons interested in this Proposal as principal or principals is or are named herein and that no other person than herein mentioned has any interest in this Proposal or in the Contract to be entered into; that this Proposal is made without connection with any other person, company or parties making a Bid or Proposal; and that it is in all respects fair and in good faith without collusion or fraud. The Bidder further declares that he has examined the site of the work and informed himself fully in regard to all conditions pertaining to the place where the work is to be done; that he has examined the specifications for the work and the Contract Documents relative thereto, including addenda, if any, and has read all special provisions furnished prior to the opening of bids; that he has satisfied himself relative to the work to be performed. The Bidder proposes and agrees if this Proposal is accepted to contract with the City of Raleigh with a definite understanding that no money will be allowed for extra work except as set forth in the General Conditions and Contract Documents, for the sum of: Base Bid Dollars ( ). For separate prime bids to single prime contractor pursuant G.S.143-128, the separate prime contractor shall not submit a higher bid to any single prime contractor than the separate prime bid submitted to the Owner for the same scope of work, including the cost for bonds. Therefore, if the separate prime contractor is NOT including bonds in its bid to a single prime contractor, the deduction for bonds shall be clearly shown in the bid to the single prime contractor. 0400-1

SUBCONTRACTOR LISTING PLUMBING CONTRACTOR HVAC CONTRACTOR ELECTRICAL CONTRACTOR ABATEMENT CONTRACTOR SITE CONTRACTOR FIRE PROTECTION CONTRACTOR 0400-2

ALTERNATES Should any of the alternates as described in the specifications be accepted, the amount written below shall be the amount to "add to" of "deduct from" the Base Bid. If to be "deducted from" Base Bid, put minus sign (-) in parentheses at head of alternate and plus sign (+) in parentheses if to be added. Refer to Section 01 2300 for description of alternates. Alternate No. 1 Two (2) Four-Fold Doors outward opening Dollars ( ) Alternate No. 2 Standing Seam Metal Roofing Dollars ( ) Alternate No. 3 Stainless Steel Guard and Handrails Alternate No. 4 Slab Jacking/Void Filling Dollars ( ) Dollars ( ) Alternate No. 5 Floor Finish F10A Engineered Tile and Epoxy Grout Dollars ( ) Alternate No. 6 Appliances Preferred Brands Dollars ( ) Alternate No. 7 Vehicle Exhaust Capture System Preferred Brand Dollars ( ) Alternate No. 8 Sod Alternate No. 9 Furniture Preferred Brands Alternate No. 10 Generator Preferred Brands Dollars ( ) Dollars ( ) Dollars ( ) 0400-3

UNIT PRICES Unit prices are complete for labor, equipment, material, overhead and profit. Base bid includes the stipulated allowance quantity of each item. Unused amount will be credited to the Owner by change order at the end of the project. Description Unit Price Unit Measure Allowance Units UP #1 Photoelectric Smoke Detector Each 2 UP #2 Fire Alarm Horn/Strobe Each 2 UP #3 Fire Alarm Strobe Each 2 UP #4 Fire Alarm Pull Station Each 2 UP #5 Sprinkler Head Each 2 UP #6 Fire Extinguisher and Semi-Recessed Cabinet Each UP #7 Unsuitable soils removal and disposal off site Cubic Yard 50 Cubic Yards UP #8 Replacement of removed rock or unsuitable soils removal with off-site suitable soil in-place. Cubic Yard 20 Cubic Yards UP #9 Replacement of removed unsuitable soils removal with Aggregate Base Course in-place. Cubic Yard 20 Cubic Yards UP #10 Replacement of removed unsuitable soils removal with No.57 washed stone in-place. Cubic Yard 10 Cubic Yards 0400-4

The undersigned acknowledges receipt of the following addenda issued during the time of bidding and includes the changes therein in this Proposal: The undersigned agrees that this Proposal will not be withdrawn for a period of sixty (60) days. The undersigned agrees to ensure compliance with the E-Verify requirements of the General Statutes of North Carolina, all contractors, including any subcontractors employed by the contractor(s), by submitting a bid, proposal or any other response, or by providing any material, equipment, supplies, services, etc., attest and affirm that they are aware and in full compliance with Article 2 of Chapter 64, (NCGS64-26(a)) relating to the E-Verify requirements. The undersigned further agrees that in the case of failure on his part to execute the said Contract and the Bond within ten (10) consecutive calendar days after written notice being given of the award of the Contract, the check, cash or Bid Bond accompanying this Bid shall be paid into the funds of Owner's Account set aside for this Project, as liquidated damages for such failure; otherwise the check, cash or Bid Bond accompanying this Proposal shall be returned to the undersigned. Respectfully submitted this day of, 20 (Name of Firm or Corporation making Bid) By: WITNESS: (Proprietorship or Partnership) Title: (Owner, Partner, or Corporation President or Vice President only) CORP SEAL Address: Affix Corporate Seal Above ATTEST: By: Title: (Corporation Secretary or Assistant Secretary only) 0400-5