fbpx
Wednesday, May 15, 2024
HomeNewsLegal NoticesSECTION 00 11 13 ADVERTISEMENT FOR BIDS

SECTION 00 11 13 ADVERTISEMENT FOR BIDS

TITLE: Minnehaha Elementary ES Addition and Renovations

LOCATION OF WORK:
Minnehaha Elementary School 421
7th Street Two Harbors,
Minnesota 55616

OWNER:
Independent School District #381 –
Lake Superior School District 1640 County
Highway 2, Two Harbors, Minnesota 55616

CONSTRUCTION MANAGER:
ICS
1331 Tyler Street NE Suite 101
Minneapolis, MN 55413
(763) 354-2670
ekalath.sophaphanh@ics-builds.com

ARCHITECT:
Wold Architects and Engineers.
332 Minnesota Street, Suite W2000,
St. Paul, Minnesota 55101
(651) 227-7773
sbagley@woldae.com

STRUCTURAL:
Northland Consulting Engineers
102 South 21st Avenue West, Suite 1,
Duluth, Minnesota 55806
(218) 727-5995
mark@nce-duluth.com

MECHANICAL ENGINEER:
CMTA
525 S Lake Avenue, Suite 222,
Duluth, Minnesota 55802
(218) 722-3060
ben.felland@cmta.com

ELECTRICAL ENGINEER:
CMTA
2201 12th Street N, Suite E,
Fargo, North Dakota 58102
(701) 280-0500
andy.bartsch@cmta.com

CIVIL ENGINEER:
CMTA 2201 12th Street N, Suite E,
Fargo, North Dakota 58102
(701) 280-0500
steve.schilke@cmta.com

FOOD SERVICE:
LJG Design, LLC
64510 Pleasant Park Drive,
Chanhassen, Minnesota 55110
(952) 474-0303
len@ljgdesignllc.com

PROJECT DESCRIPTION:
The project consists of rebidding of work scopes 1, 2, 6, 16 for all of the work necessary for the Minnehaha Elementary School’s addition and remodeling including but not limited to site improvements, concrete, interior finishes, mechanical, and electrical.

BID DATE AND LOCATION:
Sealed Bids will be received at 421 7th Street, Two Harbors, Minnesota 55616 then publicly opened and read aloud. Bids will be received and stamped-in prior to 3:30 PM local time on January 17, 2023. Bids submitted after allotted time will be discarded, NO EXCEPTIONS.

EXAMINATION OF DOCUMENTS:
Bidders may view drawings and specifications for the project at the office of the Construction Manager.

For Electronic access to the bidding documents, please contact Angie Stahnke at (218) 336-5901 angie.stahnke@ics-builds.com. The Construction Manager can also provide locations of Builders Exchanges holding plans for contractors to access. Bidders are responsible for any and all costs associated with the production of plans and specifications for their use.

BIDDING REQUIREMENTS:
Each Bidder must comply with the following requirements to reassure acknowledgment and recognition of their Bids:

Bids must be accompanied by Bid security in the form of a certified check, cashier’s check, or Bid bond in the amount of 5% of the base Bid submitted, made payable to the owner, as guarantee that Bidder will, if awarded, enter into contract in accordance with contract documents and submitted Bid.

Submit Bid on the prescribed form, which is furnished with the specification, with full name and address of the Bidder.

Completely fill in all blank spaces on the Bid Form, in ink or typewriter, in both words and figures.

Sign in longhand, executed by a principal duly authorized to enter into an agreement. If a Bidder is a co-partnership, then signatures on the Bid shall be by an authorized member of the firm, with names and addresses of each member of partnership.

Base Bid and all alternate Bids shall be stated both in writing and in figures. In all cases, written and numerical figures must agree; otherwise at Owner’s option, it shall be cause for rejection of Bid. Complete form without alterations.

Submit alternate prices (Bids) for either increasing or decreasing the costs, as called for on Bid form and Description of Alternates.

Submit a Bid for all alternates. Owner may make such investigations as they deem necessary to determine the ability, competency, and responsibility of the Bidder to perform the work. Any Bidder shall furnish to Owner all such information and data for this purpose, as the Owner may request. Owner reserves the right to reject any Bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such Bidder is properly qualified to carry out the obligations of the contract and to complete the Work contemplated therein. The competence and responsibility of Bidder will be considered in making an award, including, but not limited to; (1) proof of financial responsibility, (2) quality of similar work, (3) amount of experience with similar projects, (4) facilities, personnel and equipment, (5) reputation for performance, and (6) the ability to complete the work within specified time. Owner reserves the right to reject any Bid where there is reasonable doubt as to the qualifications of the Bidder. Owner reserves the right to: (1) accept Bidder’s Base Bid only, (2) accept any one or more of bidder’s Alternate Bids, in any order regardless of the order in which they were listed, (3) reject all Bids, (4) award contract based on’their investigation of Bidders, as well as acceptance of alternates, all of which the Owner deems to be in their best interest, (5) waive informalities or minor irregularities in Bids and waive minor irregularities or discrepancies in Bidding procedure.

Upon award of Contract, Contractor shall provide AIA A312 Performance and Payment Bonds in the amount of 100% of Contract Sum in accordance with General Conditions and Amendments to General Conditions.


BIDDING DOCUMENTS & SITE REVIEW:
Each Bidder (including subcontract Bidder where appropriate) is advised to visit the site and to fully inform themself and record their own investigations as to the extent of the Work, the extent of the work performed by other contractors under other construction packages, conditions under which the Work is to be performed, existing buildings and streets, conditions of the area, existing utilities and other features, type of soil, available facilities and difficulties that may be encountered in connection therewith, and other relevant items which will affect their Bid or the Work.

Prior to submitting a Bid, each Bidder is required to examine all of the bidding requirements, all Contract Documents, all drawings, and specifications for the Project (including those primarily for other Subcontracts). Contractors shall become thoroughly familiar with the scope of the Project and all factors and items of work which will affect their Bid or the Work, whether shown or specified in documents primarily for Work of others or Work of this Contract.

No extras will be allowed the Contractor as a result of misunderstanding of the extent of scope of the Work as a result of their failure to study and record their own findings. Submission of a Bid shall be proof that such examinations have been made and that Bidder has recorded their own investigation and has become thoroughly familiar with all contract documents (including all addenda). The failure or omissions of any Bidder to examine any form, instrument or document shall in no way relieve any Bidder from any obligation in respect to their Bid. Nor shall it be the responsibility of ICS or its counterparts to ensure you have read all documentation. This is the sole responsibility of the Bidder and its Sub-Contractor(s).

PRE-BID CONFERENCE:
A Pre-Bid conference will be held at 3:30 PM on January 5, 2023 at Minnehaha Elementary School 421 7th Street, Two Harbors, Minnesota 55616. If Bidders want to visit the physical site, a site review will take place immediately following the Pre-Bid conference. No extras will be allowed because of the Bidder’s misinterpretation as to the amount of work involved, Bidder’s own error, negligence, or failure to examine the site.

START DATE:
Work will begin after receipt of the signed contract from the Owner. The anticipated award date is February 15, 2023. Pre-construction and submittals work related to the project is to commence immediately after receipt of the signed contract. Actual work on site shall not commence until Project Phase start dates as identified below:
1. Phase IA: Kitchen Addition (June 10, 2023 to March 8, 2024)
a. Onsite construction activities in these areas, including site staging, temporary walls and construction barriers, and floor protection shall begin on June 10, 2023.
b. Substantial Completion Kitchen Addition shall be on March 8, 2024
2. Phase IB: Interior Renovations (Administration Offices, Media Center) and Sitework (June 10, 2023 to August 18, 2023) a. Onsite construction activities in these areas, including site staging, temporary walls and construction barriers, and floor protection shall begin on June 10, 2023.
b. Substantial Completion Interior Renovations (Administration Offices, Media Center) and Sitework shall be on August 18, 2023
3. Phase II: Renovation of Existing Kitchen into Kindergarten Suite (March 18 , 2024 to August 19, 2024)
a. Onsite construction activities in these areas, including modified site staging, temporary walls and construction barriers, and floor protection shall begin on March 18, 2024.
b. Substantial Completion of Existing Kitchen into Kindergarten Suite shall be on August 19, 2024.
4. Phase III: Renovation of Classrooms, Boiler Room, Roof Replacement, Sitework – Bus Drop Off and Staff Parking (June 6, 2024 to August 19, 2024)
a. Onsite construction activities in these areas, including modified site staging, temporary walls and construction barriers, and floor protection shall begin on June 6, 2024.
b. Substantial Completion of Renovation of Classrooms, Boiler Room, Roof Replacement, Sitework – Bus Drop Off and Staff Parking shall be on August 19, 2024

SUBSTANTIAL AND COMPLETION DATE:
Owner requires all work to be substantially complete in different areas throughout the site on or before milestone dates as listed in section 01 11 00 Summary of Work as well as the overall construction schedule provided in section 01 32 10 Project Schedule Requirements. Final completion of all work must be completed by substantial completion dates mentioned above.

END OF SECTION 00 11 13
Northshore Journal: December 30, 2022 & January 6, 2023

RELATED ARTICLES
- Advertisment -
W3.CSS

Most Popular