City of Marquette
REQUEST FOR BIDS
BP # 15-10
MCCARTY'S COVE
RESTROOM FACILITY
CONSTRUCTION (DNRTF#12-030)
DATE 3-13-2015
Deadline and Bid Opening will be at 10:00 AM, April 6, 2015. Location of the opening
will be at Marquette City Hall, Room 103, 300 W. Baraga Ave, Marquette, MI 49855.
All bids must be submitted in duplicate in a sealed envelope clearly identifying the bid
title. No fax or electronic bids will be accepted. State or federal funds are being used to
assist in construction and relevant State or federal requirements will apply. Contract
documents can be found on the City website at www.matety.ora/bids.htm!
Mail Bids To:
City of Marquette
BP 15-10
ATTN: Katie Burnette
Finance Department
300 W. Baraga Ave.
Marquette, MI 49855
The City of Marquette reserves the right to reject any and
the best interest of the City /
William & Vajda
City Manager
For questions or further information, contact: Eric Stemen
Superintendept of Facilities
estemen@mqtety.orgPROJECT SCOPE:
Construct one 320 sq. ft. year round restroom facility located at McCarty's Cove Park in
the City of Marquette. The building is to be of masonry construction with wood framed
roofs and timber trusses.
GENERAL CONDITIONS:
The City of Marquette reserves the right to reject any or all bids or parts thereof or waive
any informality in any bid and to accept any bid considered to be in the best interest of
the City.
The successful bidder will be contacted within five days of approval. Bid awards are
made by the Marquette City Commission. This bid is expected to be awarded at the
April 13, 2015 City of Marquette Commission meeting.
Except as otherwise noted, the Contractor shall provide and pay for all materials, labor,
tools, permits, and other items necessary to complete the work. Unless otherwise
specified, all parts shall be new meeting specifications. All workmen shall be skilled in
their respective trades.
A pre-bid meeting will be held on March 25, 2015 (10:00 a.m. EST) at
Marquette City Hall, Room 103, 300 W. Baraga Ave, Marquette, Mi
Potential bidders are encouraged to attend.
INSURANCE REQUIREMENTS:
The Contractor shall purchase and maintain Workman's Compensation and Liability
Insurance coverage as required by law and deemed necessary for his/its own
protection.
The Contractor shall further maintain such insurance as will protect it from claims under
worker's compensation acts and other employee benefits acts, from claims for damages
because of bodily injury, including death, and from claims for damages to property
which may arise both out of and from claims for damages to property which may arise
both out of and during operations by itself or by anyone directly or indirectly employed
by the Contractor. This insurance shall be written for not less than any limits of liability
specified as part of the Contract Documents,
The Contractor shall name the Owner as an additional named insured on all certificates
of insurances covering the project. Certificates of insurance, for all required coverage,
shall be filed with the Owner prior to commencing the Work. Said insurance shall be in
minimum limits of at least $1,000,000.00 for both general liability and automobile liability
and shall be written by an insurance carrier having at least an “A, VII" rating.CONTRACTOR'S OBLIGATIONS:
Contractor shall complete the project no later than October 31, 2015.
All Work shalll be in accordance to the provisions of the Contract Documents. All
systems shall be in good working order.
All Work shall be completed in a workmanlike manner, and shall comply with all
applicable national, state, and local building codes and laws
All Work shall be performed by individuals licensed to perform said Work, as outlined by
law.
Contractor shall obtain all necessary permits for the Work to be completed.
Contractor shall provide a minimum one year warranty for labor and equipment.
Contractor shall remove all construction debris and leave the project in a “broom clean”
condition
Upon satisfactory payment being made for the Work performed by Contractor,
Contractor shall fumish a full and unconditional Release of Lien for the Work for which
payment has been made.
The Contractor shall be responsible for safety at the construction site. The Contractor
will further comply with all applicable laws, rules, and regulations of the Michigan
Department of State Police, Fire Marshall Division, the State Fire Safety Board, OSHA,
and Local Agencies.
Precaution shall be exercised at all times for the protection of persons and of property.
The safety provisions of applicable laws, rules, regulations, and building and
construction codes shall be followed. Safety Hazards shall be guarded in accordance
with safety provisions of the Manual of Accident Prevention in Construction published by
The Associated General Contractors of America, to the extent that such provisions are
not in conflict with applicable laws.
State or federal funds are being used to assist in construction and relevant State or
federal requirements will apply.
The contractor and any subcontractors shall not discriminate against an employee or
applicant for employment with respect to hire, tenure, terms, conditions, or privileges of
employment, or a matter directly or indirectly related to employment, because of race,
color, religion, national origin, age, sex, height, weight, marital status or a disability that
is unrelated to the individual's ability to perform the duties of a particular job or position.CLARIFICATIONS:
Questions regarding ambiguities of these specifications should be addressed in writing,
to Erie Stemen at estemen@matety.org no later than 3 business days prior to the formal
bid opening.
SCOPE OF WORK:
The contractor shall provide all parts and services as outlined in the contract
documents. The documents are on file for inspection at the Marquette Builders
Exchange and U.P. Engineers & Architects, Inc. 424 South Pine Street, Ishpeming, Ml
49849. An electronic copy of the Contract Documents may also be obtained from the
City of Marquette’s website at www.matcty.org/bids.html. If necessary equipment or
work has been inadvertently omitted from the contract documents, itis the contractor's
responsibility to recommend the appropriate equipment and or services to ensure
proper installation and functionality.
OWNERS RESPONSIBILITY:
City of Marquette personnel shall be responsible for the following work:
* Connection to City owned utilities
* Site restoration (ie. installation of sod or seed)
* The Project Manager and point of contact will be U.P. Engineers & Architects, Inc.
of Ishpeming, Ml
CHANGE ORDERS
All change orders will be handled according to AIA provisions and shall be submitted to
U.P. Engineers & Architects.
BID SELECTION:
Bids will be awarded in the best interest of the City.
WITHDRAWAL OF BIDS
No Bid shall be withdrawn for a period of forty-five (45) days after the scheduled
opening without consent of the City.
BID SUBMISSION REQUIRMENTS
Deadline and Bid Opening will be at 10:00 AM, April 6, 2015. Location of the opening
will be at Marquette City Hall, Room 103, 300 W. Baraga Ave, Marquette, MI 49855.
All bids must be submitted in duplicate on the attached bid form (see below) in a sealed
envelope clearly identifying the bid number and title. No fax or electronic bids will be
accepted,
Mail Bids to: City of Marquette
BP 15-10
Attn: Katie Bumette
Finance Dept.
300 W. Baraga Avenue
Marquette, MI. 49855BID FORM
BP 15-10
McCarty’s Cove Restroom Facility Construction
DNRTF#12-030
Date: .
Submitted by: .....
(Business name):
(Address):
14
OFFER
Having examined the Place of The Work and all matters referred to in the
Instructions to Bidders and the Contract Documents prepared by the Owner for the
above mentioned project, we, the undersigned, hereby offer to enter into a
Contract to perform the Work for a total lump sum bid, for the price as shown in
lawful money of the United States of America.
The contractor understands by submitting a bid that all work will comply with the
design specifications as written in the contract documents. The contract
documents have been prepared as an informational guide to the bidders to allow
communication to the bidder on the minimum standards for the work.
The contractor understands that the Owner is expecting to review the Bidder's
qualification statements as submitted with the bid to determine what the contactor
is providing,
All applicable federal taxes are included and State of Michigan taxes are excluded
from the Bid Sum Prices.12
13
1.4
15
ACCEPTANCE,
This offer shall be open to acceptance and is irrevocable for forty-five (45) days
from the bid closing date.
If this bid is accepted by the Owner within the time period stated above, we will:
Execute the requirements of the bid documents for insurances within ten (10) days
of receipt of acceptance of this bid.
If this bid is accepted within the time stated, and we fail to commence the Work the
work will be awarded to another contractor or be re-bid as is in the best interest of
the City of Marquette,
CONTRACT TIME
If this Bid is accepted, we will:
- Complete the Work in
this bid.
. calendar weeks from acceptance of
ADDENDA
The following Addenda have been received. The modifications to the Bid
Documents noted below have been considered and all costs are included in the
Bid Prices.
Addendum #
Addendum #
APPENDICES
The following documents will be submitted with the bid form and made a condition
of the Bid:
Bidder's qualifications statement and supporting data listing the following
1. List of Subcontractors.
Failure to supply the documents would be grounds to nullify the bid and award
the bid to the next lowest qualified bidder in the best interest of the City of
Marquette1.6 BID PRICES
Lump Sum for all Work Executed Under One Contract
§,
Bid Alternate #1 (when Applicable)
$.
1.7 BID FORM SIGNATURES
(Bidder - print the full name of your firm)
(Authorized Signing
(Contractor's License Number)
BIDS SHALL BE SUBMITTED ON THIS FORM
IN SEALED ENVELOPES CLEARLY IDENTIFYING THE BID TITLE