Advertisement

Ad promo image large
  • Published Date

    March 2, 2021
    This ad was originally published on this date and may contain an offer that is no longer valid. To learn more about this business and its most recent offers, click here.

Ad Text

SECTION 00 1113 ADVERTISEMENT FOR BIDS - ADDENDUM 5 NOTICE IS HEREBY GIVEN, that AP Midwest, LLC on behalf of Barnes County will receive sealed Bids at the AP Construction Office of the Barnes County Correctional Center, 2371 7th Street SE, Valley City, ND 58072 for Barnes County Jail and LEC until Tuesday, March 23rd, 2021 at the hour of 2:00 pm CDT for the purpose of furnishing all materials, labor, equipment and skill required for the construction of the above said project. Bids shall be mailed or delivered to the AP Construction Office of Barnes County Correctional Center no later than Tuesday, March 23rd, 2021 at 2:00 pm CDT. Bids will be publicly opened and bid results will be com- municated after all bids are fully reviewed by the Construction Manager, Owner and Architect. The Barnes County Jail and LEC includes the construction of a new 33,500 SF jail and law enforcement center in Valley City, ND. Scope includes earthwork, site utilities, site paving. landscaping, cast-in-place concrete, precast concrete, masonry, structural and miscellaneous metals, rough and finish carpentry, architectural millwork, roofing, metal wall panels, alumi- num glass & glazing, doors & hardware, gypsum board assemblies, carpet & resilient flooring, tiling, acoustical ceilings, painting, specialties, kitchen equipment, detention equipment, furnishings, fire protection, plumbing & HVÁC, electrical, and security electronics. We are receiving bids for the bid packages listed below. All other packag- es have been fulfiled from original bid date. Bid Packages consists of the following Work Scopes: 10B - Signage 32B - Concrete Paving All bids shall be contained in a sealed envelope plainly marked showing that such en- velope contains a Bid for the Project, prepared in accordance to Section 01 1101 - Work Sequence and Bid Categories. Each bid shall be accompanied by a separate envelope containing Bid Bond, in a sum equal to five percent (5%) of the maximum bid price, executed by the Bidder as principle and by surety company authorized to do business in the State of North Dakota, payable to AP Midwest, LLC. conditioned that if the principle's bid be accepted and the coetract awarded to him, he will within ten (10) days after Notice of Award has been executed, will execute and effect a contract in accordance with the terms of his bid and a contractor's bond as required by law and regulations. The bid security of the two lowest bidders will be retained until the Notice of Award has been executed, but no longer than sixty (60) days The bid security is a guarantee that the Bidder will enter into a contract for the work de- scribed within the Bidding and Contract Documents. Countersignature of a bid bond is not required under this section. The Bidder shall also enclose within the Bid Bond envelope a copy of the Bidder's North Dakota Contractor' License or a copy of their latest renewal certilicate issued by the Sec- retary of State as per North Dakota Century Code. Any bid not containing this document shall not be acceptable and shall be returned to the Bidder. Prior to award of the contract, the apparent most responsible bidder shall provide Con- struction Manager with the following information in order to assist in the determination of the lowest responsible bidder; years of company experience, firm qualifications and similar project experience, company capability to perform the work, qualifications/experience of the proposed project manager and foreman assigned to the project, company is familiar with the project location and employees are readily available to deliver the work, company has not been dismissed or defaulted as a prime contractor or subcontractor in the last five (5) years, company has not been charged liquidated damages, company has not had any willful or reported safety citations in the last five 15] years, alignment of project approach with Construction Manager @Risk approach, ability to meet scheduling/phasing require- ments including staffing resources, voluntary value engineering options, cost proposal, company financial and insurance information, equipment, rental and labor rates. The successful Bidders, with contracts over $100,000. shall furnish the Construction Manager a Labor Material Payment Bond and Performance Bond in the amount of 100% of the contract value. The electrical contractor shall furnish the Construction Manager a Labor Material Payment Bond and Performance Bond in the amount of 100% of the con- tract value. All Bidders, except a Bidder on a municipal, rural, and industrial water supply project authorized for funding under Public Law No. 99-294 (100 Stat. 426: 43 US.C. 390a). must be licensed for the full amount of the bid, as required by Section 47-07-05 and 43-07-12. For projects using funds provided under Public Law No. 99-294 (100 Stat. 426; 43 USC. 390a), unless a bidder obtains a contractor's license for the full amount of its bid within twenty days after it is determined the bidder is the lowest responsible bidder, the bid must be rejected and the contract awarded to the next lowest responsible bidder. Bids will be awarded on the basis of the lowest, responsible and responsive Bidder as de- termined most favorable to Barnes County and Adollson & Peterson's best interest. Barnes County and Adolfson & Peterson reserves the right to reject any and all Bids, to waive any informality in any Bid, to hold all Bids for a period of sixty (60) days from the date of open- ing Bids and rebid a portion or portions of the project until a satisfactory bid is received. Plans and specifications are currently avalable. Plans and specifications can be seen and examined at the following locations; Grand Forks Builders & Traders Exchange: Far- go-Moorhead Builders Exchange: Minnesota Bailders Exchange; Construction Plans Ex- change in Bismarck; Bismarck-Mandan Exchange, Dickinson Builders Exchange Bidders can procure plans and specifications electronically at no cost by contacting the Construction Manager, Adolfson & Peterson, at 952-525-2312 or email Madison Young at myoungea-p.com to request instructions for downloading electronic Bidding and Con- tract Documents from the Construction Manager's project website. Published Tuesday, February 2, 201 in the Valley City Times-Record SECTION 00 1113 ADVERTISEMENT FOR BIDS - ADDENDUM 5 NOTICE IS HEREBY GIVEN, that AP Midwest, LLC on behalf of Barnes County will receive sealed Bids at the AP Construction Office of the Barnes County Correctional Center, 2371 7th Street SE, Valley City, ND 58072 for Barnes County Jail and LEC until Tuesday, March 23rd, 2021 at the hour of 2:00 pm CDT for the purpose of furnishing all materials, labor, equipment and skill required for the construction of the above said project. Bids shall be mailed or delivered to the AP Construction Office of Barnes County Correctional Center no later than Tuesday, March 23rd, 2021 at 2:00 pm CDT. Bids will be publicly opened and bid results will be com- municated after all bids are fully reviewed by the Construction Manager, Owner and Architect. The Barnes County Jail and LEC includes the construction of a new 33,500 SF jail and law enforcement center in Valley City, ND. Scope includes earthwork, site utilities, site paving. landscaping, cast-in-place concrete, precast concrete, masonry, structural and miscellaneous metals, rough and finish carpentry, architectural millwork, roofing, metal wall panels, alumi- num glass & glazing, doors & hardware, gypsum board assemblies, carpet & resilient flooring, tiling, acoustical ceilings, painting, specialties, kitchen equipment, detention equipment, furnishings, fire protection, plumbing & HVÁC, electrical, and security electronics. We are receiving bids for the bid packages listed below. All other packag- es have been fulfiled from original bid date. Bid Packages consists of the following Work Scopes: 10B - Signage 32B - Concrete Paving All bids shall be contained in a sealed envelope plainly marked showing that such en- velope contains a Bid for the Project, prepared in accordance to Section 01 1101 - Work Sequence and Bid Categories. Each bid shall be accompanied by a separate envelope containing Bid Bond, in a sum equal to five percent (5%) of the maximum bid price, executed by the Bidder as principle and by surety company authorized to do business in the State of North Dakota, payable to AP Midwest, LLC. conditioned that if the principle's bid be accepted and the coetract awarded to him, he will within ten (10) days after Notice of Award has been executed, will execute and effect a contract in accordance with the terms of his bid and a contractor's bond as required by law and regulations. The bid security of the two lowest bidders will be retained until the Notice of Award has been executed, but no longer than sixty (60) days The bid security is a guarantee that the Bidder will enter into a contract for the work de- scribed within the Bidding and Contract Documents. Countersignature of a bid bond is not required under this section. The Bidder shall also enclose within the Bid Bond envelope a copy of the Bidder's North Dakota Contractor' License or a copy of their latest renewal certilicate issued by the Sec- retary of State as per North Dakota Century Code. Any bid not containing this document shall not be acceptable and shall be returned to the Bidder. Prior to award of the contract, the apparent most responsible bidder shall provide Con- struction Manager with the following information in order to assist in the determination of the lowest responsible bidder; years of company experience, firm qualifications and similar project experience, company capability to perform the work, qualifications/experience of the proposed project manager and foreman assigned to the project, company is familiar with the project location and employees are readily available to deliver the work, company has not been dismissed or defaulted as a prime contractor or subcontractor in the last five (5) years, company has not been charged liquidated damages, company has not had any willful or reported safety citations in the last five 15] years, alignment of project approach with Construction Manager @Risk approach, ability to meet scheduling/phasing require- ments including staffing resources, voluntary value engineering options, cost proposal, company financial and insurance information, equipment, rental and labor rates. The successful Bidders, with contracts over $100,000. shall furnish the Construction Manager a Labor Material Payment Bond and Performance Bond in the amount of 100% of the contract value. The electrical contractor shall furnish the Construction Manager a Labor Material Payment Bond and Performance Bond in the amount of 100% of the con- tract value. All Bidders, except a Bidder on a municipal, rural, and industrial water supply project authorized for funding under Public Law No. 99-294 (100 Stat. 426: 43 US.C. 390a). must be licensed for the full amount of the bid, as required by Section 47-07-05 and 43-07-12. For projects using funds provided under Public Law No. 99-294 (100 Stat. 426; 43 USC. 390a), unless a bidder obtains a contractor's license for the full amount of its bid within twenty days after it is determined the bidder is the lowest responsible bidder, the bid must be rejected and the contract awarded to the next lowest responsible bidder. Bids will be awarded on the basis of the lowest, responsible and responsive Bidder as de- termined most favorable to Barnes County and Adollson & Peterson's best interest. Barnes County and Adolfson & Peterson reserves the right to reject any and all Bids, to waive any informality in any Bid, to hold all Bids for a period of sixty (60) days from the date of open- ing Bids and rebid a portion or portions of the project until a satisfactory bid is received. Plans and specifications are currently avalable. Plans and specifications can be seen and examined at the following locations; Grand Forks Builders & Traders Exchange: Far- go-Moorhead Builders Exchange: Minnesota Bailders Exchange; Construction Plans Ex- change in Bismarck; Bismarck-Mandan Exchange, Dickinson Builders Exchange Bidders can procure plans and specifications electronically at no cost by contacting the Construction Manager, Adolfson & Peterson, at 952-525-2312 or email Madison Young at myoungea-p.com to request instructions for downloading electronic Bidding and Con- tract Documents from the Construction Manager's project website. Published Tuesday, February 2, 201 in the Valley City Times-Record