South Complex Salt Dome Repairs

expired opportunity(Expired)
From: Kent County Road Commission(County)
21-46

Basic Details

started - 15 Mar, 2021 (about 3 years ago)

Start Date

15 Mar, 2021 (about 3 years ago)
due - 30 Sep, 2021 (about 2 years ago)

Due Date

30 Sep, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
21-46

Identifier

21-46
Kent County Road Commission

Customer / Agency

Kent County Road Commission
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

INVITATION TO BID Bids will be received by the Board of County Road Commissioners of the County of Kent, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Tuesday, April 20th, 2021, 8:30 AM deadline, at which time they will be publicly opened and read. Contract #21-46: South Complex Salt Dome Repairs To submit a bid for this contract, it is required for each Contractor to meet with Brian Weber, South Complex Equipment Supervisor, at KCRC’s South Complex located at 4949 Tim Dougherty Drive SE Grand Rapids, MI 49512. You can reach out to Brian and schedule a visit through email: bweber@kentcountyroads.net or by phone: (616) 242-6906 or (616) 437-1025. If Brian is unavailable, you may reach out to Jon DeLange at jdelange@kentcountyroads.net or (616) 292-2507. All bids are to be emailed to
href="mailto:bids@kentcountyroads.net">bids@kentcountyroads.net, with the subject “Contract #21- 46: South Complex Salt Dome Repairs” and must be received prior to 8:30 AM on Tuesday, April 20th, 2021. If email is not accessible for you to send us your bid, and you need special accommodations, please contact purchasing@kentcountyroads.net and/or (616) 242-6928. KCRC will work with you to make sure you have the opportunity to submit your bid. The Board reserves the right to reject any and all Proposals or to waive irregularities therein, and to accept any Proposals which, in the opinion of the Board, may be most advantageous and to the best interest of the County. This contract will be considered for award on Tuesday, April 27th, 2021. BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF KENT By: Mark E. Rambo, Chair If you plan to submit a bid, please acknowledgment the receipt of this invitation to bid by emailing purchasing@kentcountyroads.net. This allows for KCRC to be in contact with you for any future communication throughout the bid process. Page 1 of 7 mailto:bweber@kentcountyroads.net mailto:jdelange@kentcountyroads.net mailto:bids@kentcountyroads.net mailto:purchasing@kentcountyroads.net mailto:purchasing@kentcountyroads.net INSTRUCTION TO RESPONDENTS Proposals will be opened at the offices of the Board of County Road Commissioners of the County of Kent, State of Michigan located at 1500 Scribner Avenue NW, Grand Rapids, MI 49504. Refer to the INVITATION TO BID for the exact timing and for the identification of the bid as related to furnishing materials, services, equipment, work and/or supplies with the terms, conditions, specifications, drawings, plans, and special provisions as stated herein and hereto attached. The Kent County Road Commission’s process is to open and read the proposals, and then refer the bids to Staff for tabulation and analysis. During this period, the files are closed until this action is complete. Copies of the bid tabulations are made available only once the review is complete, upon the request to Purchasing, by email at purchasing@kentcountyroads.net. 1. All bids must be submitted on the Board's bid form that was provided. The bid shall be legibly prepared in ink or typed out. Erasures or alterations must be initialed by the respondent. 2. Specifications and plans should not be returned with bid, unless otherwise stated herein. 3. Proposals shall be sent to KCRC by email to bids@kentcountyroads.net. If the email is not applicable for the respondent to submit their bid, please contact Purchasing for assistance. 4. Proposals will not be accepted after the time designated for the opening of the bids. The respondent shall assume full responsibility for delivery of proposals prior to the appointed time for opening same and shall assume the risk of late delivery or non-delivery regardless of the manner he/she employs for the transmission thereof. 5. No responsibility shall attach to the Road Commission or their representatives for premature opening or non-receipt of any proposal which is not properly addressed, delivered, or identified. A confirmation of receipt of emailed proposals received will be sent. 6. It is understood the Board is a governmental unit, and as such, is exempt from the payment of all state and federal taxes, except as allowed by the regulatory agencies to be included in the cost of materials and services. 7. The respondent, by submission of a proposal, declares the proposal is made without collusion with any other person or entity, and agrees to furnish all items and services in strict adherence with all applicable federal, date and local laws, regulations, codes and ordinances. 8. The Board reserves the right to reject any and all proposals, to waive any irregularities therein, and to accept any proposal which, in the opinion of the Board, may be most advantageous and to the best interest of the Kent County Road Commission. In case of error, in the extension of prices in the proposal or other arithmetical error, the unit prices will govern. Page 2 of 7 mailto:purchasing@kentcountyroads.net mailto:bids@kentcountyroads.net Specifications for Contract #21-46: South Complex Salt Dome Repairs It is the intent of the Kent County Road Commission to contract for the repair and residing of the salt dome entrance with steel and coat the salt dome/entrance roof with white liquid coating over approximately 29,000 square feet. General Specifications A. Qualifications: 1. Licensed by the State of Michigan 2. Minimum five years experience in this type of repair B. Location: 1. Kent County Road Commission South Complex 4949 Tim Dougherty Drive SE Grand Rapids, MI 49512 C. Inspection of Premises: 1. Prior to submitting a bid proposal, each bidder shall examine the work site and verify all measurements so that the project is performed with no additional costs. 2. To schedule an appointment, contact Brian Weber, Equipment Supervisor South Complex, at (616) 242-6906 or Jon DeLange at (616) 292-2507 D. Schedule of Work: Upon award, work will be scheduled by Jon DeLange, Facility Operations, (616) 292-2507. E. Completion Date: September 30, 2021 F. Barriers: The contractor shall furnish, install, and maintain adequate barriers to protect the area from workers, the public, and the buildings from damage. G. Disposal: All material that is removed shall become the property of the contractor and shall be disposed of by its complete removal from the premises. Contractor shall be responsible for daily site cleanup of all construction debris, its removal and disposal. H. Payment: Payment will be made upon completion and acceptance of the project by the Director of Equipment and Facilities. Page 3 of 7 Specifications for Contract #21-46: South Complex Salt Dome Repairs H. Insurance Requirements: 1. Contractor shall save harmless and indemnify the Kent County Road Commission, as well as their employees, against all claims for damages to public or private property and for injuries to persons arising out of and during the progress and to the completion of work all in accordance with the 1996 Michigan Department of Transportation’s "Standard Specifications for Construction", Division 1, paragraph 1.07.10, pages 1.54, 1.55, 1.56, with the following minimum requirements: Workman's Compensation Statutory Coverage Bodily Injury and Property Damage Other Than Automobile: Each Occurrence $1,000,000 Aggregate $2,000,000 Bodily Injury Liability and Property Damage Liability Automobile: Bodily Injury Liability $500,000 Each Person, Each Occurrence $1,000,000 Property Damage Liability $1,000,000 Each Occurrence Combined Single Limit for Bodily Injury and Property Damage Liability Each Occurrence $2,000,000 Insurance Certificate declaring Kent County Road Commission as additional insured, not certificate holder, must be issued and shall become part of contract. 2. Certificate must be submitted within seven days upon notification of award of Contract. I. Cancellation of Contract Provisions: 1. The Kent County Road Commission shall have the right to cancel the Contract for non- performance. 2. Should a daily inspection by the Kent County Road Commission designated representative reveal that the Contractor's work results in any non-acceptable condition: a. The KCRC designated representative at the time of the first circumstance shall call for a meeting with the Contractor and issue a written warning of possible Contract termination should the condition continue. b. If the condition should repeat for a second time, written notice of termination shall be sent. J. “The KCRC, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 USC 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of gender, disability, race, color, or national origin in consideration for an award.” Page 4 of 7 Specifications for Contract #21-46: South Complex Salt Dome Repairs During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the “contractor”) agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non- discrimination in Federally-assisted programs of the Department of Transportation, Title 49, code of Federal Regulations, Part 21 as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulation, including employment practices when the contractor covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contactor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor’s obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Kent County Road Commission to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the State highway department, or the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non-compliance: In the event of the contractor’s non-compliance with the non- discrimination provisions of this contract, the Kent County Road Commission shall impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: (a) Withholding of payments to the contractor under the contract until the contractor complies, and/or (b) Cancellation, termination or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the Kent County Road Commission may direct as a means of enforcing such provisions including sanctions for non-compliance: Page 5 of 7 Specifications for Contract #21-46: South Complex Salt Dome Repairs Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Kent County Road Commission to enter into such litigation to protect the interests of the County, and, in addition, the contractor may request the State highway department to enter into such litigation to protect the interests of the State and/or the United States to enter into such litigation to protect the interests of the United States. Technical Specifications Work to be Performed: 1. Furnish and install GACO S-42 silicone coating system over the existing roof/dome surface 2. Brush clean roof/dome with GACO Wash solvent cleaner and power wash 3. Inspect entire roo/dome and tighten and/or replace all loose or stripped fasteners 4. Repair any damaged areas per manufacturers requirements with GACO-Patch and polyester membrane. TO INCLUDE bulge repair on NW side of Dome. 5. Seal watertight all roof/dome penetrations and protrusions with seam sealer and polyester fabric 6. Seal all fasteners and horizontal/vertical lap seams with GACO-Patch seam sealer 7. Coat roof surface with one coat of GACO S-42 series solvent free white 100% silicone coating at 1.5 gallons per square. 8. Replace all rotted wood, reattach any loose wood, and replace missing/damaged wood at entrance. 9. The entrance steel must be 26-guage McElroy Max Rib Profile Steel 10. Must use rust proof fastening devices. 11. The existing wood siding will stay after repairs and be covered with the new metal siding. 12. All soffit and facia will be covered in McElroy Matrix Profile Steel after all questionable wood has been replaced. 13. McElroy steel colors to match the warehouse West of the dome. 14. All electrical must be taken down and reinstalled once metal is in the building. 15. Metal siding must wrap around the entrance to the dome approx. Six inches. 16. The contractor is responsible for all permits, proper disposal of debris, and any equipment needed for the job (i.e. Skytrack, Dumpsters, lifts, etc.) 17. A job site pre-visit is a mandatory requirement to bid on this project. 18. Bidder to determine the actual square footage to be covered with the GACO coating system. 19. Upon completion manufacturer to issue owner 10-year watertight warranty. 20 Verify ladder mounting points are structurally sound, repair ladder as necessary, and paint. Page 6 of 7 Bid Pricing Sheet for Contract #21-46: South Complex Salt Dome Repairs Total Cost $ State License Number Year of Experience References of contracts completed in this type of work: Co. Name Contact Person Tele. # Co. Name Contact Person Tele. # Co. Name Contact Person Tele. # Warranty per specifications Company Name Company Address Authorized Signature & Title Written Typed/Printed Telephone No. Fax No. Date Fed. Emp. ID# or SS # Page 7 of 7 21-46 Specifications.pdf Specifications for Contract #21-46: South Complex Salt Dome Repairs 21-46 Specifications.pdf Specifications for Contract #21-46: South Complex Salt Dome Repairs

1500 Scribner Ave NW, Grand Rapids, MI 49504, United StatesLocation

Address: 1500 Scribner Ave NW, Grand Rapids, MI 49504, United States

Country : United StatesState : Michigan

You may also like

USDA-WRRC SOUTH WING PGEC ATTIC CHILLER (CHILL-03) REPAIR.

Due: 18 Apr, 2024 (Today)Agency: AGRICULTURAL RESEARCH SERVICE

Repair or Replace Salt Dome Roofing Systems

Due: 30 Apr, 2024 (in 11 days)Agency: Illinois Capital Development Board