Bid Information for New Municipal Center


PDF VERSION HERE



1.1 PROJECT INFORMATION

A. Notice to Bidders: Qualified bidders may submit bids for the project as described in this Document. Submit bids according to section 00 21 13 Instruction to Bidders.

B. Project Identification: Chatham New Public Safety & Village Hall

  1. CORE Project Number: 25-01-018
  2. Architect Project Number: 24-4142.02
  3. Project Location:

Chatham New Public Safety & Village Hall
113 North Market Street
Chatham, IL 62629

C. Owner:

  1. Owner's Representative: Patrick McCarthy
                                            Village Manager
                                            116 East Mulberry Street
                                            Chatham, IL 62629

D. Architect:

  1. Project Architect: Matthew Niemeyer
                                 FGM Architects Inc.
                                 One Metropolitan Square (211 N Broadway), Suite 1945
                                 St. Louis, MO 63102

E. Construction Manager:

  1. Construction Manager: CORE Construction Services of Illinois, Inc.
                                          601 SW Water Street
                                          Peoria, Illinois 61602
                                          (309) 404-4700

F. Project Description: Project is a new village hall and police department building for the Village of Chatham Illinois with associated site development. Structures on site have been previously removed. Proposed building includes a basement, concrete foundations, structural steel with masonry bearing walls, metal panels, brick and stone fac¸ade, interior finishes, and MEPFP systems. Building programming includes emergency operations center, fitness center, new council chambers, village offices, emergency dispatch, police offices and police support spaces.

G. Construction Contract: Bids will be received for the following Work:

  1. Multiple Contract Project consisting of the following prime contracts:
    1. Bid Package 01 - General Trades
    2. Bid Package 02 – Building Concrete
    3. Bid Package 03 - Masonry
    4. Bid Package 04 - Steel Package
    5. Bid Package 05 - Roofing
    6. Bid Package 06 - Glazing
    7. Bid Package 07 - Metal Panels
    8. Bid Package 08 - Drywall Package
    9. Bid Package 09 - Fire Suppression
    10. Bid Package 10 - Plumbing Systems
    11. Bid Package 11 - HVAC Systems
    12. Bid Package 12 - Electrical Systems 
  2. Refer to section 00 24 00 BID PACKAGES for additional information 

1.2 BID SUBMITTAL AND OPENING 

A. The Owner will receive sealed lump sum bids until the bid time and date at the location given below. The Owner will consider bids prepared in compliance with the Instructions to Bidders issued by Owner, and delivered as follows:

  1. Bid Date: Thursday, February 5th
  2. Bid Time: 2:00 pm., local time.
  3. Location: the existing village hall located at 117 E Mulberry St Chatham, IL 62629 

B. DO NOT SUBMIT BIDS ELECTRONICALLY, bids submitted to the Construction Manager via email will not be considered. 

C. Bids will be thereafter publicly opened and read aloud. 

D. Bids for the prime bid packages should be submitted in a sealed envelope at the address and by the time noted above. The envelope shall contain only the bid form and the bid bond. Bids submitted with letters of clarification or amendments to the bid form shall be subject to rejection. Sub-trades or suppliers to the prime packages noted above shall submit pricing to the prime bidders. A list of prime bidders shall be made available upon request. 

E. If the bidder is submitting on multiple bid packages, one envelope with a separate bid form and bid security is required for each bid package the bidder is submitting a bid on. 

F. Bids for each bid package should include all scope of work outlined for that bid package in section 00 24 00 bid packages. 

1.3 BID SECURITY

A. Bid security shall be submitted with each bid in the amount of five percent (5.0%) of the bid amount. No bids may be withdrawn for a period of 60 days after the opening of bids. 

B. The bid security shall be addressed to the Owner as follows:

Village of Chatham, IL

116 East Mulberry Street

Chatham, IL 62629

C. Refer to 00 21 13 Instruction to Bidders for additional information 

1.4 PREBID MEETING 

A. Prebid Meeting: Refer to section 00 25 13 – Prebid Meetings 

B. The site may be visited by appointment on any weekday between 8:00 A.M. and 4:00 P.M. until the day of bid opening. 

1.5 RFI’S AND SUBSTITUTION REQUESTS 

All Requests for Information (RFI’s) and Submittals shall be sent via email to:

Name: Levi Bauer
Firm: CORE Construction
Address: 601 Southwest Water Street, Peoria, IL 61602 Phone: 309-404-4700
Email: levibauer@coreconstruction.com 

A. All RFI’s and Substitution request responses shall be made available to all plan holders via an RFI and Substitution response log which will be distributed via addenda. 

B. Substitution requests shall utilize the substitution request form included in section 00 43 25 Substitution Request Form and provide all request technical information required by section 00 43 25. Substitution requests sent without approved form shall not be considered. 

C. Substitution requests shall comply with requirements of section 01 25 00 – Substitution Procedures 

1.6 DOCUMENTS 

A. Online Procurement and Contracting Documents: Obtain access by contacting: 

Levi Bauer
CORE Construction Services of Illinois, Inc. 601 SW Water Street
Peoria, Illinois 61602
Phone: 309-404-4700
Email: levibauer@coreconstruction.com 

Or via the link below: 

https://app.buildingconnected.com/public/54af03498f1df60500ac6842

Online access to bid documents via BuildingConnected will be provided to any bidders or suppliers who request access 

1.7 TIME OF COMPLETION

A. Successful bidder shall begin the Work upon receipt of a Notice to Proceed and shall complete the Work per the requirements in Specification Section 00 31 13 - Project Schedule. 

1.8 STIPULATIONS 

A. Owner reserves the right to reject any and all Bids or portion(s) of bid, to waive any irregularities in the Bidding, and award contract in the Owner’s best interest. 

B. Selected bidder is required to provide a satisfactory performance bond and labor & material payment bond covering the full performance of the contract, irrevocable letter of credit or other security. The costs of the bonds are to be included in each Bidding Multiple Prime Contractor’s bid proposal. 

C. The successful bidder shall be required to comply with all provisions of the acts of the General Assembly of the State of Illinois related to Discrimination, Sexual Harassment, Alcohol Use, Preference to Illinois Workmen, Fair Employment Practices Commission, and Equal Employment Opportunity.

  1. Bidder will permit reasonable access for the Owner or Owner’s agent to all reports and records as are necessary for the purpose of ascertaining compliance with fair employment practices.
  2. In the event of the Contractor's or Vendor's noncompliance with the nondiscrimination clauses of this contract, or refusal to furnish information or permit his books, records, and accounts to be inspected, within twenty days from date requested, this contract may be cancelled, terminated, or suspended in whole or in part and contractor may be declared ineligible for further contracts until proof of compliance is approved.
  3. Contractor or Vendor further agrees that these clauses (A through E) on discrimination and equal opportunity practices in all matters of employment and training for employment will be incorporated by Contractor in all contracts or agreements entered into with suppliers of materials for services, contractors, and subcontractors, and all labor organizations, furnishing skilled, unskilled and craft union skilled labor, or who may perform any such labor or services in connection with this contract.
  4. To certify compliance with clauses A through E above, Contractor has completed and submits as a part of this Contract Employment Analysis and Certificate of Fair Employment Compliance. 

D. The successful bidder shall not pay less than the prevailing rates of wages as determined by the Illinois Department of Labor to all laborers, workmen, and mechanics performing work under this contract, and shall comply with the requirements of the Illinois Prevailing Wage Act (820 ILCS 130/1-12). All Bidding Multiple Prime Contractor bonds shall include a provision as will guarantee the faithful performance of such prevailing wage clause as provided by this bid specification or contract.

E. Bidding Multiple Prime Contractors shall comply with all applicable laws of the State of Illinois and the United States of America. 

1.9 NOTIFICATION

A. This Advertisement for Bids document is issued by CORE Construction Services of Illinois, Inc.