COMMONWEALTHofVIRGINIA

Department of General Services

INVITATION FOR BIDS FOR THE INSTALLATION OF SECURITY FENCING AT THE VIRGINIA DISTRIBUTION CENTER (VDC), SANDSTON, VIRGINIA

TABLE OF CONTENTS FOR IFB: GAP-VDCSF-04/18/2008

Invitation to Bid Notice

Bid Form

CO9 Contract Form

CO9.1a Notice of Award

CO9a Workers Compensation

CO7 General Conditions of the Construction Contract

CO7a Instructions to Bidders

CO10 and CO10.1 Bonds

Contractor’s Data Sheet

DGS-30-256

(Rev. 06/04)

NOTICE OF

INVITATION FOR BIDS (IFB)

Sealed bids are invited for the installation of security chain-link fencing and other equipment at the VirginiaDistributionCenter at 2400 Riley Ridge Road,Sandston, VA23150. For directions and map, please visit on-line at or call (804) 328-3232 extension 0 (zero).

Sealed bids will be received at 203 Governor Street ground floor in Richmond, Virginia onMay 12, 2008. The deadline for submitting bids is 2:00 P.M. sharp, as determined by the Bid Officer.

The bids will be opened publicly and read aloud beginning at 2:00 P.M., on May 13, 2008,(the day after the bids are due) at the same location.

ATTENDANCE AT A MANDATORY PRE-BID MEETING IS REQUIRED. EACH CONTRACTOR WISHING TO BID ON THIS WORK IS REQUIRED TO ATTEND THE MEETING WHICH WILL BE ON FRIDAY, APRIL25,2008, at 9:00am. GENERAL QUESTIONS WILL BE ANSWERED BY DISTRIBUTION CENTER STAFF. ALL QUESTIONS ARE TO BE IN WRITING TO GARY PLESKAC AT 804-371-2711 (FAX) OR SHIRLEY McNUTT AT 804-786-4495 (FAX) by May 2, 2008.

A Bid Bond is required if the bid is over $100,000.

eVA BUSINESS-TO-GOVERNMENT VENDOR REGISTRATION: The bidder or offeror must be a registered vendor in eVA to be awarded this contract. Bidder must include the cost of the eVA transaction fee in its bid.

Procedures for submitting a bid, claiming an error, withdrawal of bids and other pertinent information are contained in the Instructions to Bidders, which is part of the Invitation for Bids. Withdrawal due to error in bid shall be permitted in accord with Section 9 of the Instructions to Bidders and § 2.2-4330, Code of Virginia. The Owner reserves right to reject any or all bids.

The contract shall be awarded on a lump sum basis as follows: the Total Base Bid Amount including any properly submitted and received bid modifications plus such successive Additive Bid Items as the Owner in its discretion decides to award in the manner set forth in Paragraph 12 of the Instructions to Bidders.
Notice of Award’ or ‘Notice of Intent to Award’ will be posted on the VBO web site.

Contractor registration in accordance with Section 54.1-1103 of the Code of Virginia, is required. See the Invitation for Bids for additional qualification requirements.

The Invitation for Bids for the above project, including the drawings and the specifications containing the information necessary for bidding, will be made available on the day of the mandatory pre bid conference.

Authorized Official of Owner/Agency

Shirley McNutt, VCCO, VCO

203 Governor Street

Richmond, Va.23219

Phone 804 786-4538

Notice of Invitation for Bids

SCOPE OF WORK:

VirginiaDistributionCenter (VDC)
Security Fencing Project Specifications and Scope of Work

There is an existing eight foot tall perimeter fence with barbed wire around the rear of the facility and a six foot tall auxiliary fence to the southwest corner of the facility. This project will augment the existing security fencing by encapsulating the front of the building and the existing gates.

All of the materials used for the proposed perimeter fencing must match the existing eight foot tall steel fencing with barbed wire. The area within the proposed perimeter fencing will include the roads up to the intersection by the septic system fencing.

These specifications include a standard portion, two alternatives (A and B), and one option. Either Alternative A or Alternative B will be chosen. The option may or may not be exercised with either of the alternatives selected.

NOTE: The project/grounds access hours shall be 7:15 am - 4:15 pm, Monday through Friday, excluding State holidays. The contractor shall not inhibit or block inbound or outbound traffic with vehicles or equipment parked on service roads.

Specifications of Current Fencing
The new fencing must meet the specifications of the existing eight foot high chain link fence with 3strands of barbwire:

Description / Outside Dimension (O.D.) / Structural Steel (SS) thickness / Gauge
Gate posts / 4” / SS-40 / N/A
Terminal posts / 3” / SS-40 / N/A
Line posts / 2 ½” / SS-20 / N/A
Top rails / 1 5/8” / SS-20 / N/A
Bracing at corners, ends, and gate posts with truss rods and turnbuckles / 1 5/8” / N/A / N/A
Bottom tension wire / N/A / N/A / 7
Chain link fence fabric / N/A / N/A / 9
Class III barbwire / N/A / N/A / 12 ½
Aluminum ties / N/A / N/A / 9
All posts set in concrete / N/A / N/A / N/A

Standard Portion of Proposed Fencing
This portion of the fence addition must be completed along with either Alternative A or Alternative B below. The successful bidder must install a fence to begin at the northeast corner of the building next to the HAZMATBasin surrounding the roadway and around the auxiliary fencing to the existing eight foot tall fencing on the southwest corner of the facility. Please see diagram on page 6.

The project will include the following gates:

  • a pedestrian sized swing gate by the HAZMATBasin,
  • vehicle sized swing gates at the Pond Access Road,
  • three vehicle sized swing gates to match the new fence line at the auxiliary and septic system fencing by the main intersection, (Option B only)
  • a pedestrian sized swing gate by the sliding vehicle gate at the main intersection, and
  • a sliding vehicle gate to cross Riley Ridge Road at the main intersection. The sliding gate:
  • Shall be a single cantilevered gate with no more than a 4 inch gap between the gate and the road.
  • Shall utilize polyurethane wheels for easy manual operation.
  • Shall include positive stops to limit travel to the designed fully opened and fully closed positions. These stops shall be installed at either the top of the gate, or at the bottom of the gate where such stops shall horizontally or vertically project no more than is required to perform the intended function.
  • Shall be designed, constructed and installed in such a way that the movement shall not be initiated by gravity, with or without an automated gate closer.
  • This sliding gate and surrounding fencing must be compatible with an automated gate closer and related additional requirements as listed in the Optional Gate Closer section below.

Alternative A – incorporate the auxiliary fencing (See on diagram)
This alternative will replace the existing six foot tall fencing around the outside of the auxiliary fencing and the septic system fencing to include this space within the eight foot tall fence perimeter.

Alternative B – modify only the front of the auxiliary fencing (See on diagram)
This alternative will replace the existing six foot tall fencing around the inside of the auxiliary fencing and the septic system fencing to exclude this space from the eight foot tall fence perimeter. This alternative will include three additional vehicle sized swing gates to match the existing auxiliary and septic system fencing gates are.

Optional Gate Closer
This section of the specifications may or may not be installed. If this option is chosen by the VDC, the successful bidder must install a gate closer for the main large gate at the intersection on the southeast corner near the septic system fencing. The closer must be key activated and have a key activated manual release to allow authorized personnel to open the gate when there is no power available. The VDC will make arrangements for bringing power to the closer if this option is exercised.

NOTE: BIDDERS MUST SUBMIT PRODUCT SPECIFICATIONS PROPOSED FOR THIS ITEM, INCLUDING BRAND AND DEMONSTRATE COMPATIBILITY WITH THE EXISTING SYSTEM. THE OPTIONAL GATE CLOSER MUST BE COMPATIBLE WITH EITHER ALTERNATIVE ‘A’ OR ALTERNATIVE ‘B’.

The following safety issues must be addressed:

  • The gate must be properly installed and work freely in both directions prior to the installation of the gate operator. Do not over tighten the operator clutch to compensate for a damaged gate.
  • The gate operator shall be appropriate of the usage Class of the application, designed to accommodate the weight and length of the installed gate and operate as directed by the manufacturer to operate a gate of the type and weight specified.
  • A gate sensor edge that will reverse the gate must be installed to protect pedestrians and vehicles.
  • Controls for the gate must be far enough from the gate so that the user is prevented from coming in contact with the gate while operating the controls.
  • All openings of a horizontal slide gate are guarded or screened from the bottom of the gate to a minimum of 4 feet above the ground to prevent a 2 ¼ inch diameter sphere from passing through the openings anywhere in the gate in that portion of the adjacent fence that the gate covers in the open position.
  • All exposed pinch points are eliminated or guarded.
  • All warning signs and placards must be installed where visible in the area of the gate.
  • The closer must be installed to meet UL, ASTM and any other applicable standards.
  • There must not be greater than 2“between the closer and the gate and the gate and the fence.

End Optional Gate Closer Section

(Sketch on Following Page)

VirginiaDistributionCenter (DGS) Facility, Henrico, Virginia

DGS-30-220Standard Bid Form Format

(Rev. 02/01)

BID FORM

DATE:Friday, April 18, 2008

PROJECT:Security Fencing at the VirginiaDistributionCenter, Sandston, Va.

Project Code: GAP-VDCSF-04/18/2008

To:Commonwealth of Virginia

Department of General Services

Division of Engineering and Buildings

203 Governor Street

Richmond, Va.23219

In compliance with and subject to your Invitation for Bids and the documents therein specified, all of which are incorporated herein by reference, the undersigned bidder proposes to furnish all labor, equipment, and materials and perform all work necessary for construction of this project, in accordance with the finish schedule herewith known as Scope of Work:

BASE BID

STANDARD PORTION (PLUS ALTERNATIVE A or B)

Lump sum to furnish and install all fencing required as described as STANDARD PORTION in the SCOPE OF WORK and on the drawing referred to as “Proposed Fence”.

STANDARD PORTION = ______Dollars ($ ___).

+ALTERNATIVE A=______Dollars ($ ).

TOTAL BASE BID IF STANDARD PORTION IS USED WITH ALTERNATIVE A=______

STANDARD PORTION = ______Dollars ($ ___).

+ALTERNATIVE B=______Dollars ($ ).

TOTAL BASE BID IF STANDARD PORTION IS USED WITH ALTERNATIVE B=______

------

OPTIONAL GATE CLOSER (ADDITIVE BID ITEM)=

______Dollars ($ ___).

NOTE: BIDDERS MUST SUBMITPRODUCT SPECIFICATIONS PROPOSED FOR THIS ITEM, INCLUDING BRAND AND DEMONSTRATE COMPATIBILITY WITH THE EXISTING SYSTEM. THE OPTIONAL GATE CLOSER MUST BE COMPATIBLE WITH EITHER ALTERNATIVE ‘A’ OR ALTERNATIVE ‘B’.

Contract award will be determined on the Total Base Bid Amount(s) shown above (including any properly submitted bid modifications) plus as many Additive Bid Items taken in sequence as the Owner in its discretion decides to award.

The undersigned understands that time is of the essence and agrees that the time for Substantial Completion of the entire project shall be 30consecutive calendar days from the date of commencement of the Work as specified in the Notice to Proceed, and Final Completion shall be achieved within 45 consecutive calendar days after the date of Substantial Completion as determined by the A/E.

Acknowledgment is made of receipt of the following Addenda: ______

______.

If notice of acceptance of this bid is given to the undersigned within 30 days after the date of opening of bids, or any time thereafter before this bid is withdrawn, the undersigned will execute and deliver a contract in the prescribed form (Commonwealth of Virginia Contract Between Owner and Contractor, Form CO-9) within 10 days after the contract has been presented to him for signature. The required payment and performance bonds, on the forms prescribed, shall be delivered to the Owner along with the signed Contract.

Immigration Reform and Control Act of 1986: The undersigned certifies that it does not and will not during the performance of the Contract for this project violate the provisions of the Federal Immigration Reform and Control Act of 1986, which prohibits employment of illegal aliens.

DISQUALIFICATION OF CONTRACTORS: By signing this bid or proposal, the undersigned certifies that this Bidder or any officer, director, partner or owner is not currently barred from bidding on contracts by any Agency of the Commonwealth of Virginia, or any public body or agency of another state, or any agency of the federal government, nor is this Bidder a subsidiary or affiliate of any firm/corporation that is currently barred from bidding on contracts by any of the same. We have attached an explanation of any previous disbarment(s) and copies of notice(s) of reinstatement(s).

Either the undersigned or one of the following individuals, if any, is authorized to modify this bid prior to the deadline for receipt of bids by writing the modification and signing his name on the face of the bid, on the envelope in which it is enclosed, on a separate document, or on a document which is telefaxed to the Owner or by sending the Owner a telegraphic message:

______

______

______

Standard Bid Form FormatPage 1 of 75

12/96 edition

I certify that the firm name given below is the true and complete name of the bidder and that the bidder is legally qualified and licensed by the Commonwealth of Virginia, Department of Commerce, State Board for Contractors, to perform all Work included in the scope of the Contract.

Virginia License No. ______Bidder ______

(Name of Firm)

Contractor Class ______

By______

Specialty ______(Signature)

Valid until ______

(Typed Name)

FEIN/SSN: ______Title ______

If Partnership (List Partners' Names)If Corporation, affix Corporate Seal &

list State of Incorporation

______State: ______

______(Affix Seal)

______

______

Business Address:

______

______

______

______

Telephone # ______

FAX # ______

COMMONWEALTH OF VIRGINIA

CONTRACT BETWEEN OWNER AND CONTRACTOR

This Contract, dated this ______day of ______, 2006 between

______(“Owner”) and

______(“Contractor”),

is binding among and between these parties as of the date of the Owner’s signature.

RECITALS

1. The legal address for the Owner and for the Contractor and the addresses for delivery of Notices and other project documents are as follows:

Owner:

Attn:

Address:

City, State, Zip:

Telephone:FAX:

Contractor:

Attn:

Address:

City, State, Zip:

Telephone:FAX:

Contractor’s Virginia License #:

FEIN/SSN:

2. The Project is identified as:

Project Title:

Project Code – PC#:

General Project Description:

The Project Code (PC#) indicated above is required to be shown for identification purposes on all project-related material and documents including but not limited to, Notices, Change Orders, Submittals, Requests For Information, Requests For Quotes, Field Orders, minutes of meetings, correspondence, Schedule of Values and Certificate For Payment (Form CO-12), test reports, and related materials.

3. After competitive sealed bidding pursuant to the Virginia Public Procurement Act, Contractor is awarded this Contract to perform the Work described by the Contract Documents for the above-described project (“the Project”).

THEREFORE, in consideration of the Recitals set forth above, and good and valuable consideration as set forth below, the parties agree as follows:

1. STATEMENT OF WORK: The Contractor shall furnish all labor, equipment, and materials and perform all Work for the Project in strict accordance with the Contract Documents.

2. CONTRACT DOCUMENTS: This Contract shall consist of the following:

-this Contract Between Owner and Contractor (Form CO-9);

-the Bid Form submitted by the Contractor;

-Post Bid Modification(s), if any, dated ______;

-the General Conditions of the Construction Contract (Form CO-7),

(referred to as the “General Conditions”)

-the Supplemental General Conditions, if any;

-the Special Conditions attached to the Owner’s Invitation for Bids;

-the Owner’s Project Plans and Specifications dated ______;

-

-

-

All of these documents are incorporated herein by reference.

3. TIME FOR COMPLETION: The Work shall be commenced on a date to be specified in a written order of the Owner and shall be Substantially Completed within ______calendar days or not later than the Contract Completion Date which is ______.The Work shall be finally completed within 30 days after the date of Substantial Completion of the Work.

4. COMPENSATION TO BE PAID TO THE CONTRACTOR: The Owner agrees to pay and the Contractor agrees to accept as just and adequate compensation for the performance of the Work in accordance with the Contract Documents the sum of

______dollars ($______).

5. PAYMENTS: The procedures for establishing a Schedule of Values for the Work, for requesting monthly progress payments for Work in place, and for requesting payments for properly stored materials are stated in the General Conditions. Unless otherwise provided under the Contract Documents, interest on payments due the Contractor shall accrue at the rate of one percent per month. §2.2-4354 of the Code of Virginia.

6. CONTRACTUAL CLAIMS: Any contractual claims shall be submitted in accordance with the contractual dispute procedures set forth in Section 47 of the General Conditions and the supplemental instructions or procedures of the contracting State Agency, if any, attached to this Contract.

7. NON-DISCRIMINATION: §2.2-4311 of the Code of Virginia applies to this contract. See Section 4 of the General Conditions.

IN WITNESS WHEREOF, the parties hereto on the day and year written below have executed this agreement in three (3) counterparts, each of which shall, without proof or accountancy for the other counterparts, be deemed on original thereof.

For the CONTRACTOR: For the OWNER:

By: ______By: ______

(signature in ink) (date)(signature in ink)(date)

______

(typed name)(typed name)

______

(typed title)(typed title)

Attest: Attest:

______

(signature in ink)(date) (signature in ink) (date)

Attachments:

- Bid Form Submitted by the Contractor

- Post Bid Modification, if any

DGS-30-068 CO-9.1a (6/04)Page 1 of 1

NOTICE OF AWARD

DATE:

TO:

Re:INSTITUTION/AGENCY:

PROJECT TITLE: