SECTION 00 11 00

ADVERTISEMENT FOR BIDS

1.01PROJECT IDENTIFICATION

  1. Rochester Public School District #535 will receive bids from qualified contractors on a single Prime contract for hot water upgrade projectatMayo High School located at 1420 11th Avenue SE, Rochester, Minnesota 55904.
  2. Contractors will be selected using a low bid process.
  3. Bids for the Mayo High School Hot Water Upgrade project, located at 1420 11th Avenue SE, Rochester, MN 55904,for Rochester Public Schools, Independent School District #535, will be received in accordance with the Bidding Documents prepared by Dunham Associate, 421 First Avenue SW, Suite 201W, Rochester, MN 55902.

1.02PROJECT DESCRIPTION

  1. The project consists of upgrades to the existing hot water system. Work includes thereplacement of the existing steam to water heater exchanger storage tank, piping, recirculation pumps, controls and auxiliaries with a new instantaneous, double wall, steam to water heat exchanger, along with new piping, recirculation pump, controls and auxiliaries. Also included in the project is the replacement of the existing water softener system.

1.03TYPE OF BIDS

  1. Bidders shall be submitting a Base Bid for the Work described in the Bidding Documents. A single prime contract will be awarded for work based on Bid Amount and Qualifications.

1.04BID DATE

  1. Day/Date: June 1, 2017
  1. Time:2:00 P.M.Local Time

(The Owner will determine when the time is at hand)

1.05DELIVERY AND OPENING OF BIDS

  1. Rochester Public Schools, Independent School District #535 will receive bids until the date/time indicated herein at the office of:

Mrs. Jackie Milnes, Purchasing Manager

Facilities Service Center

3935 Hwy 14 East

Rochester, MN 55904

  1. Bids received after this time will not be accepted
  1. After opening quotes, no bid or any part thereof, shall be modified, withdrawn or cancelled for the next 60 days. The Owner reserves the right to accept or reject any or all bids and to waive any informalities or irregularities in the bids.

1.06BID BONDS AND SECURITY

  1. Bid Security: Each proposal shall be accompanied by bid security in the form of a surety bid bond, cashier’s check or certified check, drawn on a state or national bank domiciled within the State of Minnesota in an amount not less than ten percent (10%) of the maximum base bid submitted, payable without condition to the Owner as a guarantee that the bidder will enter into a contract with the Owner for the work described.
  1. Bid Bonds: The successful bidder will be required to furnish and pay for a “Performance Bond” and “Labor and Materials Payment Bond” each in the full amount of the contract by a surety (or sureties) approved by the Owner.

1.07EXAMINATION OF DOCUMENTS

  1. Drawings, specifications, and other contract documents will be distributed beginning May 12, 2017. It is the General Contractor’s responsibility to distribute as needed for subcontractor bidding.
  1. Upon receipt of Bid Documents verify that documents are complete. Notify Architect should the documents be incomplete.
  1. Questions regarding design and technical specifications may be addressed to Dunham Associates. See Section 00 01 13 for contact information.

1.08PROCUREMENT OF DOCUMENTS BY BIDDERS

  1. You may view and order bid documents by going to the Rochester School District Online Plan Room at If this is your first time on the Rochester School District Online Plan Room please register, and retain your login information for future access. Please contact Franz Reprographics for assistance with accessing the Online Plan Room. You may also order sets by phone by contacting Franz Reprographics-Rochester, 128 17th Avenue NW, Rochester, MN 55901, 507-287-1090.

B. Bidders/Contractors are responsible for obtaining copies of the construction documents for bidding and construction, and for any costs incurred therein.

C. Bid Documents are made available only for the purpose of obtaining offers for this project. Their use does not grant a license for other purposes.

  1. Bid Notices, Bid Addendums, and Electronic Downloads for this project will be distributed by Franz Reprographics.
  1. The issuance of this Advertisement for Bids is not a license to incur reimbursable expenses by the bidder(s) to seek, prepare or submit their bid (proposal). No bidding fee or expenses will be paid to any bidder by the Owner, Architect or Engineer.

1.09PRE-BID CONFERENCE AND TOUR OF PROJECT SITE

  1. A pre-bid conference is scheduled for Thursday, May 18, 2017at 4:00 PMat Mayo HS. All bidders are welcome to attend and should meet at the Main Entrace Prime Bidders are strongly urged to attend and will be responsible for any items discussed at this meeting. The bidders shall sign in at the Main Office of the location indicated above. Direct any communications to Dunham Associates, 507-424-6850.

1.10TIME OF COMMENCEMENT

  1. Bids will be reviewed and the estimated date of award is June 6, 2017.
  1. The contractor cannot begin work on-site until July 1, 2017. Submittals and prep work can begin once the contract is awarded.

1.11TIME OF COMPLETION

  1. Start submittal process: June 7, 2017
  2. Construction Start: July 1, 2017
  3. Substantial Completion: August 11, 2017
  4. Final Completion of Office Area: August 18, 2017
  5. Closeout Document to Owner: September 15, 2017

1.12OWNER’S RIGHTS

  1. The Owner reserves the right to reject any and all bids, accept any bid it deems to be in its best interest, to waive informalities or irregularities in bids submitted, and waive minor irregularities or discrepancies in bidding procedure.

1.13CONTRACTOR’S QUALIFICATION STATEMENT

  1. Prime Bidders who have not worked with the Owner on projects within 2 years shall be pre-qualified. Owner’s pre-qualification process requires that new Bidders submit a completed AIA A305 – Contractor’s Qualification Statement prior to bidding. Bidder is responsible for obtaining AIA form.

1.14WAGE DETERMINATION REQUIREMENTS

  1. Minnesota prevailing wage statutes do not apply to this Work.

1.15RESPONSIBLE CONTRACTOR ACT VERFICATION FORM

A.Per Minnesota State Statute 16C.285, the Vendor shall complete the endorsed form verifying compliance with the minimum responsibility requirements in the statute. Submit completed form with the bid.

B.The Responsible Contractor Act Verification Form is enclosed following this section.

END OF SECTION

RPS – Mayo HS Hot Water001100 –Page 1 of 3Advertisement for Bids