Table Of ContentBID DOCUMENT
INVITATION NO. GF-2018-B-0040
AGENCY: University of the District of Columbia
PROJECT: Architecture Phase III ARI - Building 32, Level 1
LOCATION: 4200 Connecticut Avenue, NW
Washington, DC 20008
To access our website, please go to:
www.udc.edu
Select About UDC
Select Administrative
Select Finance and Procurement
Select Capital Procurement
Architecture Phase III ARI - Building 32, Level-1 Solicitation Number: GF-2018-B-0040
1. Solicitation No.: 2.Type: 3. Date Issued: Page 1 of 100
GF-2018-B-0040 [ X } Sealed Bid (IFB)
March 26, 2018
SOLICITATION, OFFER AND AWARD [ ] Negotiated (RFP)
4. Contract Number 5. Requisition/Purchase Request No. 6.
[ ] Open Market with set aside for
SBE subcontracting (see Section
M.1.6)
[X] SBE Set-Aside (see Sec-B.2 & Sec-M)
Mandatory 35% CBE subcontracting
requirement in accordance with
Section M.1.5 & M.1.6
7. Issued By: 8. Address Offer To:
University of the District of Columbia University of the District of Columbia
Capital Procurements Division Capital Procurements Division
4200 Connecticut Avenue, NW 4200 Connecticut Avenue, NW
Building 39, Room 200C Building 39, Room 200C
Washington, DC 20008 Washington, DC 20008
9. A. Name: C. E-mail Address
B. Telephone (No collect calls)
For information contact: Michiko Gadson (Area Code) (Number) (Ext) [email protected]
202 274-5191
IMPORTANT - The "offer" section of this form must be fully completed by offeror.
SOLICITATION
NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder"
10. Sealed offers in “original” plus _2__ copies to perform the work required will be received at the place specified in item 8, or if hand
carried, to the bid counter located at address shown in item 8 until 2:00 PM local time on, Thursday, April 19, 2018.
(Hour) (Date)
11. The University requires performance of the work described in strict accordance with the following:
DESCRIPTION SECTION PAGES
Solicitation/Offer/Award Form A 2-3
Schedule for Construction, Alterations, Repair, Price B 4-5
Scope/University Specifications/Drawings C 6-9
Packaging and Markings D 10
Inspection and Acceptance E 11
Deliveries and Performances F 12
Contract Administration Data G 13-49
Special Contract Requirements H 50-57
Contract Clauses I 58-74
List of Attachments J 75
Representations, Certifications and Other Statements of Bidders K 76-87
Instructions, Conditions and other Notices to Bidders L 88-95
Evaluation Factors for Award M 96-100
The Standard Contract Provisions for Use with Specifications for University Government Construction Projects, dated January 2007
12. The Contractor shall begin performance and complete all the work within 180 calendar days from the date specified in the written
[ ] Award [X] NTP This performance period is [ X ] Mandatory [ ] Negotiable
13. The Contractor must furnish the required performance and payment bonds.
[ X ] yes, within ten (10) calendar days after receiving the Notice of Intent to Award [ ] no
14. Additional Solicitation Considerations
A. All bids are subject to the work requirements, provisions and clauses incorporated in this solicitation in full text or by reference
B. A BID GUARANTEE [ X ] is required [ ] is not required
Government of the University Office of Contracting and Procurement
STANDARD FORM A - Dated May 2001
2
Architecture Phase III ARI - Building 32, Level-1 Solicitation Number: GF-2018-B-0040
STANDARD FORM A - Dated May 2001
OFFER ( Must be fully completed by offeror)
15. Name, Company Name and Address of Offeror (with zip code) 16. Telephone No. 18. Remittance Address (if different than item 15).
( )
17. E-mail address
19. The offeror agrees to perform the work required at the prices specified herein and according to the BID SCHEDULE (Section B) and in strict accordance with the
terms of this solicitation, if this offer is accepted by the University in writing within 90 calendar days after the date offers are due.
20. The offeror agrees to furnish any required performance and payment bonds.
21. ACKNOWLEDGEMENT OF AMENDMENTS
The offeror acknowledges receipt of amendments to the solicitation (number and date each) See Section L.11
Amendment
Number
Date
22B. Offer
22. Name and Title of person authorized to sign offer (Type or 22A. Signature
Print)
AWARD (To be completed by the University)
23. Amount 24. Accounting and Appropriation data
25. PAYMENT WILL BE MADE BY: 26. Submit invoices as instructed in Section G of this solicitation (Contract Administration Data)
Office of the Chief Financial Officer
4200 Connecticut Avenue, NW
Washington, D.C. 20008
CO WILL COMPLETE ITEM 27 OR 28 AS APPLICABLE
27. [ ] NEGOTIATED AGREEMENT (The Contractor is required to sign this 28. [ ] AWARD (The Contractor is not required to sign this document). Your
document and return__ copies to the issuing office). The Contractor agrees to offer on this solicitation is hereby accepted. This award consummates the contract
furnish and deliver all items or perform all work requirements for the which consists of (a) the solicitation and your offer, and (b) this contract award. No
consideration stated in this contract. The rights and obligations of the parties of further contractual document is necessary.
this contract shall be governed by (a) this contract award, (b) the solicitation,
and (c) the clauses, representations, certifications and specifications
incorporated by reference in or attached to this contract.
29. Name and Title of Contractor or Person Authorized to Sign (Type or Print) 30. Name of CO (Type or Print)
Eddie Whitaker, Contracting Officer
29A. Signature 29B. Date 30A. Signature 30B. Date
3
Architecture Phase III ARI - Building 32, Level-1 Solicitation Number: GF-2018-B-0040
PART I
SECTION B: SCHEDULE FOR CONSTRUCTION, ALTERATIONS, REPAIRS PRICE
B.1 The University of the District of Columbia, Strategic Sourcing & Procurement is seeking a
Contractor to provide all labor, materials, equipment and supervision for demolition and
replacement of the Architecture Phase III ARI - Building 32, Level 1 located at 4200 Connecticut
Avenue N.W., Washington DC 20008 Van Ness Campus. The Renovation and Relocation of the
Architecture Research Institution and requires a contractor to perform the renovation of
approximately 6500 SF of the first floor of Building 32 completing ALL associated mechanical,
electrical, plumbing, sprinkler and Architectural work in accordance with the University’s
Specifications and Drawings titled Architecture Phase III ARI – Building 32-L-1.
B.2 Designation of Solicitation for the Certified Business Enterprise Set-Aside Market Only
This Invitation for Bids is designated for Certified Business Enterprise (CBE) bidders only under
the provisions of the “Small, Local, and Disadvantaged Business Enterprise and Assistance Act of
2005”, as amended, D.C. Official Code § 2-218.01 et seq. (the Act).
A CBE must be certified in the procurement category of Building Construction (General Including
Maintenance and Repair Services) in order to be eligible to submit a bid in response to this
solicitation.
B.3 SUBCONTRACTING PLAN
The bidder shall submit a statement detailing its subcontracting plan pursuant to approval by the
CO. This plan shall meet the requirements described under Section M.1.9 of this solicitation. A
Contractor cannot make any changes to its subcontracting plan without prior written approval by the
CO. The approved plan will be incorporated into and become part of the contract.
B.4 The University contemplates award of a firm fixed-price contract. The estimated price range for this
requirement is between $600,000.00 - $1,200,000.00.
B.5 The Contractor must bid lump sum firm fixed price for the following Contract Line Item Number
(CLIN) as described below.
CLIN DESCRIPTION LUMP SUM PRICE
01 Architecture Phase III, ARI $_________________
Building 32 – L-1,
as shown in the
Drawings, Specifications and
Scope of Work as described in
Section C of this solicitation package.
LUMP SUM PRICE (CLIN 0001) IN WORDS
__________________________________________________________________________
4
Architecture Phase III ARI - Building 32, Level-1 Solicitation Number: GF-2018-B-0040
B.6 PRICE BREAKDOWN FORM
The bidder must complete this breakdown of prices and submit it with its bid. In case of any
discrepancy in the total bid price entered here and the lump sum price in B.5 shall govern.
* DIVISION means a discrete component of the work for which a separate price is requested. The
“Total Price Breakdown” is the sum total of all components, and must equal the Lump Sum Bid
Price of CLIN 0001.
DIVISION NO. * DESCRIPTION TOTAL PRICE
BREAKDOWN
Div. 01 General Requirements $
Div. 02 Existing Conditions $
Div. 03 Concrete $
Div. 04 Masonry $
Div. 05 Metals $
Div. 06 Wood, Plastic, & Composites $
Div. 07 Thermal and Moisture Protection $
Div. 08 Openings $
Div. 09 Finishes $
Div. 10 Specialties $
Div. 11 Equipment $
Div. 12 Furnishings $
Div. 13 Special Construction (including Hazardous Disposal $
Div. 14 Conveying Equipment $
Div. 21 Fire Suppression $
Div. 22 Plumbing $
Div. 23 Heating, Ventilating & Air Conditioning $
Div. 25 Integrated Automation $
Div. 26 Electrical $
Div. 27 Communications $
Div. 28 Electronic Safety & Security $
Div. 31 Earthwork $
Div. 32 Exterior Improvements $
Div. 33 Utilities $
Lump Sum Bid Lump Sum Bid Price (copy from CLIN 0001, $
Price Section B.5, Part I of IFB)
5
Architecture Phase III ARI - Building 32, Level-1 Solicitation Number: GF-2018-B-0040
PART I
SECTION C: SCOPE/SPECIFICATIONS/DRAWINGS
C.1 STATEMENT OF WORK:
The University of the District of Columbia is seeking a certified contractor to provide all labor,
materials, equipment and supervision for the complete demolition and replacement for the
Architecture Phase III, ARI – Building 32, Level 1 in accordance with the University’s
Specifications titled “Architectural Phase III ARI Building 32 L-1” and Drawings titled
“Architectural Phase III ARI Building 32 L-1”, and the Government of the District of Columbia
Standard Contract Provisions For Use With Specifications for District Constructions Projects,
dated March 2011, and any amendments thereto incorporated herein as Attachment J.1.3.
C.1.1 GENERAL REQUIREMENTS
C.1.2 SPECIAL REQUIREMENTS
Third Party Inspections
The contractor is required to subcontract an independent third party inspection company qualified to
perform inspections in the District of Columbia whom is in good standing with the Department of
Consumer and Regulatory Affairs. The awarded contractor shall include ALL inspection in the
construction schedule and provide at minimum a three (3) day advance notice for all inspection to
the University’s Contracting Officer designated Contract Administrator (CA) and the designated
UDC Construction Manager (CM). The third part inspection contractor will be required to provide
copies of all inspection reports within 24 hours to the CA and/or CM.
Occupant Access/Emergency Egress
The contractor shall perform all work in a manner that allow full access to and emergency egress
from the occupied administration offices and adjacent classrooms including but not limited to
providing signage, striping, temporary ramps, temporary walls, temporary egress doors and
barricades as needed to safely direct all occupants and visitors to and from the entrances and
emergency exists. Access to the first floor may be temporarily routed to the nearest alternate
entrance if required but emergency egress to all stairwells MUST be maintain to ensure the safety
of the occupants. The contractor will provide access means as necessary to provide and maintain
uninterrupted access to the building elevator. All work that requires temporary blocking of the
egress paths or elevator area from access shall be completed during University off hours. To
ensure compliance with the access/egress requirements, the contractor shall submit an access,
egress plan as part of the mandatory safety plan. The safety plan shall be submitted after award but
at least 7 day s prior to start of construction activities. Access to and use of elevators is restricted to
personnel only during regular business hours. Elevators shall not be used for transport of materials
from 8AM thru 9:30 PM on weekdays. Weekend Elevator use for material delivery must be
requested in 48 hours in advance and shall be granted if it does not conflict with building
occupants use schedule.
Scope of Work Clarifications
General Note 3.g on Drawing Sheet A-001 (1/001) is deleted and replaced with the following:
6
Architecture Phase III ARI - Building 32, Level-1 Solicitation Number: GF-2018-B-0040
G. DEMOLITION AND THE USE OF NOISE PRODUCING EQUIPMENT DURING
CONSTRUCTION (CORE DRILLING , ETC.), SHALL NOT OCCUR DURING
NORMAL WORKING HOURS 7:00AM TO 6:00PM MONDAY THROUDGH FRIDAY,
UNLESS OTHERWISE NOTED, AND SHALL COORDINATED AND APPROVED
THROUGH THE CONSTRUCITON MANAGER AND BLDG. MANAGER FIVE (5)
DAYS PRIOR TO COMMENCING WORK.
Addendum Three
The Architect has issued ADDENDUM THREE dated February 12, 2018, to the IFB Construction
Documents. ADDENDUM THREE changes are identified on the revised Table of Contents for the
Specification Manual. The attached specifications supersede the following specification section in
their entirety:
Table of Contents
012300 Alternates
274100 AV System
Alternates
In accordance with Addendum 3 Revised Specification Section 01200 “Alternates” There are no
alternate on the project. All work associated with all alternates shown on the construction drawing
shall be fully executed and all associated costs shall be included in the contractors base bid lump
sum price.
Section 012100 – Allowances
Specification section 012100- Allowance is deleted in its entirety. There are no allowances on this
project.
Period of Performance
All work outlined in the above statement of work shall be completed within 180 calendar days of
the date of notice to proceed with the following milestones.
Milestone Duration
Beneficial Occupancy 180 Days from NTP
Liquidate Damages
Item Hours Rate Amount
Project Manager 2 $125.00 $ 250.00
Construction Manager 8 $105.00 $ 840.00
MEP QA/QC Inspector 4 $105.00 $ 420.00
$1,510.00
7
Architecture Phase III ARI - Building 32, Level-1 Solicitation Number: GF-2018-B-0040
C.2 UNIVERSITY SPECIFICATIONS:
The University Specification:
C.2.1 The Contractor shall perform the work in accordance with the University Specifications
titled BID SPECIFICATION “Architecture Phase III ARI - Building 32- L-1”
incorporated herein as Attachment J.1.1 that are stamped, initialed and dated: August 7,
2017.
C.3 UNIVERSITY DRAWINGS:
The University Drawings are as follows:
C.3.1 The Contractor shall perform the work in accordance with the Drawings listed below and
included herein as Attachment J.1.2 that are stamped, initialed and dated: August 7, 2017.
.
C.3.2 Plans List – Architecture Phase III ARI - Building 32- L-1
The Contractor shall perform the work in accordance with the Drawings listed below and included:
DRAWING TYPE DRAWING TITLE
NO.
1 G-000 COVER SHEET - Architecture Phase III ARI - Building 32- L-1
G GENERAL
2 G-001 INDEX SHEET
3 G-002 DCRA ENERY VERIFICATION SHEET
A ARCHITECTURE
4 A-001 SYMBOLS, ABBREV, LEGENDS, & GENERAL NOTES
5 A-101 FIRST FLOOR PLAN – DEMOLITION
6 A-102 FIRST FLOOR PLAN – NEW WORK
7 A-103 FIRST FLOOR REFLECTED CEILING PLAN – DEMOLITION
8 A-104 FIRST FLOOR REFLECTED CEILING PLAN – NEW WORK
9 A-201 INTERIOR ELEVATIONS AND DETAILS
10 A-501 DETAILS
11 A-502 DETAILS
12 A-601 SCHEDULES, PARTITION TYPES, AND DETAILS
13 A-602 GLASS PARTITIONS, STOREFRONT SYSTEM DETAILS AND ELEVATIONS
14 A-603 EVACUATION PLAN, SIGNAGE TYPES AND DETAILS
15 A-605 FURNITURE/EQUIPMENT PLAN & SCHEDULE
M MECHANICAL
16 M-001 LEGEND, DRAWING LIST, ABBREVIATIONS, AND GENERAL NOTES
17 M-101 FIRST FLOOR PLAN – DEMOLITION
18 M-102 FIRST FLOOR – NEW WORK – DUCTWORK
19 M-103 FIRST FLOOR – NEW WORK – PIPING
20 M-701 SCHEDULES, CONTROL DIAGRAMS, AND DETAILS
P PLUMBING (DEDUCT ALTERNATE #1)
21 P-001 ABBREVIAIONS SYMBOLS, DRAWING LIST, NOTES AND SCHEDULE
8
Architecture Phase III ARI - Building 32, Level-1 Solicitation Number: GF-2018-B-0040
22 P-101 LEVEL 1 NEW WORK SANITARY PLAN
23 FP FIRE PROTECTION
24 FP-001 ABBREVIAIONS SYMBOLS, DRAWING LIST AND NOTES
25 FP-101 FIRST FLOOR PLAN – EXISTING AND NEW WORK
26 FP-102 FIRST FLOOR PART PLAN @BUILDING 42 – EXISTING AND NEW WORK
27 FP-601 RISER DIAGRAM AND DETAILS
FA FIRE ALARM
DRAWING LIST, SYMBOL LIST, ABBREVIATIONS AND PARTIAL FIRE
28 FA-001
ALARM SYSTEM RISER DIAGRAM
29 FA-101 FIRST FLOOR PLAN – FIRE ALARM- EXISTING/DEMOLITION
30 FA-102 FIRST FLOOR PLAN – FIRE ALARM – NEW WORK
E ELECTRICAL
31 E-001 DRAWING LIST, ABBREVIATIONS, SYMBOL LIST AND NOTES
32 E-101 FIRST FLOOR PLAN – EXISTING/ DEMOLITION
33 E-102 FIRST FLOOR PLAN – NEW WORK – LIGHTING
34 E-103 FIRST FLOOR PLAN – POWER
35 E-104 FIRST FLOOR PLAN – COMMUNICATIONS AND A/V SYSTEM
36 E-105 FIRST FLOOR PLAN – NEW WORK – SECURITY
FIRST FLOOR PLAN PARITIAL PLAN – POWER, COMMUNICATIONS
37 E-106
SECURITY AND A/V SYSTEM
38 E-701 SCHEDULES AND PARTIAL POWER RISER DIAGRAM
39 E-801 DETAILS
40 E-802 DETAILS
C.4 ACCESS TO THE SPECFICATIONS AND DRAWINGS
The Specifications (J.1.1) and Drawings (J.1.2) titled “Architecture Phase III ARI - Building
32- L-1” can be purchased for $200.00 payable by Company check or money order to “DC
Treasurer” and can be picked up from the University of the District of Columbia, Strategic
Sourcing & Procurement , 4200 Connecticut Avenue, NW, Building 39, Room 200C,
Washington, DC 20008.
9
Architecture Phase III ARI - Building 32, Level-1 Solicitation Number: GF-2018-B-0040
PART I
SECTION D: PACKAGING AND MARKING
D.1 MATERIAL DELIVERY, HANDLING AND STORAGE:
D.1.1 The Contractor shall deliver materials and equipment in the original, properly labeled, unbroken
packages, containers, cartridges or bundles and in such quantities and such ample time that progress
of work will not be delayed.
D.1.2 The Contractor shall protect materials and products against any damage or deterioration during
transit to the site, unloading, delivering and storing at site, installation or erection, and during period
between installation or erection and final acceptance by the University, that shall include, but not
limited to:
D.1.2.1 Minimum exposure to weather during delivery.
D.1.2.2 Storage off ground in dry, well-ventilated spaces.
D.1.2.3 Covering, as necessary, for adequate protection from soiling and wetting.
D.1.3 The Contractor shall provide storage methods that will facilitate inspection and testing before and
during the use as follows:
D.1.3.1 Space for storage of materials and equipment will be approved by the University’s Inspector (see
Paragraph G.22).
D.1.3.2 The Contractor shall not occupy more space at the site than is absolutely necessary for proper
execution of the work.
10
Description:document and return__ copies to the issuing office). B.5 The Contractor must bid lump sum firm fixed price for the following Contract Line Item