23-24-076 Lead Hazard Reduction Services

Agency: City of Danville
State: Virginia
Type of Government: State & Local
Category:
  • F - Natural Resources and Conservation Services
  • S - Utilities and Training Services
Posted: Mar 8, 2024
Due: Apr 8, 2024
Solicitation No: IFB-23-24-076
Publication URL: To access bid details, please log in.
Bid Number: IFB-23-24-076
Bid Title: 23-24-076 Lead Hazard Reduction Services
Category: Construction Services Bids
Status: Open

Description:

Walk Through will be:

Thursday March 21,2024 at 12:00 PM

Last Day for Questions:

Tuesday March 26,2024 at 11:00 AM

Seal Bids are Due :

Monday April 8,2024 by 3:00 PM


Seal Bids Must be Submitted to Purchasing

No later than Monday April 8,2024 by 3:00PM

427 Patton Street Room 304

Danville, VA 24541

Please Include Bid # 23-24-076 on the Outside of Envelope


Direct Inquiries: Carol Henley Director of Purchasing

E-Mail: purchasing@danvilleva.gov For security reasons, you must enable JavaScript to view this E-mail address.

Phone: 434-799-6528 Option 4

Specification Inquiries: Michael Beckner Lead Safe Danville Program Manger

E-Mail: becknml@danvilleva.gov For security reasons, you must enable JavaScript to view this E-mail address.

Phone: 434-799-5260

Publication Date/Time:
3/8/2024 12:00 AM
Closing Date/Time:
4/8/2024 3:00 PM
Pre-bid Meeting:
04/08/2024
Contact Person:
Carol Henley Purchasing Director
427 Patton Street
Danville, VA 24541
Phone : 434-799-6528 Option 4
Fax: 434-799-5102
E-Mail: purchasing@danvilleva.gov
Related Documents:

Attachment Preview

Bid No.
Title:
INVITATION FOR BID
IFB 23-24-076
Lead Abatement for 1111 Paxton St.
Pre-Bid Meeting:
A Pre-Bid Meeting will be held March 21, 2024 at 12:00pm on
site at 1111 Paxton St. or by Zoom at
https://us04web.zoom.us/j/75476536276?pwd=UI6jxCxZp52N
NWWVyaHNIfF21fxhGg.1
Last Day for
Questions:
Bid Closing Date:
Questions may be submitted in writing via email to:
purchasing@danvilleva.gov until 11:00am March 26, 2024
Sealed Bids shall be accepted no later than April 8, 2024, at
3:00PM at the Purchasing Department, 427 Patton Street,
Room 304, Danville, VA 24541
Direct Inquiries to:
Carol Henley, Director of Purchasing
(434) 799-6528
purchasing@danvilleva.gov
City Project Representative: Michael Beckner
(434) 799-5260 Ext. 2486, becknml@danvilleva.gov
TABLE OF CONTENTS
1.0
Scope of Work
2.0
General Conditions
3.0
Standard Requirements & Instructions For Bidding Version 2.0
IFB 23-24-076
Lead Abatement for 1111 Paxton St.
1.0 GENERAL CONDITIONS
1.1 Intent: Secure Virginia-licensed contractor for the Lead Abatement for 1111 Paxton St.
1.2 Sealed bids must be received in the Purchasing office no later than 3:00PM,
April 8, 2024, mail to:
City of Danville
Purchasing Department
427 Patton Street, Room 304
Danville, VA 24541
1.3 Pre-bid Conference: A pre-bid conference will be held on March 21, 2024 at 12:00 PM at
1111 Paxton St., Danville, VA 24541 or by Zoom at
https://us04web.zoom.us/j/75476536276?pwd=UI6jxCxZp52NNWWVyaHNIfF21fxhGg.1
1.4 Bid Inquiries: The last day for questions will be March 26, 2024, at 11:00am
Email Carol Henley at purchasing@danvilleva.gov
1.5 Time of Completion: (10) Ten calendar days.
1.6 Liquidated Damages: ($250.00) Two-hundred fifty dollars per calendar day.
1.7 Owner’s Representative: Project Manager Name and Contact Information: Michael Beckner Lead
Safe Danville Program Manager Office: 434-799-5260 Ext 2486 Cell: 434-334-5855 Email:
becknml@danvilleva.gov
1.8 Code: All work performed shall conform to the Virginia Uniform Building Code.
2.0 SCOPE OF WORK
2.1 Description
Exterior LBP Deficiencies
10 Windows to be replace and trim associated with the windows.
Remove and replace the walking surface on the front porch approximate 186.0 sqft.
Remove and replace the porch components and encapsulation on parts the cannot be removed.
Encapsulation of eves and associated trim.
Encapsulation of small back porch ceiling components.
Remove and replace the crawlspace door and frame.
Interior LBP Deficiencies
Remove all crown molding from all interior rooms and repair damage from removal.
Replace front door, casing, trim, and sill.
Remove the door leading to hallway and trim the opening.
Remove and replace the bathroom door and casing.
Remove the cabinet in back hallway.
Remove the pass thru window above kitchen sink and trim the opening.
Stabilize and repaint roof.
Healthy Homes Interior Deficiencies
Install Fire/Co2 detectors (battery type) per VA code.
Provide and install 5lb ABC fire extinguisher in kitchen.
Install GFCI receptacles in wet locations per NFPA 70.
Replace the water heater exhaust piping per VA code.
Healthy Homes Exterior Deficiencies
Investigate the soft spots on the front porch.
Replace the front screen door.
Provide splash block to aid in directing the downspout water away from the structure.
Proposals shall include list of materials and specifications to complete the work.
3.0 SUPPLEMENTAL GENERAL CONDITIONS
3.1 Compliance: The Contractor shall comply with the provisions of the following:
The City of Danville’s “Standard Requirements & Instructions for Bidding”, Version
2.0, dated April 5, 2015. Copies may be obtained from the Purchasing Office or by
downloading from the City’s website “Finance Department, Purchasing Division.
3.2 Award:
A. The award will be made to the lowest responsible and responsive bidder, with
consideration given to completion time.
B. The City reserves the right to reject any or all offers and to waive informalities and
minor irregularities in offers received.
3.3 Authority:
A. The Director of Purchasing as the designee of the City Manager has the sole
responsibility and authority for negotiating, placing, and when necessary modifying
each and every invitation to bid, purchase order or other award issued by the City of
Danville. In the discharge of these responsibilities, the Director of Purchasing may be
assisted by assigned buyers. No other City officer or employee is authorized to order
supplies or services, enter into purchase negotiations, or in any way obligate the
government of the City of Danville for any indebtedness. Any purchases contrary to
these provisions and authorities shall be void and the City shall not be bound thereby.
B. This procurement process, including withdrawal of bids and appeal or protests, is governed
by the "PROCUREMENT CODE OF THE CITY OF DANVILLE, VIRGINIA". Copies of the
Procurement Code may be obtained by writing the City of Danville Purchasing Department,
427 Patton St. Room 304, Danville, Virginia 24541 and by downloading from the City’s
website, Finance Department, Purchasing Division. The City of Danville does not
discriminate against faith-based organizations.
3.4 Bid Preparation:
A. Bid proposals must be written in ink or typewritten and shall be submitted on the forms
issued. Unsigned or qualified bids will not be accepted. No bid may be considered if
received after the time shown on Title Page. Contractors are expected to examine all
instructions, specifications, drawings, sites, installations, etc. Failure to do so will be at
the Contractor's risk. Erasures or other changes must be initialed by the person signing
the bid.
B. Envelopes containing bids must be sealed and marked in the lower left-hand corner
IFB 23-24-076 Lead Abatement for 1111 Paxton St.” and submitted to the office
indicated on title page.
C. SCC Number
Contractors organized as a stock or nonstock corporation, limited liability company,
business trust, or limited partnership or registered as a registered limited liability partnership
shall be authorized to transact business in the Commonwealth as a domestic or foreign
business entity if so required by Virginia Title 13.1 or Title 50 or as otherwise required by law.
A Contactor organized or authorized to transact business in the Commonwealth pursuant to
Virginia Title 13.1 or Title 50 shall include in its bid or proposal the identification number issued
to it by the State Corporation Commission. Any bidder or offeror that is not required to be
authorized to transact business in the Commonwealth as a foreign business entity under Title
13.1 or Title 50 or as otherwise required by law shall include in its bid or proposal a statement
describing why the bidder or offeror is not required to be so authorized.
3.5 Bidder Eligibility:
A. Bidders are required to submit evidence that they have practical knowledge of the
particular work bid upon and that they have the financial resources to complete the
proposed work. Failure on the part of any Bidder to carry out previous contracts
satisfactorily, or lack of experience or equipment necessary for the satisfactory and
timely completion of this Project, may be deemed sufficient cause for disqualification of
said Bidder.
B. The Bidder must readily and independently document that the Bidder possesses the
experience, equipment and financial resources necessary for a timely and
professional completion of this project.
C. Irregular Bid Proposals: Bid proposals shall be considered irregular for the following
reasons:
1. If the bid is on a form other than that furnished by the City, if the City’s form is
altered, or if any part of the proposal form is detached.
2. If there are unauthorized additions, conditional or alternate pay items, or
irregularities of any kind which make the proposal incomplete, indefinite, or
otherwise ambiguous.
3. If the bid does not contain a unit price for each pay item listed in the proposal.
4. If the bid contains unit prices that are obviously unbalanced.
5. If the bid is not accompanied by the proposal guaranty specified by the City.
D. Withdrawal of Bid Due to Error:
1. A bidder for a City construction contract, other than a contract for construction or
maintenance of public highways, may withdraw his bid from consideration, if the
price bid was substantially lower than the other bids due solely to a mistake therein,
provided the bid was submitted in good faith and the mistake was a clerical mistake,
as opposed to a judgment mistake, and was actually due to an unintentional
arithmetic error or an unintentional omission of a quantity of work, labor, or material
made directly in the compilation of the bid, which unintentional arithmetic error or
unintentional omission can be clearly shown by objective evidence drawn from
inspection of original work papers, documents, and materials used in the
preparation of the bid sought to be withdrawn.
2. The bidder shall give notice in writing of his claim of the right to withdraw his bid within
two (2) business days after the conclusion of the bid opening procedure.
E. Disqualification of Bidder: A bidder shall be considered disqualified for any of the
following reasons:
1. Submitting more than one proposal from the same partnership, firm, or
corporation under the same or different name.
2. Evidence of collusion among bidders. Bidders participating in such collusion shall
be disqualified as bidders for any future work of the City until any such
participating bidder has been reinstated by the City as a qualified bidder.
3. If the bidder is considered to be in “default” for any reason.
3.6 Bids Binding 90 Days:
Unless otherwise specified, all formal bids submitted shall be binding for ninety (90)
calendar days following bid-opening date.
3.7 Cleanup:
A. The Contractor at all times shall keep the premises free from accumulation of waste
materials or rubbish caused by his operations. At the completion of the work, he shall
remove all his waste materials and rubbish from and about the project as well as all
his tools, construction equipment, machinery, and surplus materials.
B. If the Contractor fails to clean up at the completion of the work, the City may do so
and the cost thereof shall be charged to the Contractor.
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Views: Current Version ( 38 ) All Versions ( 38 ) Details IFB-61432

State Government of Virginia

Bid Due: 6/11/2024

Follow SPE4A724R0309-1650 - FILTER,FLUID/ AIRCRAFT, HERCULES C-130 Active Contract Opportunity Notice ID SPE4A724R0309

Federal Agency

Bid Due: 4/29/2024

Bid Number: 20240763B Bid Title: James City County Marina Upgrades and Supporting Infrastructure

James City County

Bid Due: 4/30/2024

Views: Current Version ( 14 ) All Versions ( 124 ) Details IFB-61713

State Government of Virginia

Bid Due: 5/23/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.