Sign up to receive a text message or email when new bids are added!
Bid Number: RFQ 259782
Bid Title: Construction of the Lovettsville Community Center (Re-issue), RFQ 259782
Category: Procurement
Status: Awarded
Additional Status Information: Notice of Award issued on November 18, 2020.
Bid Recipient: Crisak, Inc.

Description:

Due to restrictions surrounding the COVID-19 pandemic, public access to County facilities is extremely limited. The mailing of bids is preferred. However, if a bid is hand delivered, it will be received in the lobby of 1 Harrison Street, SE, Leesburg, VA 20175 ONLY in the Drop Box labeled: Procurement Bids and Proposals between the hours of 8:30 a.m. and 5:00 p.m. 

ALL HAND DELIVERED BIDS MUST BE SUBMITTED AT THIS LOCATION PRIOR TO 4:00 P.M. on the Acceptance Date of the bid in order to be considered. Bids will not be accepted at any other building locations or after 4:00 P.M. Bids will be opened and announced by the Procurement Division staff via audio/video teleconference at 4:30 p.m. (Atomic time) on the Acceptance Date. To participate in the audio portion of the opening, please dial the number provided in the Instruction to Bidders and follow the prompts as designated. You may also witness the announcement of received bids as they are opened using GoToMeeting with the instructions included in the Instructions to Bidders.

Please contact the Contracting Officer or Assistant Purchasing Agent designated on the front cover of the solicitation with any questions regarding this process.

The Intent of this Invitation for Bid (IFB) is for the County of Loudoun, Virginia (County) to obtain the services of a qualified general contractor to construct the new Lovettsville Community Center (New Community Center or Project). The Project includes the construction of a new one (1) story, masonry-clad building of approximately 18,134 sq. ft., as well as the approximate 600 sq. ft. addition and renovation to the existing 1,200 sq. ft. Pool House building on the same site. This new building will be constructed on a site in close proximity to the existing Community Center, which will remain in operation as a licensed preschool during various phase of construction. The New Community Center building includes a full court gymnasium with folding partition, staff office space, a fitness room, classrooms, kitchen, storage, and several meeting rooms. The work involves storefront and glazing, brick, fiberglass reinforced concrete panels, split and smooth face concrete masonry units (CMU), mechanical, electrical, and plumbing (MEP), millwork, low voltage, audio visual, other typical components of new single story construction. The Pool House building includes expanding the men’s and women’s showers and changing areas, a new staff break room, renovation of the public control point, first aid area, and concessions areas. The building includes storage, pump room, electrical, and chemical rooms.

The Project is registered with U.S. Green Building Council (USGBC) as a Leadership in Energy and Environmental Design (LEED) project and the successful bidder will be required to employ, either directly or through a subconsultant, a LEED Accredited Professional (AP) and to comply with LEED requirements per the documents as well as document compliance through the LEED template online process, for all construction phase templates as described in the Project specifications, in order to achieve LEED certification.

The existing building and pool, playground, tennis courts, outdoor basketball court and gravel parking area will remain in use and accessible to the public during various construction phases of the New Community Center. Contractor shall submit a safety plan for review per specifications and Contractor shall ensure and take every possible precaution to maintain the safety of pedestrians and vehicle traffic throughout construction on the site for access to other amenities. The pool is in operation only in the summer, and will be open to the public annually between Memorial Day Weekend and Labor Day Weekend. All work on the Pool House for renovation and addition is to occur during the off season from Labor Day Weekend to Memorial Day Weekend. Any work done during the summer months that affects the operations of the pool should be done after hours for short periods only, or with advance notice, agreement, and coordination of Community Center Staff and the Loudoun County Department of Transportation and Capital Infrastructure (DTCI).

This will be a phased construction project. Phase 1 site work has been completed and is in the documents for information only. A gravel parking lot has been constructed for the public and Community Center staff and is not to be used by the Contractor. Contractor parking, staging, and laydown space is offered offsite per the civil drawings. After construction of the New Community Center and once it has achieved an Occupancy Permit, all program operations at the existing Community Center will be relocated to the New Community Center and will resume immediately. The Contractor’s schedule shall assume a 30 calendar day move in period between the issuance of the Occupancy Permit and the start of work in the existing Community Center. The Contractor shall then abate hazardous materials in the existing building, and proceed with the demolition of the existing building per the specifications and the Town of Lovettsville’s Conditional Use Permit (see sheet C1.5). A demolition permit is required. The Contractor shall obtain the demolition permit prior to any work on the existing structure commencing. Once demolition is complete for the existing building, the remaining parking lot work and associated utilities can be completed.

During construction, the Contractor will have access to a portion of the Loudoun County Lovettsville Park project nearby for laydown and storage. This area shall be utilized by the Contractor for offsite staging / laydown, field offices, and contractor parking. The Contractor shall be responsible for securing a Land Use Permit from Virginia Department of Transportation (VDOT) for the construction entrance at this offsite area. The Construction of the Lovettsville Park will be complete prior to the end of this Project and the Contractor must coordinate and cannot delay the activities of the Lovettsville Park contractor. See sheet C4.6 for more information.

Before removal of any asphalt paving on the New Community Center site (Site), the Contractor is to notify DTCI and Loudoun County Department of Planning and Zoning seven (7) calendar days in advance so they can have staff onsite to watch for possible artifacts and features that might denote the presence of an archaeological site sealed under the pavement. The Contractor shall use only smooth bucket backhoes for asphalt removal and shall allow Loudoun County Staff to witness removal of pavement and investigate as removal occurs. Should artifacts be found on the Site at any time by the Contractor, subcontractors, or by Loudoun County Staff, the County may require the area of the artifact to be left undisturbed for a minimum of forty-eight (48) hours to allow for further investigation.

The costs associated with the removal of any and all unsuitable soils and/or rock encountered below subgrade (as defined in Specification 312000), during the construction of this Project shall be borne by the County. The County requests that the Contractor provide unit prices for unsuitable soils removal and rock removal. Unit Prices shall include the import of suitable material as needed to replace those quantities removed (It shall be assumed that suitable material will be procured from an off-site source). Bidders shall provide unit prices and extended prices on the Pricing Page. The extended price will be carried by the County as an Owner’s Allowance in the final Contract Price and will be paid to the Contractor on a “per occurrence” basis, with any remaining allowance(s) being returned to the Owner upon completion of the Project. This will apply to all excavations. Furthermore, the Contractor will be responsible for the removal of all vegetation as required by the Contract Documents, to include, haul-off and disposal. Excess top-soil and spoils shall be removed from the Site. Hauling and disposal of this excess top-soil and spoils shall be included in the Contractor’s Lump Sum Price. Should the Contractor require the import of suitable materials to maintain the elevations and grades shown on the Contract Documents, then the Contractor shall be responsible for the costs of the suitable materials, inclusive of hauling, placement, and compaction.

The County will make available for the Contractor’s use the following construction materials:
  • Masonry materials including EPDM flashing, end dams, inside corners, outside corners, PVC control joint, rebar positioners, 4”/6”/8”/12” ladders, mortar trap, drip edge, etc. as described in the attached Frederick Brick Works and Oldcastle APG invoices (Refer to Attachment 8).
  • Hollow metal doors, hollow metal frames and door hardware in the quantity and condition as described in the attached Precision Doors & Hardware Invoice #71064825 (Refer to Attachment 8).
  • Precast storm structures including Manhole 2 (top only), Manholes 3- 8, Water Meter Vault, Contect Slotted Drain, 12” RCP and 15” RCP as described in the attached Concrete Pipe & Precast, LLC and Eastern Supply, Inc. invoices (Refer to Attachment 8).

The condition and suitability for use in the construction of this project for the above materials shall be verified by the Contractor. Refer to Paragraph 19.4 for details on how to schedule a materials inspection visit.

The County shall not be responsible for any costs associated with the reuse of this material during construction. Contractor shall be responsible for removing and properly disposing of all unused materials in the offsite laydown area.

Under a separate contract, the County has installed the geothermal well field, geothermal vault and supply / return laterals, through the existing gravel access road, which will serve the new Community Center. It shall be the Contractor’s responsibility to provide a complete system warranty for the geothermal system, after connection is made to the existing elements, at no additional cost to the County. The existing well field was installed by Northern Virginia Drilling (https://www.nvdinc.com/). 

The Contractor shall be responsible for all surveying to ensure the Project is installed per the Construction Documents. Any deviations from the Contract Documents shall be specifically requested via Request for Information (RFI) submitted via e-Builder to the Architect/Engineer of Record. All deviations shall be noted in the Contractor’s “Record Set” of Construction Documents. Upon completion of the Project, two (2) hard-copy sets, and one (1) digital
copy of “Record Set” Construction Documents shall be provided to the County.

The County will require the Contractor awarded this Project to use e-Builder Construction Program Management Software. The County will purchase licenses for the Contractor’s use and will provide training for the Contractor to ensure proficiency as recommended by e-Builder. The license and training will be provided to the Contractor at no cost and prior to the issuance of Notice to Proceed. Further training due to a lack of proficiency will be the responsibility of the Contractor.

e-Builder Construction Program Management Software will be utilized for all Project management documentation and correspondence, including but not limited to: RFI’s, submittals, meeting minutes, pay applications, potential change orders/change orders, close-out documentation, etc. Contact e- Builder for further information at www.e-builder.net or 1-800-580-9322.

Addenda:
Addendum #1 Changes and/or Additions issued on August 20, 2020.
Addendum #2 Acceptance date changed to September 29, 2020 issued on August 31, 2020.
Addendum #3 Changes and/or Additions issued on September 4, 2020.
Addendum #4 Changes and/or Additions issued on September 4, 2020.
Addendum #5 Changes and/or Additions issued on September 17, 2020.
Addendum #6 Acceptance date has changed to October 6, 2020 issued on September 22, 2020.
Addendum #7 Changes and/or Additions issued on September 29, 2020.
Addendum #8 Acceptance date changed to October 13, 2020 issued on September 30, 2020.
Addendum #9 Changes and/or Additions issued on October 2, 2020.

Publication Date/Time:
8/4/2020 3:00 PM
Publication Information:
Invitation for Bid
Closing Date/Time:
10/13/2020 4:00 PM
Bid Opening Information:
See Related Documents
Addendum Date/Time:
Addendum #9 issued on October 2, 2020.
Contact Person:
Delphine Lambert, CPPB
*Please see the attached document RFQ 259782 for additional contact information.
Download Available:
See Related Documents
Business Hours:
8:30 AM to 5:00 PM
Miscellaneous:
Addendum #9 Changes and/or Additions issued on October 2, 2020.
Related Documents:

Return To Main Bid Postings Page