Sign up to receive a text message or email when new bids are added!
Bid Number: RFQ 402782
Bid Title: Construction of the Ashburn Recreation and Community Center, RFQ 402782
Category: Procurement
Status: Closed
Additional Status Information: Notice of Intent to Award issued on February 16, 2022..

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. Bidders are strongly encouraged to check the County’s website routinely for updates.

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 a new Recreation and Community Center. This facility will be located in the Broadlands Section 104 of Ashburn, VA at 43190 Van Metre Drive, Ashburn, VA 20148. MCPI: 117-15-39. Please note the address on the plans is 21140 Coopers Hawk Drive which was changed to 43190 Van Metre Drive after the bid set of plans and specification was finalized. This will be addressed in Addendum 1.

1.1 This new facility is approximately 121,000 GSF, is one (1) story plus a mezzanine. The project includes a 50-meter competition pool, a leisure pool, a spa, a full-size gymnasium, an eight classroom community center, a multi-purpose room with teaching kitchen and movable partition, a fitness center with group fitness rooms, family change rooms, separate male and female change rooms, administrative offices, lifeguard offices, wet classrooms, observation areas and a large spectator seating area for the competition pool.

Site work includes an existing storm water pond, irrigation, playground, fencing, landscaping, hardscaping and custom site structures such as custom permanent benches, custom sculptural fountain with interactive splash play area, electric vehicle charging stations and trash enclosure. Site materials include custom concrete forms, granite pavers, asphalt and concrete paving, poured in place rubber and synthetic turf surfaces, decorative gravel, flagpoles and site furnishings.

The building will be LEED Certified, Silver. The project includes a radiant heat and geothermal wells, pool filtration and pump equipment, and specialty pool gutters. The building is constructed of steel framing and joists, metal decking and metal studs. There are several types of specialty concrete floor slabs within this project including floating and suspended acoustical slabs. Exterior building finishes include (but may not be limited to) brick, unit masonry, structured polycarbonate wall panel assemblies, masonry, zinc alloy metal plate wall panels, TPO membrane roofing, glazed aluminum curtainwall, special function (dynamic) glazing, ultra-high performance concrete rain screen cladding, skylights.

The building interior will include finishes such as (but not limited to) drywall, glass, laminate, fiberglass doors and frames, decorative glazing, tile, athletic wood flooring, wood paneling, specialty sliding doors, ornamental woodwork, acoustical tile ceiling systems, acoustical metal ceiling systems, linoleum, resinous matrix terrazzo, fluid applied athletic flooring, carpet, acrylic stucco.

The Contractor will have to follow all pertinent Broadlands Noise Ordinances.

1.2 The costs associated with the removal of any 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). Unit prices shall be included on the Pricing Page of the Bid, and shall be multiplied times an assumed quantity provided by the County for an extended price. The extended price shall 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 County upon completion of the project. This will apply to all excavations with the only exception being Drilling Activities (i.e. borings, geothermal wells, etc.). In these specific instances the Contractor should assume that rock will be encountered and price the drilling accordingly as part of their Base Bid Cost. Refer to Specification 312000 for soil classification and responsibility for all unsuitable soils and/or rock encountered above subgrade.

1.3 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 these materials shall be included in this Contract. 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.

1.4 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 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.

1.5 For the duration of the contract, Contractor shall ensure access by Others to the existing building, silos, and associated property located adjacent to the project site for the purposes of maintaining existing landscaping at this location. Access shall be via the construction entrance at Cooper’s Hawk Drive to the existing gravel road at the existing stormwater management pond. Access is expected, at a minimum, to be weekly during the spring and summer seasons, and then less frequently in the fall and winter seasons.

1.6 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.

The 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, proposed change orders/change orders, close-out documentation, etc.

Pre-Bid Conference: 

A Pre-Bid Conference will be held virtually using GoToMeeting software on October 14, 2021, at 10:30 a.m. for clarification of any questions on the drawings, specifications, and site conditions.

Addenda:

Addendum #1 Changes and/or Additions issued on November 1, 2021.

Addendum #2 Changes and/or Additions issued on November 10, 2021.

Addendum #3 Changes and/or Additions issued on November 22, 2021.

Publication Date/Time:
10/7/2021 8:30 AM
Publication Information:
Invitation for Bid
Closing Date/Time:
12/8/2021 4:00 PM
Bid Opening Information:
See Related Documents
Addendum Date/Time:
Addendum #3 issued on November 22, 2021.
Pre-bid Meeting:
October 14, 2021 @ 10:30 AM
Contact Person:
Christopher Bresley, CPPB
Please see the attached document RFQ 402782 for additional contact information.
Download Available:
See Related Documents
Business Hours:
8:30 AM to 5:00 PM
Miscellaneous:
Addendum #3 Changes and/or Additions issued on November 22, 2021.
Related Documents:

Return To Main Bid Postings Page