For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

Similar documents
NOTE: All in attendance are plan holders, except Karen s Carpetmax who attended with First Contracting.

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

DEAN + TYLER + BURNS ARCHITECTURE

August 19, Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades

CITY OF MARSHALL, MINNESOTA

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

Bidders Name: DOCUMENT 330 BID FORM

Newport News Public Schools

Finance & Technology Administrator (815) ext 223

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

ADDITIONS, RENOVATIONS AND IMPROVEMENTS AT BEAUREGARD HIGH SCHOOL FOR THE LEE COUNTY BOARD OF EDUCATION OPELIKA, ALABAMA

COTULLA-LA SALLE COUNTY AIRPORT TERMINAL BID FORM

Cattaraugus County Little Valley County Center Court Renovations Second Floor Little Valley, NY

The following shall be incorporated into the Contract Documents dated November 12, 2018.

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

DOCUMENT BID FORM. Village of Middle Point

City of Eagle Point 2017 Paving Instruction to Bidders

ADVERTISEMENT FOR BIDS

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

ADDENDUM NO. 1 CONTRACT NO. TU-191 SALT STORAGE BUILDING FOR THE TOWN OF ULSTER ULSTER COUNTY, NEW YORK. January 25, 2019

DOCUMENT BID FORM - STIPULATED SUM

INVITATION TO BID (Request for Proposal)

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS

GOREE ARCHITECTS, INC Bellaire Blvd., Suite 105 Bellaire, TX Tel (713)

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

Blatt PE Center Fire Alarm Upgrades November 12, 2012 State Project No. H27-I851-B

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

Highlands Housing Authority

ADVERTISEMENT FOR BIDS

I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library

PROPOSAL AND BID FORM (Submit in triplicate)

Junior High Science Upgrades Phase II Puyallup School District #3 Project #07661

Project Location: 2220 E. League City Parkway, League City, Texas 77573

DIVISION 0 - CONDITIONS OF THE CONTRACT

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

2. Clarification: The building address is 801 Henderson Street.

The Home Depot U.S.A., Inc. Instructions to Bidders

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016.

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

1. Project Name: Lafayette Meadows Elementary School Addition & Renovation, Fort Wayne, Indiana

Maintenance and Operations 1302 Service Road Tustin, California (714) CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION

revisions to project manual Bid Form: Added deduct alternate 07. Refer to written responses below for explanation.

BID PROPOSAL CONTRACT NO. AOPC

Addendum No. TWO Date:

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

The following shall be incorporated into the Contract Documents dated 12 MARCH 2018.

cc: Bob Ruzinsky The Greater Dayton Regional Transit Authority

Main Building Auditorium

ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

NO. 1 TO THE DRAWINGS AND THE PROJECT MANUAL. PROJECT NAME: Anna High School Additions and Renovations. CLIENT NAME: Anna ISD. LOCATION: Anna, Texas

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

NOTICE TO BIDDERS FOR

Morgantown, Kentucky JKS # BG # Liberty Street Hopkinsville, KY Winchester Road Suite 200 Lexington, KY 40505

DOCUMENT BID FORM - STIPULATED SUM (MULTIPLE-PRIME CONTRACTS) Bidder:.

1. Pre-Bid Meeting: The Meeting was held on July 15, 2013 at 1:30PM at Kiser Middle School.

INVITATION TO BID CITY OF HOPKINSVILLE

INSTRUCTIONS TO BIDDERS

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

THE CITY OF MT. PLEASANT, MICHIGAN

Haywood County Auxiliary Services and Haywood County Auxiliary Services: Building Shell Renovation Waynesville, North Carolina

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 16, 2017

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

REROOFING THE CAREER TECHNICAL SCHOOL FOR THE CLEBURNE COUNTY BOARD OF EDUCATION HEFLIN, ALABAMA

#2 Daniel Drive O Fallon, Missouri BaalmanArchitects.com

NORTHEAST ILLINOIS REGIONAL COMMUTER RAILROAD CORPORATION D/B/A METRA INVITATION FOR BIDS METRA IFB NO

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

PAWLEYS ISLAND TOWN HALL

AUTOMATIC METER READING SYSTEM DETAILED SPECIFICATION

REVISED BID FORM WILLIAM PATERSON UNIVERSITY OF NEW JERSEY. PROJECT NAME: Renovations & Addition to Hunziker Hall & Wing

BIDDING DOCUMENTS FOR THE WASHINGTON UNIFIED SCHOOL DISTRICT FOR

City of Jacksonville Finance Department

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

BASE BID Description Written & Numeric Price

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

Bidding Conditions Attachment C

BID Addenda No. Date Issued Addenda No. Date Issued

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR HIGH SERVICE PUMP REPAIR ADDENDUM 3

Farmington Public Schools 2015 Bond Issue Bid Package 9- Beechview & Kenbrook Elementary School Remodeling Project Wednesday, January 24, 2018

ADDENDUM NO 1 Issued November 21, 2017

John Barton Architect, LLC

A D D E N D U M N O. 4

CITY OF HOPKINSVILLE

Transcription:

Section BF Bid Form For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Bid Proposals will be received at the office of the Owner. Identified as: Attn. Nancy Wain, Executive Director Implementation of the 2015, 2016 Capital Fund Program for: Kitchen Cabinets, Floor Replacement & Counter Tops Having read the Specifications and examined the Documents entitled: Implementation of the 2015, 2016 Capital Fund Program for: Kitchen Cabinets, Floor Replacement & Counter Tops And Addenda Numbers _ Prepared By: James S. Jacobs Architects, PLLC 25 Washington Street Monroe, Michigan 48161 Having inspected the site and the conditions affecting and governing the construction of said project, the undersigned: Bidder s Company Name: Date: Telephone No: ( )_ Email Address: Fax No:_ Hereby proposes to furnish all permits, labor, materials, tools, equipment, supervision, and service required for the completion of the work described in the documents for the following sums. BF -1

Bidders shall fill in all blanks hereinafter applicable to contract for which bid is being submitted. Write in the sum and figures. In the event of discrepancy, written words shall prevail. PROPOSAL: GENERAL CONSTRUCTION FOR IMPLEMENTATION OF THE 2015, 2016 CAPITAL FUND PROGRAM FOR: KITCHEN CABINETS, FLOOR REPLACEMENT & COUNTER TOPS. General construction for Architectural, Mechanical, Plumbing and Electrical Systems. Provide and install as described in the Invitation to Bid and the Contract Documents. Cost of (2) Ten Unit Townhouses & (1) Five Unit Townhouse. Include Cost of the Performance and Payment Bond in this Sum. For The Sum Of UNIT PRICES: Dollars. $ UNIT PRICE #1 Cost per square foot of vinyl plank flooring. Provide and install. UNIT PRICE #2 Cost per square foot to remove underlayment one (1) layer. UNIT PRICE #3 Cost per square foot to remove underlayment two (2) layers. UNIT PRICE #4 Cost per square foot to replace sub-floor. UNIT PRICE #5 Cost per square foot to patch and repair drywall and ceiling. UNIT PRICE #6 Cost per square foot to patch and repair drywall and walls.

UNIT PRICE #7 Cost per square foot to paint ceilings and walls. UNIT PRICE #8 Cost per lineal foot to remove and replace floor base. UNIT PRICE #9 Cost per Storage Container Unit and Labor to move tenant pre-packed boxes, all furnishings and equipment located in kitchen and living room areas, closets and hallways of the first floor, unhook, move to storage container and re-hook up appliances; those being refrigerator, stove, hood over the stove, tenant washer and dryer. SUBSTITUTIONS: Bidder is to bid on the "standards" specified, and to enter on the following, all material which the bidder wishes to have considered for possible substitution. The following substitutions from the "standards" specified are listed herein for consideration, and if accepted, the contract sum may be adjusted in accordance with the following: A. Item Add Deduct No Change B. C. D.

WAGE RATES: The rates of wages and fringe benefits to be paid to each class by the bidder, shall be not less than the wage and fringe benefit rates in accordance with Davis Bacon Wage Determination prevailing in the locality in which the work is to be performed and they must reflect the State of Michigan, Monroe County prevailing wage rates and fringe benefits. With the signing of this Bid Form, bidders shall certify that they and their sub-contractors adhere to and comply with the prevailing wages for Michigan Monroe County. CONTRACT: The undersigned agrees that above prices shall hold for 60 days after receipt of proposals, to accept provisions of the Instructions to Bidders and the Supplementary Conditions and to comply with all requirements of the Contract Documents. TIME OF STARTING WORK: The Contractor shall commence work within 10 days after selection by the with fully executed Contract with General Contractor for award of contract. Contractor shall also carry on his operations in such a manner as to cause the least delay in the execution of the work. TIME OF COMPLETION PER TYPICAL SINGLE UNIT INDIVIDUAL TOWNHOUSE: The undersigned warrantees that Substantial Completion of the Work as defined by the Construction Documents, shall be achieved no later than _ calendar days from the date of award of contract. A range of days is acceptable. TIME OF COMPLETION FOR THE TOTAL OF TWENTY-FIVE TOWNHOUSE UNITS (TOTAL TWO (10) UNIT TOWNHOUSES & ONE (5) UNIT TOWNHOUSE) The undersigned warrantees that Substantial Completion of the Work as defined by the Construction Documents, shall be achieved no later than _ calendar days from the date of award of contract. A range of days is acceptable. BID BOND Each proposal submitted must be accompanied by a bond from an approved surety company, in an amount not less than five (5%) percent of proposal amount. No other bid security will be accepted. BF -3

PERFORMANCE BOND Each successful bidder will be required to furnish a performance bond and labor and materials payment bond equal to one hundred (100%) percent of the contract including accepted alternates and in accordance with the contract conditions. Premium for bonds shall be included in the base bid. WITHDRAWAL OF PROPOSAL: It is understood that this proposal may be withdrawn prior to scheduled opening date or postponement thereof. BID BOND: The undersigned hereby confirms that a 5% Bid Bond is enclosed. SUBMITTED BY: Company Name: Address: Signed: Typed Signature Title Proposal Form shall be filled out in true duplicate. If bidder is Corporation, indicate State of Incorporation, if Partnership, give full names of partners. End Section BF - Bid Form