SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

Similar documents
DOCUMENT BID PROPOSAL

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

ADA BARRIER REMOVAL PHASE

DISTRICT-WIDE PROP 39 INTERIOR LED LIGHTING UPGRADES BID NO

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS

The Bid Date has changed to 03/16/2010 at 2:30 PM.

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

ADDENDUM #1. for the. Physical Security (Phase II), #31336 Bid #G San Jose City College

Main Building Auditorium

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

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

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

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

Finance & Technology Administrator (815) ext 223

PUBLIC CONTRACT CODE SECTION

DOCUMENT POST BID INTERVIEW

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

ADDENDUM #2. Design/Build Contractor RFP Bid # for the. Joint-Use 21 st Century Post-Century Education Center.

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

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

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

DISTRICT-WIDE PROP 39 INTERIOR LED LIGHTING UPGRADES BID NO

Dear Prospective Bidders, Following here is the informational bid packet for Bid 554, Districtwide Paving Improvements.

DEAN + TYLER + BURNS ARCHITECTURE

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

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM NO.

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

Bidding Conditions Attachment C

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

Bidders Name: DOCUMENT 330 BID FORM

2. Provide a revised bid form which includes revised language in Section II, Bidder Responsiveness Section. (attached to this Addendum 1)

Invitation for Bid - Standard Office Furniture / Task Chair

BID Addenda No. Date Issued Addenda No. Date Issued

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

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades

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

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

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

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

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West

1. Provide a revised bid form that reflects revisions to Bidder Responsiveness Section(attached)

ADDENDUM NO. 1. X is not extended, remains: 2:00 p.m. _ is extended until: _ posting date is extended until:

ALL PROSPECTIVE CONTRACTORS, PLAN ROOMS AND SUPPLIERS

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

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

REQUEST FOR PROPOSALS

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

City of Eagle Point 2017 Paving Instruction to Bidders

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

Addendum No. 1. Joliet Junior College 1215 Houbolt Road Joliet, IL DATE: October 11, 2017

PAWLEYS ISLAND TOWN HALL

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

ADDENDUM TWO. Peoria Park District ADDENDUM NO. 2 Planning, Design and Construction Department 1314 N. Park Road PROJECT TITLE: Asbestos Abatement

2. Provide a revised Section 17 and 27 to our Instructions to Bidders (attached)

REQUEST FOR QUALIFICATIONS

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

1. Meeting minutes from the pre-bid conference are attached for inclusion in the Bid Documents.

Highlands Housing Authority

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

Page 1 REQUEST FOR WRITTEN PROPOSAL

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR, 2018 I. BACKGROUND AND OVERVIEW

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Replacement of Manual Trolley Switch System Phase 1

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK

DESERT COMMUNITY COLLEGE DISTRICT RESOLUTION NO

DOCUMENT PROPOSAL FORM (Modified)

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

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

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

REQUEST FOR PROPOSALS AUDIT

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

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

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

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

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

Addendum No. 1 Page 1 of 1

CITY OF AZUSA. Azusa Gateway Improvements (CIP #66111B)

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE LEASE-LEASEBACK DEVELOPERS 2017/2018 I. BACKGROUND AND OVERVIEW

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

PREQUALIFICATION OF PROSPECTIVE BIDDERS

Addendum No. 1 Page 1 of 2

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

BID FORM. (Firm) FOR CONSTRUCTION OF RECYCLED WATER STORAGE POND RELINING, POND NO. 1/2 [PROJECT NO. D1904]

REQUEST FOR QUALIFICATIONS

Chapter 4 State Requirements for Educational Facilities Section 4.1

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

CITY OF MARSHALL, MINNESOTA

SECTION SUPPLEMENTARY GENERAL CONDITIONS

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

BID DOCUMENTS COVER SHEET CONTRACT DOCUMENTS FOR. Backup Generator Projects. Diablo Valley College. 321 Golf Club Road, Pleasant Hill, CA 94523

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

Part I List below all dates for receipt of each Addendum received in connection with this solicitation.

Transcription:

DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of Bidder) (Address) (City, State, Zip Code) (Federal Tax I. D.) (Telephone/Fax) (Contractor s License Number) (Contractor s DIR Registration Number) [E-Mail Address of Bidder s Representative(s)] [Name(s) of Bidder's Authorized Representative(s)] 1. Bid Proposal 1.1 Acknowledgment of Bid Allowances. The Bidder confirms that the Bid Proposal amount shown in paragraph 1.2 below, incorporates and is inclusive of all Allowances detailed in Section 01 21 00 for added work at District s request. Allowance #1: Repair, replacement, cleaning of additional items not included within original Scope of Work. $20,000.00 Total Schedule of Allowances.. $20,000.00 1.2 Base Bid Proposal Amount. The undersigned Bidder proposes and agrees to perform the Contract including, without limitation, providing and furnishing any and all of the labor, materials, tools, equipment and services necessary to perform the contract & complete the Acacia Tenant Improvement, project #32110-01 for the sum of: Dollars $. The Bidder confirms that it has checked all of the above figures and that the Bid Proposal amount includes the allowances described in Paragraph 1.1 above. Furthermore, the Bidder understands that neither the District nor any of its agents, employees or representatives shall be responsible for any errors or Version: 02/2015 Page 1 of 4

omissions on the part of the undersigned Bidder in preparing and submitting this Bid Proposal. The Contract Award will be pursuant to Document 00 21 13, Instructions to Bidders, Paragraph 12.3, in accordance with Public Contract Code Section 20103.8(a), the lowest bid shall be the lowest bid price on the base contract without consideration of the prices on the additive or deductive items described in Paragraph 1.3 below. 1.3 Bid Alternates. The Bidder s price proposal for bid alternates is set forth in the Bid Alternates section below. Reference Section 01 23 00 for the description of the Bid Alternates required and enter the calculated amount below. Bid Alternates shall state the NET AMOUNT to be ADDED TO or DEDUCTED FROM the BASE BID PRICE, as applicable. The changes described in each Bid Alternate shall only become incorporated into the work if the District elects to proceed with one or more or any combination of the Bid Alternates and amends the District-Contractor Agreement accordingly. The selection of Bid Alternates may occur prior to the Contract Date, or may, by the Agreement, be deferred for possible selection at a subsequent date. Acceptance or Rejection: Acceptance or rejection of each Bid Alternate is at the discretion of the District. None, any, or all Bid Alternates may be accepted or rejected in any sequence by the District. Modifications to the work shall require furnishing and installing the selected Bid Alternate materials and labor to the satisfaction of the District s Representative at no additional cost to the District other than described in the applicable Bid Alternate. Extent of Bid Alternates: Bidders shall determine the full extent of work affected by each Bid Alternate and shall make full and proper allowance for such extent. Bid Alternate price must include all labor, materials, equipment, facilities, transportation, and services to complete all work related to the Bid Alternate. No increase in Contract days or extension of Contract completion schedule shall be made for work required by Bid Alternate improvements. Bid Alternates: Alternate #1: NONE Version: 02/2015 Page 2 of 4

1.4 Acknowledgment of Bid Addenda. The Bidder confirms that this Bid Proposal incorporates, and is inclusive of, all items or other matters contained in Addenda issued by or on behalf of the District. Addenda # to the Bid Documents has been received & acknowledged. (initial) Addenda # to the Bid Documents has been received & acknowledged. (initial) 2. Documents Accompanying Bid. The Bidder has submitted with this Bid Proposal the following: (a) Bid Security; (b) Proposed Subcontractors Form; (c) Non-Collusion Declaration; (d) Construction Careers Agreement To Be Bound and Construction Careers Program Agreement of Contractors and (e) Small/Disadvantaged Business Utilization Form. The Bidder acknowledges that if this Bid Proposal and the foregoing documents are not fully in compliance with applicable requirements set forth in the Notice to Contractors Calling for Bids, the Instructions to Bidders and in each of the foregoing documents, the Bid Proposal may be rejected as non-responsive. 3. Award of Contract. If the Bidder submitting this Bid Proposal is awarded the Contract, the undersigned will execute and deliver to the District the Agreement in the form attached hereto within five (5) working days after notification of award of the Contract. Concurrently with delivery of the executed Agreement to the District, the Bidder awarded the Contract shall deliver to the District: (a) Certificates of Insurance evidencing all insurance coverages required under the Contract Documents; (b) the Performance Bond; (c) the Labor and Material Payment Bond; (d) the Certificate of Workers Compensation Insurance; and (e) the Drug-Free Workplace Certificate. Failure of the Bidder awarded the Contract to strictly comply with the preceding may result in the District s rescission of the award of the Contract and forfeiture of the Bidder s Bid Security. In such event, the District may, in its sole and exclusive discretion elect to award the Contract to the responsible Bidder submitting the next lowest Bid Proposal, or to reject all Bid Proposals. 4. Contractor's License. The undersigned Bidder is currently and duly licensed in accordance with the California Contractors License Law, California Business & Professions Code 7000-7020., under the following classification _B_ bearing License Number, with expiration date of. The Bidder certifies that: (a) it is duly licensed, in the necessary class(es), for performing the Work of the Contract Documents; (b) that such license shall be in full force and effect throughout the duration of the performance of the Work under the Contract Documents; and (c) that all Subcontractors providing or performing any portion of the Work shall be so properly licensed to perform or provide such portion of the Work. 5. Contractor s Registration. Bidder submitting a proposal to complete the work, labor, materials and/or services ( Work ) subject to this procurement must be a Department of Industrial Relations registered contractor pursuant to Labor Code 1725.5 ( DIR Registered Contractor ). A Bidder who is not a DIR Registered Contractor, when submitting a proposal for the Work is deemed not qualified and the proposal of such a Bidder will be rejected for non-responsiveness. Pursuant to Labor Code 1725.5, all Subcontractors identified in a Bidder s Subcontractors List shall be DIR Registered Contractors. If awarded the Contract for the Work, at all times during performance of the Work, the Bidder and all Subcontractors, of any tier, shall be DIR Registered Contractors. 6. Designation of Subcontractors: Subcontractors List. Bidder shall submit a list of its proposed Subcontractors (with location of businesses and contractors license numbers) for the proposed Work as required by Bidletting and Subcontracting Fair Practices Act (California Public Contract Code 4100 4114) on the form published. Version: 02/2015 Page 3 of 4

The failure of any Bid Proposal to include information required by the Subcontractors List will result in a rejection of the Bid Proposal for non-responsiveness.. 7. Acknowledgment and Confirmation. The undersigned Bidder acknowledges its receipt, review and understanding of the Drawings, the Specifications and other Contract Documents pertaining to the proposed Work. The undersigned Bidder certifies that the Contract Documents are, in its opinion, adequate, feasible and complete for providing, performing and constructing the Work in a sound and suitable manner for the use specified and intended by the Contract Documents. The undersigned Bidder certifies that it has, or has available, all necessary equipment, personnel, materials, facilities and technical and financial ability to complete the Work for the amount bid herein within the Contract Time and in accordance with the Contract Documents. 8. Unit Pricing: Reference Specification Section 01 22 00 Unit Prices for additional information. A. Submit this Schedule of Unit Prices with the Bid Form: Description Unit Unit Price (in words and numerically) A. New surface mounted power receptacle with circuits and pan wire mold and rigid conduits as required to integrate into nearest electrical panel board with breakers. B. New dual port surface mounted data receptacle with circuits pan wire mold and flexible conduit as required to integrate into nearest data router or switch. C. NEW Gas and water valves as required by code, to control and allow existing utility supply piping to be cut and capped; to facilitate demolition of laboratory tables, casework and fume hood modifications. D. New vinyl composition tiles (VCT) to be installed per manufacturer s instructions, to replace severely damaged or broken tiles. Basis of design VCT to be Armstrong 12 x 12 VCT. Color to be selected by Architect. E. New ceiling tiles to be installed per manufacturer s instructions, to replace severely damaged or missing ceiling tiles. Basis of design ceiling tiles to be Armstrong 12 x 12 ceiling tiles. Color to be selected by Architect. F. New electrical light fixtures, replace light fixtures in-kind to match existing building fixtures. Per 50 sq. ft. Per 50 sq. ft. Version: 02/2015 Page 4 of 4

G. New horizontal blinds to replace damaged horizontal blinds in rooms. Basis of design to be Levelor corded blinds. Color to be selected by Architect. H. Provide labor to move furniture and equipment from room to Contractor staging area and relocate back to room. Three (3) Person Crew at Eight (8) Hours per Day By: (Signature) (Corporate Seal) (Typed or Printed Name) Title: END OF DOCUMENT Version: 02/2015 Page 5 of 4