French Hall Rehab Main Entrance

Similar documents
PROPOSAL FOR. Project Number: SU Date: December 7, 2018 Project Name: Renovate Old Mailroom to Café TO THE STATE UNIVERSITY OF NEW YORK:

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

BID FORM. Base Bid Dollars ($ )

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE

Suite 300 Tenant Improvement

City of New Rochelle New York

BID FORM. Project Name: Butler Career Technical Center Demolition and Abatement

Request for Proposal Automobile Driver Education Services RFP #

ADDENDUM #5 NIB #

COUNTY OF OSWEGO PURCHASING DEPARTMENT

Request for Proposal Transition/Vocational Services RFP No

ADVERTISEMENT FOR BIDS

Putnam Valley Central School District Bid # Athletic Uniform Cleaning Putnam Valley, N.Y NOTICE TO BIDDERS

SODIUM HYPOCHLORITE FEED PUMPS AND VARIABLE SPEED CONTROLLERS SARATOGA COUNTY WATER AUTHORITY

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

SPECIFICATIONS AND BID FORM FOR TRASH REMOVAL HOWARD G. SACKETT TECHNICAL CENTER

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

5. BID FORMS TABLE OF CONTENTS

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

City of New Rochelle New York

APPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE.

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

SOUTH COLONIE CENTRAL SCHOOL DISTRICT BOARD OF EDUCATION

ADDENDUM NO WEST LIGHTING PROJECT TU-1938-SBR

City of Albany REQUEST FOR PROPOSALS FOR THE PROVISION OF FOOD CONCESSION SERVICES IN CITY HALL. RFP Number December 4, 2013

WEXFORD COUNTY REQUEST FOR PROPOSALS

City of Albany, New York

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

BID FORM (Lump Sum or Unit Price)

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

City of Ballwin RFP #18-01 Ries Road Bridge Replacement BRM-4939(606)

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

ADDENDUM NO. 1 December 8, Bidders are hereby informed that the construction plans and/or specifications are modified as follows:

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

B. The Bid is made in compliance with the Bidding Documents.

INSTRUCTIONS TO BIDDERS

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

Department of Finance Phone: (914) North Avenue FAX: (914) New Rochelle, NY REQUEST FOR PROPOSAL Spec # 5254

OSWEGO COUNTY PURCHASING DEPARTMENT

CONTRACT DOCUMENTS FOR: CONSTRUCTION YEAR 2018 DIRECTIONAL DRILLING FOR THE WAYNE COUNTY WATER AND SEWER AUTHORITY

June 2017 BIDDING PROCEDURES No. 90

Wayne County Community College District District Office 4 th Floor Purchasing Office 801 W. Fort Street Detroit, MI 48226

PROPOSAL REQUIREMENTS AND CONDITIONS

HVAC Remodel Second Floor North Center Building

Erie County Water Authority

City of Portsmouth Portsmouth, New Hampshire Police Department INVITATION TO BID

Addendum #1 RFQ #MM MCCD Measure MM Bond Program DSA Inspector of Record (IOR) Multiple Award MSA March 19, 2019

Request for Proposals Microsoft Dynamics CRM Support, Customization and Reporting Services

BAINBRIDGE ISLAND METROPOLITAN PARK & RECREATION DISTRICT. Small Public Works. Aquatic Center Locker Room Flooring Resurfacing Project

KOINONIA HOUSE (KHSE) CAMPUS PUBLIC SAFETY OFFICE (CPSO) RENOVATIONS Solicitation #1560

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

PROPOSAL LIQUID CALCIUM CHLORIDE

DOCUMENT BID FORM

ADDENDUM NO. 1. TECHNICAL EDUCATION BUILDING ROOM 101 REMODEL BID# AVC2016/ Project #16-252

SECTION 1.A BID FOR LUMP SUM CONTRACT

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

LITCHFIELD MUNICIPAL AIRPORT LITCHFIELD, ILLINOIS. Request for Bids and Specifications Sealcoating and Painting Runway 18/36 and Associated Taxiways

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Request for Proposal. RFP # Towing Services Inoperable Vehicles

City of New Rochelle New York

FOURTH AVENUE BUILDING (FAB) EMERGENCY OPERATIONS CENTER UNINTERRUPTABLE POWER SUPPLY Solicitation #1571

City of Bowie Private Property Exterior Home Repair Services

TALBOT COUNTY, MARYLAND PUBLIC NOTICE INVITATION TO BIDDERS TALBOT INTERFAITH SHELTER, INC. IMPROVEMENTS, 107 GOLDSBOROUGH STREET, EASTON, MARYLAND

CONSTRUCTION LOGISTICS FIELD OFFICE RENOVATION. Bid Package

City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL (847) (847) fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM

DEKALB COUNT PUBLIC LIBRARY Darro C. Willey-Administrative Center, 3560 Kensington Road, Decatur, GA 30032

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or me directly.

RFP Representations and Certifications Noncommercial Items for Government Programs (FAR/DFARS)

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

City of Albany, New York Traffic Engineering

REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE. for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK

(District - Wide) Bid Period: July 1, 2018 through June 30, 2019

PROJECT NAME: SCC - Cherokee Campus Sidewalk Improvements. Table of Contents SE-310, Invitation for Construction Services...

BID # Queens Flushing Library Date: February 16, Contractor Services Contract for: Emergency Generator Fuel Tank Replacement Project

REQUEST FOR PROPOSAL RFP #14-03

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

Computerized Point-Of-Sale Accountability System And Meal Application Software for USDA National School Meals Program

University of California, Riverside Barn Expansion

AIA Document A701 TM 1997

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

City of New Rochelle New York

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY

City of New Rochelle New York

Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR willamalane.org

PURCHASING DEPARTMENT

WHITFIELD COUNTY, GEORGIA PURCHASING POLICY AND MANUAL January 14, 2014

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

Transcription:

SUCF PN L23132 SUNY Canton 34 Cornell Drive St. Lawrence County, New York French Hall Rehab Main Entrance Addendum No. 2 December 20, 2018 This Addendum is hereby made part of the Contract Documents as though it were originally included therein and must be acknowledged by the bidder in the proper place on the bid form. 1) ADD document French Hall Proposal Form (attached) to contract documents. 2) Reference drawing A100 dated 10/25/2018: a) Reference Key Note 11 ADD note: WALLS TO BE PAINTED SHALL HAVE ALL SCREW HOLES AND DAMAGE PATCHED. WALLS SHALL RECEIVE LEVELING SKIM COAT TO PROVIDE FLUSH FINISH PRIOR TO NEW FINISH APPLICATION. b) Reference detail B/A100 ADD note: PROVIDE NEW POWER OUTLETS AT NORTH AND SOUTH WALLS IN EXISTING VESTIBULE. LOCATION OF POWER OUTLETS TO BE COORDINATED IN FIELD. BOXES SHALL BE SHALLOW SURFACE MOUNTED WITH WIRE MOULD ROUTED TO ABOVE CEILING. CONTRACTOR TO VERIFY AVAILABLE CIRCUITS. c) Reference detail B/A100 ADD note: PROVIDE NEW POWER AND DATA OUTLETS AT NORTH WALL (APPROXIMATELY 72 AFF) IN EXISTING VESTIBULE. LOCATION OF OUTLET TO BE FINALIZED IN FIELD. BOXES SHALL BE SHALLOW SURFACE MOUNTED WITH WIRE MOULD ROUTED TO ABOVE CEILING. CONTRACTOR TO VERIFY AVAILABLE CIRCUITS. d) Reference detail C/A100 Reflected Ceiling Plan, ADD note L1 to unlabeled can light fixture East of existing Vestibule door. 3) Reference drawing A200 dated 10/25/2018: a) Reference detail Second Floor Reception Desk ADD note: LETTERING SHALL BE PROVIDED BY OWNER. ADDENDUM NO. 2 1 of 2

4) Reference Specification 12 3040 Plastic Laminate Faced Casework: a) REVISE Section 2.02.8.g as follows: g. Lockable Doors (1) Lockable doors shall have removable cores and master keyed to Owner's existing system. (2) Coordinate with Owner's representative for keying requirements. b) DELETE Section 2.02.9 in its entirety. c) REVISE Section 2.05.8 as follows: Wall mounted countertops shall be supported by Rakks EH-1818 flush mount brackets. d) DELETE Section 2.05.9 in its entirety. Attachments: - French Hall Proposal Form ADDENDUM NO. 2 2 of 2

NAME OF BIDDER PROPOSAL FOR ADDRESS OF BIDDER Project Number: L23132 Date: January 17, 2019 Project Name: French Hall Rehab Main Entrance Lobby & Stairs TO THE STATE UNIVERSITY OF NEW YORK: 1. The Work Proposed Herein will be completed by June 28, 2019. In the event the bidder fails to complete such work by said date or dates, or within the time to which such completion may have been extended in accordance with the Contract Documents, the bidder agrees to pay the University liquidated damages in an amount equal to the values indicate in the Liquidated Damages Schedule below for each calendar day of delay in completing the work. ==================================================================================================== LIQUIDATED DAMAGES SCHEDULE Contract Amount Liquidated Damages Under $100,000... $100/day $100,000-$499,999... $200/day $500,000-$999,999... $300/day $1MM-$1,999,999... $400/day $2MM-$3,499,999... $500/day $3.5MM-$5MM... $700/day Over $5MM (to be determined by the University in each instance) $ /day ==================================================================================================== 2. The bidder hereby declares that it has carefully examined all Bidding and Contract Documents and that it has personally inspected the actual location of the work, together with the local sources of supply, has satisfied itself as to all the quantities and conditions, and understands that in signing this Proposal, it waives all right to plead any misunderstanding regarding the same. 3. The bidder further understands and agrees that it is to do, perform and complete all work in accordance with the Contract Documents and to accept in full compensation therefore the amount of the Total Bid, modified by such additive or deductive alternates, if any, as are accepted by the University. 4. The bidder further agrees to accept the unit prices, if any, set forth in paragraph (5) of this proposal, except as the same may be modified pursuant to the provisions of Section (5) of the Information to Bidders, as full payment for the amount of the credit to the University for any deletions, additions, modifications or changes to the portion or portions of work covered by said unit prices. Page 1 of 6 SUNY Procedure 7554

5. BID CALCULATION a. BASE BID (does not include allowances) $ (in numbers) (in words) b. ALLOWANCES: In accordance with the Schedule I and Section 4.05 of Agreement, the bidder further agrees to the following additions to the Base Bid: Work or Materials Description Amount in Words Amount in Figures c. TOTAL BID (base bid + allowances = total bid) $ (in numbers) (in words) d. ALTERNATES: In accordance with Section B of the General Requirements the bidder proposes the following additions to or deductions from the Total Bid for the alternates listed below: Alternate Number Add/Deduct Amount in Words Amount in Figures e. UNIT PRICES: In accordance with Section (5) paragraph (2) of the Information to Bidders and Section 4.04 of the Agreement the bidder or the University may insert unit prices for the work or materials listed below for clarification. Page 2 of 6 SUNY Procedure 7554

Work or Materials Description Amount in Words Amount in Figures 6. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief: (a) the prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; (b) unless otherwise required by law, the prices have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and (c) no attempt has been made or will be made by the bidder to induce any person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. A bid shall not be considered for award nor shall any award be made where (a), (b) and (c) above have not been complied with; provided, however, that if in any case the bidder cannot make the foregoing certification the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefor. Where (a), (b), and (c) above shall have not been complied with, the bid shall not be considered for award nor shall any award be made unless the Campus President, or designee, or Vice Chancellor for Capital Facilities, or designee, determines that such disclosure was not made for purposes of restricting competition. The fact that a bidder (a) has published price lists, rates, or tariffs covering items being procured, (b) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (c) has sold the same items to other customers at the same prices being bid, does not constitute, without more, a disclosure within the meaning of this Section. 7. The bidder agrees that if awarded the Contract, it will commence work within (10) calendar days after date of receipt of a fully executed Agreement and that it will fully complete the work by the date stated herein. 8. The bidder acknowledges the receipt of the following addenda, but agrees that it is bound by all addenda whether or not listed herein. Addendum Number Date Addendum Number Date / / / / / / / / / / / / Page 3 of 6 SUNY Procedure 7554

9. The bidder submits herewith bid security in an amount not less than five (5) percent of the Total Bid. In the event that (a) the bidder's Total Bid is the lowest one submitted and the bidder does not timely provide the Post-Bid Information required by the Information for Bidders or (b) this Proposal is accepted by the University and the bidder shall refuse or neglect, within ten (10) calendar days after date of receipt of Agreement, to execute and deliver said Agreement in the form provided herein, or to execute and deliver a Performance Bond and a Labor and Material Bond in the amounts required and in the form prescribed, the bidder shall be liable to the University, as liquidated damages, for the amount of the bid security or the difference between the Total Bid of the bidder and the Total Bid of the bidder submitting the next lowest bid, whichever sum shall be higher, otherwise the total amount of the bid security will be returned to the bidder in accordance with the provisions set forth in the Information for Bidders. The University may apply the bid security in full or partial payments, as the case may be, of said liquidated damages and in the event the bid security is less than the amount of liquidated damages to which the University is entitled, the bidder shall pay the difference, upon demand, to the University. 10. The bidder certifies that all wood products that are to be used in the performance of this Contract shall be in accordance with the Specifications and provisions of Section 167 b. of the State Finance Law which Section prohibits the purchase and use of tropical hardwoods. 11. The bidder affirms that it understands and agrees to comply with the procedures of the Fund relative to permissible contacts as required by Sections 139-j(3) and 139-j-(6)(b) of the State Finance Law. 12. The bidder certifies that all information provided or to be provided to the University in connection with this procurement is, as required by Section 139-k of the State Finance Law, complete, true and accurate. Dated / / Firm's Federal ID Number or Social Security Number as applicable Legal name of person, partnership, joint venture or corporation: By (signature) Title Page 4 of 6 SUNY Procedure 7554

ACKNOWLEDGMENT FOR THE PROPOSAL THE LEGAL ADDRESS OF THE BIDDER Telephone No. Facsimile No. If a Corporation Name Address PRESIDENT SECRETARY TREASURER If a Partnership Name of Partners Address If a Joint Venture Name of Members Address If an Individual Name of Individual Address Page 5 of 6 SUNY Procedure 7554

Attachment A List of Completed Similar Construction Projects Bidder Name: Project No.: Bidders must provide three (3) example projects completed in the past five (5) years in which the Bidder served as the prime contractor. Example projects must be of similar size, scope and complexity to the project currently being bid, as further described in the Description of Work. Each project must include the Owner/Agency, Award Date, Contract Amount, Date Completed, Contact Person, Telephone number of the contact, Architect and/or Engineer s Name, Contract Number, Contact Email, and the Project Title and a brief scope description. Reference contacts may be used to verify project size, scope, dollar value, percentages and quality of performance. 1. Agency/Owner Award Date Contract Amount Date Completed Agency/Owner Contact Person Telephone No. Designer Architect and /or Design Engineer Contract No. Contact Email Project Title & Scope 2. Agency/Owner Award Date Contract Amount Date Completed Agency/Owner Contact Person Telephone No. Designer Architect and /or Design Engineer Contract No. Contact Email Project Title & Scope 3. Agency/Owner Award Date Contract Amount Date Completed Agency/Owner Contact Person Telephone No. Designer Architect and /or Design Engineer Contract No. Contact Email Project Title & Scope Completed By: Phone Number: Email: Date: Page 6 of 6 SUNY Procedure 7554 January 2017