BID FORM (Lump Sum or Unit Price)

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

BID FOR LUMP SUM CONTRACT

SECTION 1.A BID FOR LUMP SUM CONTRACT

ADVERTISEMENT FOR BIDS

PORT OF EVERETT SECTION Insert Project Name in CAPS

BID FORM. PROJECT: 2017 Water line replacement

Suite 300 Tenant Improvement

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

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

PROPOSAL REQUIREMENTS AND CONDITIONS

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

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

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

INSTRUCTIONS TO BIDDERS

Office Janitorial Services at One Administration Building

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

Demolition of Water Ground Storage Tanks

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

INSTRUCTIONS TO BIDDERS

University of California, Riverside Barn Expansion

BIDDING AND CONSTRUCTION STANDARDS

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

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

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

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

ADDENDUM #5 NIB #

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

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

City of Valdez REQUEST FOR QUOTES

2015 HELLWINKEL CHANNEL PROJECT

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

GRANT PUBLIC PROJECTS WORKS

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

BID PROPOSAL. To RM Builders on behalf of the Cherokee Nation Entertainment (hereinafter called Owner).

INSTRUCTIONS TO BIDDERS

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

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

Project Manual. For Glenloch Splash Pad And Pool Renovations

HVAC Remodel Second Floor North Center Building

BID # EFI H1625 LED Wide Format Printer Fullerton College

SECTION INSTRUCTIONS TO BIDDERS

SECTION NOTICE TO BIDDERS

HARLAN MUNICIPAL UTILITIES

5. BID FORMS TABLE OF CONTENTS

TABLE OF CONTENTS CONTRACT PROVISIONS

Request for Proposal Snow Plowing Services for the Seasons For the Cohoes Housing Authority

INVITATION TO BID. Plumbing /Sewer /Storm Drain Replacement & Spot Repair Routine Repair and Maintenance Services. Project No.

CITY OF CUMMING WILLIAMS CIRCLE LOW PRESSURE SEWER

CONTRACT PROPOSAL AND SPECIFICATIONS

PROJECT MANUAL BID DOCUMENTS, CONTRACT DOCUMENTS. and CONSTRUCTION SPECIFICATIONS. for the construction of NATURAL GAS SYSTEM EXPANSION BENNETT ROAD

REQUEST FOR PROPOSAL PROJECT MANUAL LOW Limestone and Granite Boulders Lake of the Woods Forest Preserve

PROPOSAL PACKAGE INFORMATION SHEET

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

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

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

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

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

SPECIFICATIONS FOR. Straits Area Snowmobile Club Carp River Iron Bridge Mackinac County S Prepared by:

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

PROJECT MANUAL TO BE RETAINED BY BIDDER STREET PAVING PROJECT

INVITATION TO BID CONSTRUCTION CONTRACT

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID #

ADDENDUM NO. 1. Coast Community College District. GWC Athletic Track Preparation BID NO: 2095 NOTICE TO BIDDERS ON THE ABOVE PROJECT:

INVITATION TO BID. Play Structure and Matting Routine Repair and Maintenance Services. Project No

JUNEAU-DOUGLAS HIGH SCHOOL BLEACHER REPLACEMENT

ADDENDUM For Reference For Bidders

BID RESPONSE FORM. Heritage School HVAC System Replacement. The above scope of work to be performed at the dollar amount(s) stated herein.

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

BIDDING AND CONTRACT DOCUMENTS ITB

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

FRONT END DOCUMENTS BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO THE ADDRESS BELOW

WHITMAN COUNTY TRANSFER STATION PRECAST CONCRETE WALL PANEL REPLACEMENT PROJECT

CONSTRUCTION DOCUMENTS FOR: City of Lovington. Water Meter Improvements. Lovington, NM. Funding Source:

City of Detroit Detroit, Oregon

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

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

BIDDING REQUIREMENTS, CONTRACT DOCUMENTS TECHNICAL SPECIFICATIONS CONTRACT PLANS

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

The Housing Authority of the Township of Middletown

ADDENDUM NO. 1 GENERAL CLARIFICATIONS

NOTICE INVITING BIDS

East Central College

PURCHASING SPECIFICATION

GOLD CREEK FLUME CONCRETE PATCHING

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

REQUEST FOR SEALED BID PROPOSAL

INSTRUCTIONS TO BIDDERS

City of Bowie Private Property Exterior Home Repair Services

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

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016

OFFICIAL NOTICE OF SALE

Transcription:

BID FORM (Lump Sum or Unit Price) BIDDER S Name and Address: Telephone: Fax: Federal Tax ID #: New Mexico Tax ID #: CID License # ITB NO.: 15-109 NAME: Cameo ES Roof Abatement and non ACM Roofing Removal PROJECT NO.: R15-001 LOCATION: 1500 Cameo St Clovis, NM 88101 This Bid is submitted to Owner: CLOVIS MUNICIPAL SCHOOL DISTRICT 1009 MAIN CLOVIS NM 88102 Phone (575) 769-4300 In collaboration with Co-Owner: Public School Capital Outlay PUBLIC SCHOOL FACILITIES AUTHORITY 2019 Galisteo, Suite B-1 Santa Fe, NM 87505 Phone (505) 988-5989 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with the Owner in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Bidding Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. The Bidder accepts all of the terms and conditions of the Invitation for Bid and Instructions to Bidders, including without limitation those dealing with the disposition of bid security and other Bidding Documents. This Bid will remain subject to acceptance for forty-five (45) days after the day of Bid opening. The Bidder shall sign and submit the Agreement between Owner and Contractor (hereinafter called Agreement) with the Bonds and other documents required by the Bidding Requirements within fifteen (15) days after the date of the Owner's Notice of Award. 3. The Contractor shall include the following cash allowances in his Bid: A. for (page of Specs) $ B. for (page of Specs) $ C. for (page of Specs) $ D. for (page of Specs) $ E. for (page of Specs) $ BID FORM (LUMP SUM OR UNIT PRICE) 00 4113-1

4. In submitting this Bid, the Bidder represents, as more fully set forth in the Agreement, that: A. the Bidder has examined copies of all the Bidding Documents and of the following Addenda (receipt of all of which is hereby acknowledged): B. the Bidder has familiarized himself with the nature and extent of the Bidding Documents, Work, site, locality, and all local conditions, laws, and regulations that in any manner may affect cost, progress, performance, or furnishing of the Work; C. the Bidder has carefully studied all reports and drawings of subsurface conditions which are identified in the Information Available to Bidders and accepts the determination set forth in the Information Available to Bidders of the extent of the technical data contained in such reports and drawings upon which the Bidder is entitled to rely; D. the Bidder has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Bidding Documents; E. the Bidder has given the Design Professional written notice of all conflicts, errors, and discrepancies that he has discovered in the Bidding Documents, and the written resolution thereof by the Design Professional is acceptable to the Bidder; F. this Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; the Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; the Bidder has not solicited or induced any person, firm, or corporation to refrain from bidding; and the Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over the Owner; G. the Bidder acknowledges that he has attended any mandatory pre-bid conference scheduled by the Owner or the Design Professional pertaining to this project; H. the Bidder agrees to show clearly on the envelope in which the Bid is submitted the Project Name and Number, and Invitation to Bid Number; and, I. the Bidder will complete the Work for the following price(s) (do not include any gross receipts tax in the price(s)). 5. Bids shall be presented in the form of a total Base Bid proposal under a Lump Sum Contract plus additive alternates that are selected by the Owner. A bid must be submitted on all bid items and alternates; segregated bids will not be selected by the Owner. BID FORM (LUMP SUM OR UNIT PRICE) 00 4113-2

(Design Professional to strike out subsection not applicable.) A. LUMP SUM PRICE (please use typewriter or print legibly in ink) Base Bid (use words): Alternate 1 (add) (Delete if 3-Year Extended Service & Maintenance agreement not required by Contract Documents.) Include a proposal amount which shall apply to all work included in the 3-Year Extended Service & Maintenance agreement as described in Section 01_9310 and related sections in the Project Manual. Alternate 2 (add)(deduct) Alternate 3 (add)(deduct) Alternate 4 (add)(deduct) All specific cash allowances are included in the price(s) set forth above. B. UNIT PRICE If the required quantities of the items listed below are increased or decreased by Change Order, the adjustment unit prices set forth below shall apply to such increased or decreased quantities: ITEM UNIT PRICE (in words) BID FORM (LUMP SUM OR UNIT PRICE) 00 4113-3

6. The Bidder agrees that: A. The Work to be performed under this Contract shall be commenced not later than ten (10) consecutive days after the date of written Notice to Proceed, and that Substantial Completion shall be achieved not later than days after the date of written Notice to Proceed, except as hereafter extended by valid written Change Order by the Owner. B. Should the Contractor neglect, refuse, or otherwise fail to complete the Work within the time specified, the Contractor agrees to pay to the Owner in partial consideration for the award of this Contract the amount of Five Hundred Dollars ($ 500 ) per consecutive day, not as a penalty, but as liquidated damages for such breach of the Contract. C. The above prices shall include all labor, materials, removal, overhead, profit, insurance, taxes (not including gross receipts tax), etc., to cover the finished work of the several kinds called for. Changes shall be processed in accordance with the Contract Documents. D. It is understood that the Owner reserves the right to reject any or all Bids and to waive any technical irregularities in the bidding. *****Design Professional to include the following subparagraph if roofing production rates required on Project. Production rate shall be established by Design Professional in consultation with Owner s roofing consultant.***** [ E. Once the roofing portion of the Work commences, the Contractor shall ensure the roofing portion of the Work is complete including punch lists within [ ] consecutive days. Unless Contractor s failure to complete the roof portion of the Work within this time limit is justified for reasons allowed under the Contract, the Contractor shall reimburse the Owner for all related additional expenses incurred by the Owner due to such failure. These expenses may include, but may not be limited to the additional costs to Owner related to roof consulting services.] 7. The following documents are attached to and made a condition of this Bid: A. Bid Security with Agent's Affidavit; B. Subcontractors Listing; and, C. Other (list): 8. The terms used in this Bid and the Bidding and Contract Documents which are defined in the Conditions of the Construction Contract (General, Supplementary, and Other Conditions), included as part of the Bidding Documents, have the meanings assigned to them in those Conditions. 9. The Bidder is a(n): A. INDIVIDUAL; : (Individual's Signature) Doing business as: Business address: BID FORM (LUMP SUM OR UNIT PRICE) 00 4113-4

B. PARTNERSHIP: : (Firm Name) (General Partner's Signature) Business address: C. CORPORATION: Corporation Name: State of Incorporation: (Print Name of Person Authorized to Sign) Title: * Signature of Authorized Person If a New Mexico Corporation: If a Foreign Corporation: NM Certificate of Incorporation Number NM Certificate of Authority Number Attest (Secretary): Business address BID FORM (LUMP SUM OR UNIT PRICE) 00 4113-5

CORPORATE SEAL HERE or, D. JOINT VENTURE: (Name) Address: ----------------------------------------------------------------------------------------- (Name) Address: ----------------------------------------------------------------------------------------- (Name) Address: Each Joint Venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated in the appropriate category. BIDDER MUST FILL IN THE FOLLOWING (if none, write none) BID FORM (LUMP SUM OR UNIT PRICE) 00 4113-6

NM License Number License Classification: Dept. of Workforce Solutions Minimum Wage Act Registration Number (DWS#) Resident Contractor's Preference Number: BID FORM (LUMP SUM OR UNIT PRICE) 00 4113-7