Suite 300 Tenant Improvement

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

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

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

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

ADDENDUM For Reference For Bidders

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

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

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

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

5. BID FORMS TABLE OF CONTENTS

University of California, Riverside Barn Expansion

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

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

RETIREE HEALTH BENEFITS TRUST

STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM. I hereby certify that (Legal Name of Vendor)

VENDOR'S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT

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

BID FOR LUMP SUM CONTRACT

PROPOSAL PACKAGE INFORMATION SHEET

BID # EFI H1625 LED Wide Format Printer Fullerton College

PROPOSAL REQUIREMENTS AND CONDITIONS

2. Develop recommendations and best practices for the District to following in serving these students.

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

BID FORM (Lump Sum or Unit Price)

COVINA-VALLEY UNIFIED SCHOOL DISTRICT

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

EXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08

Office Janitorial Services at One Administration Building

Request for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services

SECTION 1.A BID FOR LUMP SUM CONTRACT

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

PURCHASING SPECIFICATION

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

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

NOTICE INVITING BIDS

Attachment A Required Submission Documents BIDDER INFORMATION

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

ADVERTISEMENT FOR BIDS

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA

PORT OF EVERETT SECTION Insert Project Name in CAPS

TULARE COUNTY OFFICE OF EDUCATION. Router

Bid No. B17-13 Bldg 1300 HVAC

Bid No. B17-07 HVAC Controls

TULARE COUNTY OFFICE OF EDUCATION. Router

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

REQUEST FOR PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

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

KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST

REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI

STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES REAL ESTATE SERVICES DIVISION BUILDING AND PROPERTY MANAGEMENT BRANCH

Replacement of Existing Carpet at City Hall

BID NO Window Replacements at Mt. Diablo High School Volume I. DATE DUE: 01/04/2019 at 10:00 am

Field 6 Fence Phase 1

BID # 6859 HUMAN SERVICES AGENCY CALL CENTER NEW ANCILLARY FURNITURE AND ASSOCIATED SERVICES

ROWLAND UNIFIED SCHOOL DISTRICT UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000)

1. Please replace the Asphalt Materials Quotation packet dated April 3, 2017 with the attached specifications dated April 10 th.

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

CITY OF LAGUNA NIGUEL PLANS, AND FOR

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

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

Request for Quotation RFQ# 101

GORDON COUNTY BOARD OF COMMISSIONERS COPIER BID. Company Name: Authorized Proposer: Date

Construction Documents for ENVIRONMENTAL SITE WORK PROJECT

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

ADDENDUM #5 NIB #

22888 Foresthill Road Foresthill, CA (530) (530) Fax. fusd.org. E-Rate Yr. 19 ( ) RFP #

RECOMMENDATION TO CITY COUNCIL

TABLE OF CONTENTS FOR DARK FIBER EQUIPMENT AT SANTA CLARA COUNTY OFFICE OF EDUCATION CONSORTIUM

PRE-QUALIFICATION FORMS

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

REQUEST FOR PROPOSALS

The Housing Authority of the Township of Middletown

CHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT INVITATION FOR BID NO.: Football Field Turf Replacement, Chabot College

REQUEST FOR QUOTE Housing Choice Voucher Technical Assistance

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION

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

PROPOSAL PACKAGE INFORMATION SHEET *Please Remove This Page Prior to Submitting Your Bid*

Part A: Upgrade cabling to Cat6 cabling with factory warranties at a minimum of 20 years for Murdock Elementary School and Willows High School

CONTRACT DOCUMENTS FOR SEWER COLLECTION SYSTEM CONDITION ASSESSMENT AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION CS-16-04

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

CONTRACT DOCUMENTS. City of El Centro Pico Avenue Sewer Lift Station Emergency Generator Replacement Project

RFP # Before 2:00pm

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Dairy Products. Bid # 14/15-002CNS

REQUEST FOR BIDS FOR THE CITY OF COACHELLA SHADY LANE SIDEWALK IMPROVEMENT PROJECT USING CDBG FUNDS

NOTICE OF REQUEST FOR QUOTATION for HIGH SCHOOL GRADUATION CAPS AND GOWNS

Job Location Contact name and telephone number Date of contract Project Description Equipment/Service Installed

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES

DOCUMENT TABLE OF CONTENTS

PUBLIC WORKS DEPARTMENT PUBLIC SERVICES DIVISION PROJECT TITLE: MSC SECURITY CAMERA SYSTEM UPGRADE AND SECURITY CARD ACCESS EXPANSION

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

CONSTRUCTION BID DOCUMENTS

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide

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

Transcription:

BID FORM FOR: Suite 300 Tenant Improvement UNIVERSITY OF CALIFORNIA Office of the President Sacramento, CA 95814 February 19, 2014 BID TO: Pamela Madison, Space Planning Manager University of California, Office of the President 1111 Franklin Street, Room 7327D Oakland, CA 94607 510.987.0678 BID FROM: (Name of Bidder) (Address), (City) (State) (Zip Code) (Telephone Number) (Date Bid Submitted) Note: All portions of this must be completed and the must be signed before the Bid is submitted. Failure to do so will result in the Bid being rejected as non-responsive. Revision 4 1

1. 0 BIDDER S REPRESENTATIONS Bidder, represents that a) Bidder and all Subcontractors, regardless of tier, has the appropriate current and active Contractor's licenses required by the State of California and the Bidding Documents; b) it has carefully read and examined the Bidding Documents for the proposed Work on this Project; c) it has examined the site of the proposed Work and all Information Available to Bidders; d) it has become familiar with all the conditions related to the proposed Work, including the availability of labor, materials, and equipment. Bidder hereby offers to furnish all labor, materials, equipment, tools, transportation, and services necessary to complete the proposed Work on this Project in accordance with the Contract Documents for the sums quoted. Bidder further agrees that it will not withdraw its Bid within 30 days after the Bid Deadline, and that, if it is selected as the apparent lowest responsive and responsible Bidder, that it will, within 10 days after receipt of notice of selection, sign and deliver to University the Agreement in triplicate and furnish to University all items required by the Bidding Documents. If awarded the Contract, Bidder agrees to complete the proposed Work within 130 days after the date of commencement specified in the Notice to Proceed. 2.0 ADDENDA Bidder acknowledges that it is Bidder's responsibility to ascertain whether any Addenda have been issued and if so, to obtain copies of such Addenda from University s Facility at the appropriate address stated on Page 1 of this. Bidder therefore agrees to be bound by all Addenda that have been issued for this Bid. 3.0 NOT USED 4.0 LUMP SUM BASE BID $,,. (Place figures in appropriate boxes.) 5.0 SELECTION OF APPARENT LOW BIDDER Refer to the Instructions to Bidders for selection of apparent low bidder. 6.0 UNIT PRICES NOT USED Revision 4 2

7.0 DAILY RATE OF COMPENSATION FOR COMPENSABLE DELAYS WITH TWO OPTIONS Bidder shall determine and provide below the daily rate of compensation for any Compensable Delay caused by University at any time during the performance of the Work. A Facility may choose a minimum compensable delay in the best interests of the Project. $,. X 10 multiplier (Place figures in appropriate boxes.) Failure to fill in a dollar figure for the daily rate for Compensable Delay shall render the bid nonresponsive. University will perform the extension of the daily rate times the multiplier. The daily rate shown above will be the total amount of Contractor entitlement for each day of Compensable Delay caused by University at any time during the performance of the Work and shall constitute payment in full for all delay costs, direct or indirect (including, without limitation, compensation for all extended home office overhead and extended general conditions), of the Contractor and all subcontractors, suppliers, persons, and entities under or claiming through Contractor on the Project. The number of days of Compensable Delay shown as a "multiplier" above is not intended as an estimate of the number of days of Compensable Delay anticipated by the University. The University will pay the daily rate of compensation only for the actual number of days of Compensable Delay, as defined in the General Conditions; the actual number of days of Compensable Delay may be greater or lesser than the "multiplier" shown above. 8.0 ALTERNATES In order for a Bid to be responsive, Bidder must submit an additive bid, a deductive bid, or a no change bid, for each Alternate listed below. The failure to do so shall result in the Bid being rejected as nonresponsive. The failure to quote an amount, unless the bidder marks the no change box, will result in the bid being rejected as non-responsive. The Contract Time will change by the number of days, if any, specified for each accepted Alternate. Alternate No. 1 Description: New acoustical grid, supports, tile, and installation as shown on drawing A1.3 Reflected Ceiling Plan. Bid for Alternate No. 1 If Add or Deduct is intended, indicate by placing figures in the corresponding boxes. If No Change is intended, indicate by marking the No Change box Add $,,. Deduct $,,. Revision 4 3

No Change: Bidder will perform this Alternate without change to Contract Sum. No extension of time will be granted if this Alternate is accepted. University reserves the right to accept this Alternate within 30 calendar days after the date University signs the Agreement: Alternate No. 2 Description: Sheet A2.3 Finish Notes 15: GC to provide alternate line item for new 1 horizontal blinds at all exterior widows. Bid for Alternate No. 2 If Add or Deduct is intended, indicate by placing figures in the corresponding boxes. If No Change is intended, indicate by marking the No Change box Add $,,. Deduct $,,. No Change: Bidder will perform this Alternate without change to Contract Sum. No extension of time will be granted if this Alternate is accepted. University reserves the right to accept this Alternate within 30 calendar days after the date University signs the Agreement. Alternate No. 3 Description: Sheet A2.3 Finish Notes 16: GC to provide alternate line item for new 1 horizontal blinds at all interior windows/sidelites. Bid for Alternate No. 3 If Add or Deduct is intended, indicate by placing figures in the corresponding boxes. If No Change is intended, indicate by marking the No Change box Add $,,. Deduct $,,. No Change: Bidder will perform this Alternate without change to Contract Sum. No extension of time will be granted if this Alternate is accepted. University reserves the right to accept this Alternate within 30 calendar days after the date University signs the Agreement. Revision 4 4

9.0 LIST OF SUBCONTRACTORS Bidder will use Subcontractors for the Work: Yes If yes, provide in the spaces below (a) the name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the state of California who, under subcontract to the prime contractor, specifically fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of 1/2 of 1 percent of the prime contractor's total bid, (b) the portion of the work which will be done by each subcontractor. The prime contractor shall list only one subcontractor for each such portion as is defined by the prime contractor in its bid. Revision 4 5

Portion of the Work Activity (e.g. electrical, mechanical, concrete) Name Subcontractor Location (City) (Note: Add additional pages if required.) 10.0 LIST OF CHANGES IN SUBCONTRACTORS DUE TO ALTERNATES The information below must be provided for all changes in first-tier Subcontractors if University selects Alternates. List changes in Subcontractors only for those portions of the Work valued in excess of 1/2 of 1% of Bidder's Total Bid. Alternate No. Portion of the Work Activity (e.g. electrical, mechanical, concrete) Name Subcontractor Location (City) (Note: Add additional pages if required.) Revision 4 6

11.0 BIDDER INFORMATION TYPE OF ORGANIZATION: (Corporation, Partnership, Individual, Joint Venture, etc.) IF A CORPORATION, THE CORPORATION IS ORGANIZED UNDER THE LAWS OF: THE STATE OF. (State) NAME OF PRESIDENT OF THE CORPORATION: (Insert Name) NAME OF SECRETARY OF THE CORPORATION: (Insert Name) IF A PARTNERSHIP, NAMES OF ALL GENERAL PARTNERS: (Insert Names) CALIFORNIA CONTRACTORS LICENSE(S): (Classification) (License Number) (Expiration Date) (For Joint Venture, list Joint Venture's license and licenses for all Joint Venture partners.) 12.0 REQUIRED COMPLETED ATTACHMENTS The following documents are submitted with and made a condition of this Bid: 1. Bid Security in the form of (Bid Bond or Certified Check) Revision 4 7

13.0 DECLARATION I,, hereby declare that I am the (Printed Name) (Title) of (Name of Bidder) submitting this ; that I am duly authorized to execute this on behalf of Bidder; and that all information set forth in this and all attachments hereto are, to the best of my knowledge, true, accurate, and complete as of its submission date. I further declare that this bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare, under penalty of perjury, that the foregoing is true and correct and that this declaration was executed at: (Name of City if within a City, otherwise Name of County), in the State of, on. (State) (Date) (Signature) Revision 4 8