ADDENDUM #5 NIB #

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

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

DOCUMENT BID FORM

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

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

East Central College

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

NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT

BID DOCUMENTS FOR THE LONG BEACH UNIFIED SCHOOL DISTRICT FOR BID SCHEDULE NO. FAC Jordan Plus- Conversion (Head Start)

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

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

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR

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

Moreno Valley Unified School District Perris Blvd. Moreno Valley, CA 92553

5. BID FORMS TABLE OF CONTENTS

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

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

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

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

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

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

REMOVAL AND REPLACEMENT OF PLAY SURFACE AT CREEKSIDE ELEMENTARY SCHOOL CONTRACT DOCUMENTS

REQUIRED BID FORMS SECTION

2. A Hygienist will be hired by the Housing Authority to perform monitoring of the work and to verify that the abatement is being done correctly.

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

OPERABLE PARTITION WALLS PREVENTATIVE MAINTENANCE CONTRACT

BIDDING DOCUMENTS FOR THE BONITA UNIFIED SCHOOL DISTRICT FOR

B CUYAMACA COLLEGE BUILDING L REMODEL

AIA Document A701 TM 1997

BID DOCUMENTS FOR THE LONG BEACH UNIFIED SCHOOL DISTRICT FOR BID SCHEDULE NO. FAC# New Construction Educare Los Angeles at Long Beach (Barton)

Request for Proposals

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

SECTION NOTICE TO BIDDERS

Facility Services Planning, Design and Construction Condensate Line Replacement Near Reilly Hall NAU PROJECT #

BID FORM. Base Bid Dollars ($ )

SAUGUS UNION SCHOOL DISTRICT FACILITIES PLANNING AND CONSTRUCTION AVENUE STANFORD SANTA CLARITA, CA 91355

Suite 300 Tenant Improvement

REQUIRED BID FORMS SECTION

BID FORM (Lump Sum or Unit Price)

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

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

Kellie Konysky, Program Director of Early Childhood Education

Document A701 TM. Instructions to Bidders

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

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

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

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

SECTION INSTRUCTIONS TO BIDDERS

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

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

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

HVAC Remodel Second Floor North Center Building

INSTRUCTIONS TO BIDDERS

Demolition of Water Ground Storage Tanks

E-RATE YEAR 14 (2011/2012) RFP Paradise Unified School District

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

Dallas County Community College District Purchasing Department 4343 IH-30 Mesquite, Texas 75150

CANOPY REPAIRS AT THE. C.B. LAMB ELEMENTARY SCHOOL 46 Schoolhouse Road Wrightstown, NJ 08562

CITY OF LAGUNA NIGUEL PLANS, AND FOR

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

NOTICE TO CONTRACTORS CALLING FOR BIDS CITRUS COMMUNITY COLLEGE DISTRICT

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

SECTION 1.A BID FOR LUMP SUM CONTRACT

1 Exam Prep AIA A-701 Questions

NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT (Non-OCIP Projects)

INSTRUCTIONS TO BIDDERS

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

OXNARD SCHOOL DISTRICT HVAC AND CONTROLS DESIGN-BUILD SERVICES FOR (5) SCHOOLS PHASE 2

INVITATION TO TENDER TENDER FORM

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

ADDENDUM No. 1. BID No /05 Element Fenders (aka Leg Fenders)

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

INSTRUCTIONS TO BIDDERS ARTICLE IB

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

INSTRUCTIONS TO BIDDERS

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

INFORMATION FOR BIDDERS

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

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

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

REQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09

Office Janitorial Services at One Administration Building

REQUEST FOR PROPOSAL RFP #14-03

University of California, Riverside Barn Expansion

PROPOSAL REQUIREMENTS AND CONDITIONS

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

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

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

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

NOTICE TO BIDDERS Provide, Replace, Install Projectors / Multiple Sites Bid No B Addendum No. 1

Documents For HVAC Bid HVAC Bid # Proposal Opening Date & Time: Thursday, March 12, 2:00 p.m.

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

NOTICE CALLING FOR BIDS... 2 INFORMATION FOR BIDDERS... 4 *BID FORM *BID BOND *DESIGNATION OF SUBCONTRACTORS... 21

Parking Lot and Roadway Lighting Control Bid No. PR10-B12

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

BID INSTRUCTIONS / BID FORMS. For DSA REQUIRED ADA IMPROVEMENTS LEONARDO DA VINCI K-8 SCHOOL

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services.

Transcription:

HVAC Replacement Project at the District Office Construction Services ADDENDUM #5 THIS ADDENDUM INCLUDES: Due to delay at DSA, the project time line is revised as follows: 1) NIB TIME LINE revised: Replace section 1.3. o Bids Due and Publically opened 11:00 A.M. PST 10/16/2018 o Post Bid interview 10/16/2018, following bid opening o Construction Contract subject to approval 11/13/2018 o Notice to Proceed issued 11/13/2018 o Contractor Procurement of Long Lead Items 11/15/2018 o Project Work Completion and Closeout Deadline 01/09/2019 2) EXHIBIT A Section 03 00 01 - Revised Bid Proposal Form - Revised additive Alternate No. 1 and No. 2. And include additive Alternate No. 3, and No. 4. Please use this revised form to submit your bid. END OF ADDENDUM #5 NARRATIVE NIB 03-1617-01 ADDENDUM #5 Issued 10/05/2018

HVAC Replacement Project at the District Office Construction Services NIB 03-1617-01 ADDENDUM #5 Issued 10/05/2018

EXHIBIT A Section 03 00 01

SECTION 00 30 01 BID PROPOSAL FORM PROPOSAL FOR: HVAC Replacement at the District Office (DO) TO: San Bernardino Community College District, acting by and through its Governing Board, herein called DISTRICT. RE: (BIDDER): Pursuant to and in compliance with your Notice Inviting Informal Bids and other documents relating thereto, the undersigned bidder, having familiarized himself with the terms of the contract, the local conditions affecting the performance of the contract and the cost of the work at the place where the work is to be done, hereby proposes and agrees to perform within the time stipulated, the contract, including all of its component parts, and everything required to be performed, including its acceptance by the DISTRICT, and to provide and furnish any and all labor, materials, tools, expendable equipment, utility and transportation services, and California sales and other applicable taxes, permits, licenses and fees required by the agencies with authority in the jurisdiction in which the work will be located necessary to perform the contract and complete all of the work in a workmanlike manner required in connection with the work required by this bid proposal, for the HVAC Replacement at the District Office (DO) in the DISTRICT described above, all in strict conformance with the drawings and other contract documents on file at the Purchasing Office of said DISTRICT for amounts set forth herein. 1. ADDENDA: The undersigned has thoroughly examined any and all Addenda (if any) issued during the bid period and are thoroughly familiar with all contents thereof and acknowledges receipt of the following Addenda: (Bidder to list all addenda). ADDENDUM NO: ADDENDUM NO: ADDENDUM NO. ADDENDUM NO. ADDENDUM NO. DATE RECEIVED DATE RECEIVED: DATE RECEIVED DATE RECEIVED DATE RECEIVED 2. BASE BID Base Bid shall include all costs required to perform the work as required by the contract documents and as may be expanded and/or reduced by Addenda. The bidder agrees to perform all work required for this BID Proposal for the lump sum (turnkey) of: a. BASE BID (Per the Contract Documents): 00 30 01-1

b. BID ALLOWANCE: BID ALLOWANCE DESCRIPTION VALUE ($) Unforeseen Conditions and Not Included in ALLOWANCE NO. 01 the Scope of Work $ 10,000.00 Ten Thousand Dollars Allowance Subtotal $ 10,000.00 c. TOTAL BID (Base Bid and Bid Allowance; item a + item b): Total Bid Total Total bid amount shall include the base bid amounts, alternate bids (if any), and total package allowances, if any. The lowest responsive bid shall be determined based on the sum of the base bids, add alternates (if any) and allowances. ADDITIVE ALTERNATE No. 1: for Air-Conditioning Units 4-8 in DISTRICT OFFICE Administrative area Replace same units as the base bid with higher efficiency variable speed units. Please enter the amount of differential cost between high efficiency units and ultra-high efficiency units (Indicated as alternatives on drawings) ADDITIVE ALTERNATE No 2: for Installation of CO2 Sensors Only at the APPLIED TECHNOLOGY TRAINING CENTER ( ATTC) for Classrooms and Office area served by Air-Conditioning Units 1 through 8. Install same type of CO2 sensors, as specified in the base bid, in District specified rooms at the ATTC. Sensors shall be wall mounted and controlled by the existing ATTC ALC Energy Management System. ADDITIVE ALTERNATE No 3: for Installation of CO2 Sensors Only at the DISTRICT OFFICE for Classrooms and Main Conference/Multi-Purpose Room served by Air-Conditioning Units 1 through 3. Install same type of CO2 sensors, as specified in the base bid, in District specified rooms at the District Office. Sensors shall be wall mounted and controlled by the existing District Office ALC Energy Management System. 00 30 01-2

ADDITIVE ALTERNATE No 4: for Installation of ALC Wireless Motion Sensors and Wireless Adapter at the DISTRICT OFFICE for two (2) Conference Rooms in Administrative area, Classrooms and Main Conference/Multi-Purpose Room served by Air-Conditioning Units 1 through 3. Install ALC Wireless Motion/Lux Sensor at the District Office- two (2) Conference Rooms, Classrooms and Main Conference/Multi-Purpose Room. Wireless Sensors shall be wall or ceiling mounted and controlled by the existing District Office ALC Energy Management System through Wireless Adapters. TOTAL BID Dollars (In words printed or typed) $ (In figures) Total bid amount shall include the base bid amounts, sum of all alternates, if any, allowances, if any. The lowest responsive bid shall be determined based on the sum of the base bids, all additive and deductive alternates or allowances. District shall have the right to accept or reject listed Alternates in order as listed above. 3. The undersigned bidder shall be licensed and shall provide the following information: Bidder s California Contractor s License Number: License expiration date: Name on License: Type of License: If the bidder is a joint venture, each member of the joint venture must include the above information. 4. Attached is bid security in the amount of not less than ten percent (10%) of the bid: $. Bid bond, certified check, cashier s check, or cash. (circle one) 5. The names and contact information of all persons interested in the foregoing proposal as principals are as follows: 00 30 01-3

(IMPORTANT NOTICE: If bidder or other interested person is a corporation, state the legal name of such corporation, as well as the names of the president, secretary, treasurer, and manager thereof; if a copartnership, state the true names of the firm, as well as the names of all individual co-partners comprising the firm; if bidder or other interested person is an individual, state the first and last names in full.) 6. Notice of Intent to Award Contract or other correspondence should be addressed to the undersigned at the address stated below. 7. ATTACHED TO THIS BID LETTER: Attached to this bid letter and by this reference incorporated herein and made a part of these completed Contract Bid Forms are: Name of Form/Document Section Number Bid Proposal Form Section 00 30 01 Bid Guarantee Form (N/A) Section 00 30 02 Bid Bond (Notarized) (N/A) Section 00 30 03 Designation of Subcontractors Section 00 30 04 Non-Collusion Declaration (Notarized) Section 00 30 05 Contractor s Certification Regarding Worker s Compensation Section 00 30 06 Prevailing Wages Certification Section 00 30 07 Acknowledgement of Bidding Practices Regarding Indemnity Section 00 30 08 Bidder s Acknowledgement of Project Duration Section 00 30 09 Site Visit Certification Section 00 30 10 8. TIME FOR COMPLETION: The DISTRICT may give a notice to proceed within thirty (30) days of the award of the bid by the DISTRICT. Once the CONTRACTOR has received the notice to proceed, the CONTRACTOR shall complete the work in the time specified in the Agreement. In the event that the DISTRICT desires to postpone giving the notice to proceed beyond this thirty (30) day period, it is expressly understood that with reasonable notice to the CONTRACTOR, the DISTRICT may postpone giving the notice to proceed. It is further expressly understood by the CONTRACTOR, that the CONTRACTOR shall not be entitled to any claim of additional compensation as a result of the postponement of giving the notice to proceed. If the CONTRACTOR believes that a postponement will cause a hardship to it, the CONTRACTOR may terminate the contract with written notice to the DISTRICT within ten (10) days after receipt by the 00 30 01-4

CONTRACTOR of the DISTRICT s notice of postponement. It is further understood by the CONTRACTOR that in the event that the CONTRACTOR terminates the Contract as a result of postponement by the DISTRICT, the DISTRICT shall only be obligated to pay the CONTRACTOR for work performed by the CONTRACTOR at the time of notification of postponement. Should the CONTRACTOR terminate the contract as a result of a notice of postponement, the DISTRICT shall have the authority to award the contract to the next lowest responsible bidder. 9. It is understood that the DISTRICT reserves the right to reject any or all bids and/or waive any irregularities or informalities in this bid or in the bid process. The CONTRACTOR understands that it may not withdraw this bid for a period of sixty (60) days after the date set for the opening of bids. 10. The required List of designated subcontractors is attached hereto. 11. The required notarization: Bid Bond and the Non-Collusion Declarations for CONTRACTOR are attached hereto. 12. It is understood and agreed that if written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned after the opening of the bid, and within the time this bid is required to remain open, or at any time thereafter before this bid is withdrawn, the undersigned will execute and deliver to the DISTRICT a contract in the form attached hereto in accordance with the bid as accepted and prepared by Owner, and that he will also furnish and deliver to the DISTRICT the Performance Bond and Payment Bond, all within ten (10) calendar days after receipt of notification of award, and that the work under the contract shall be commenced by the undersigned bidder, if awarded the contract, by the start date provided in the DISTRICT s Notice to Proceed, and shall be completed by the CONTRACTOR in the time specified in the contract documents. 13. Time is of the essence regarding this contract, therefore, in the event the bidder to whom the Notice of Intent to Award Contract is given fails or refuses to post the required bonds and return executed copies of the Agreement form within ten (10) calendar days from the date of receiving the Notice of Intent to Award Contract, the DISTRICT may declare the bidder s bid deposit or bond forfeited as damages. 14. Pursuant to Government Code section 4552, in submitting a bid to the DISTRICT, the bidder offers and agrees that if the bid is accepted, it will assign to the DISTRICT all rights, title, and interest in, and to all causes of action it may have under section 4 of the Clayton Act (15 U.S.C. 15) or under the Cartwright Act (Business and Professions Code sections 16700, et. seq.,), arising from the purchase of goods, materials, or services by the bidder for sale to the DISTRICT pursuant to the bid. Such assignment shall be made and become effective at the time the DISTRICT tenders final payment to the bidder. 15. The bidder declares that he/she has carefully examined the location of the proposed work, that he/she has examined the Plans, General Conditions of the contract, Supplemental Conditions of the contract, and Specifications, and read the accompanying instructions to bidders, and hereby proposes and agrees, if this proposal is accepted, to furnish all materials and do all work required to complete the said work in accordance with the Plans, General Conditions of the contract, Supplementary Conditions of the contract, and Specifications, in the time and manner therein prescribed for the unit cost and lump sum amounts set forth in this Bid Form. 16. In the event of ambiguity due to a conflict between words and numbers with respect to the amount of the bid, words shall govern over numbers. 17. The bidder is familiar with Government Code sections 12650, et. seq., and Penal Code section 72 and understands that false claims can lead to imprisonment. 18. The bidder acknowledges that that they have reviewed the work outlined in the contract documents and fully understands the Scope of work required in the Proposal, and further acknowledges that this proposal includes 00 30 01-5

the scope of work within this Bid Proposal. It is further understood that no exceptions, exclusions, or clarifications will be considered. 19. The undersigned has notified the District through the Project Manager of any discrepancies or omissions, or of any doubt about the meaning of any of the Contract Documents, and has contacted the District before bid date to verify the issuing of any clarifying Addenda. I, the below-indicated bidder, declare under penalty of perjury that the information provided and representations made in this bid are true and correct. Proper Name of Bidder Address By: Signature of Bidder Date: Corporate Seal: (If Corporation) NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of authorized officers or agents and the document shall bear the corporate seal; if bidder is a partnership, the true name of the firm shall be set forth above, together with the signature of the partner or partners authorized to sign contracts on behalf of the partnership; and if bidder is an individual, his signature shall be placed above. All signatures must be made in permanent blue ink END OF SECTION 00 30 01-6