Bid No. B17-01 Bldg 1100 Stair & Walkway Replacement

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

UPPER CAMPUS SECURITY SYSTEMS PROJECT. Bid No. B15-05

Bid No. B17-13 Bldg 1300 HVAC

ANTELOPE VALLEY COMMUNITY COLLEGE DISTRICT BID AND CONTRACT DOCUMENTS

Bid No. B17-07 HVAC Controls

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

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

Solar Water Heater-Swimming Pool. Bid No. B15-03

BID NO. B17-05 WATER VALVE REPLACEMENT PROJECT FORMAL BID

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

PROJECT MANUAL FOR. Building 28 A & B Exterior Painting BID NO. 3165

NOTICE TO CONTRACTORS CALLING FOR BIDS CITRUS COMMUNITY COLLEGE DISTRICT

Building 1000 Bathroom Renovation. Bid No. B Bid Due Date: Thursday, May 15, :00PM

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

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

BIDDING DOCUMENTS FOR THE MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT FOR MT. SAN JACINTO COLLEGE FACILITIES RENOVATION PROJECT AUDIOVISUAL SYSTEMS

NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT

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

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

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

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

ADDENDUM #5 NIB #

5. BID FORMS TABLE OF CONTENTS

DOCUMENT BID FORM

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

INVITATION TO BID U Directional Boring Utility Department

*Audio Video Design-Build Group Cypress, CA

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT. San Jose, California PROJECT MANUAL. Bid Document G

ADDENDUM NO. 1 SCHOOL BOARD OF LEON COUNTY, FLORIDA

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

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

FORMAL BIDDING DOCUMENTS FOR THE RANCHO SANTIAGO COMMUNITY COLLEGE DISTRICT FOR. BID #1337 Building H Windows Replacement PROJECT ID# 2617 SM17

LA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT

Madera Unified School District

Building 600 Hazmat Abatement Old Dental Hygiene Clinic. ***Pre-Qualified Contractors Only*** Bid No. B13-04

REQUIRED BID FORMS SECTION

Suite 300 Tenant Improvement

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

REQUIRED BID FORMS SECTION

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

EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF PROGRAM MANAGER 1. BASIC SERVICES A-1 2. GENERAL PROGRAM SERVICES A-6

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

INFORMATION FOR BIDDERS

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

San Francisco Unified School District. CUPCCAA PROJECT <$45K - $175K> 2 nd FLOOR CARPET REPLACEMENT, PROJECT #11727

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

Responsible & Responsive Bidder - Affidavit of Compliance

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

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

CUPCCAA Project Documents BIDDING DOCUMENTS. Criminal Background Investigation Certification. Notice Calling for Bids

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

PROPOSAL REQUIREMENTS AND CONDITIONS

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

SPECIFICATION INDEX (BLUE) (GREEN) COVER/CERTIFICATION... NOTICE TO CONTRACTORS... INDEX... INSTRUCTION TO BIDDERS... IB (WHITE)

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

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

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P

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

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

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

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

MARINWOOD FIRE STATION KITCHEN REMODEL PROJECT

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

IRVINE UNIFIED SCHOOL DISTRICT Orange County, California

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

B CUYAMACA COLLEGE BUILDING L REMODEL

REQUEST FOR PROPOSAL RFP #14-03

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

Responsible Bidder Affidavit of Compliance To be completed by Contractor/Subcontractor

MANDATORY GENERAL TERMS AND CONDITIONS:

INSTRUCTIONS TO BIDDERS

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

CITY OF FORTUNA WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT

San Francisco Unified School District Proposition A Bond Project CUPCCAA PROJECT UNDER $45K HILLCREST ES DESTRUCTIVE TESTING, Silver Ave.

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

4S RANCH WATER RECLAMATION FACILITY TERTIARY FILTER REHABILITATION

Merritt College Science Building Site Paving

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

INSTRUCTIONS TO BIDDERS Locally Funded Contracts

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

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

Date: June 28, All Attending

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

4S RANCH WATER RECLAMATION FACILITY EQUALIZATION BASIN RELINING PROJECT

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

City of Laguna Niguel Solicitation of Informal Sealed Bids for the Replacement of Diving Platform Hand Rail and Spiral Stairs Cash Contract 18-06

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) May 26, 2017

Redondo Beach Unified School District

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

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

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

ADDENDUM NO. 1. Date: March 7, Accessible Ramp at Saddleback College. Bid No South Orange County Community College District

Transcription:

Addendum No. 1 Bid No. B17-01 Bldg 1100 Stair & Walkway Replacement This Addendum No. 1 sets forth modifications to portions of the bid and contract documents for the above-referenced work described as: B17-01 Bldg 1100 Stair & Walkway Replacement 1) Revised project Start Date Monday, July 25, 2016 All other dates remain the same. 2) Inquiry about existing utility at lower landing B17-01 Bldg 1100 Stair & Walkway Replacement, Addendum No. 1 1

3) Dust control- contractor will be responsible for dust control. There is particular concern that dust will get into the pool. Use District water connections at B1100 or B1170 Do not use adjacent fire hydrant(s) 4) RFI Question: S2.1 detail 1: At the job walk we discussed removing all the top ramp/sidewalk. Will this affect our heights for example do we need to add an extra step to achieve or 4.4% slope or stick with the existing scope? Your base bid will be as specified in the original bid and specifications. We have added an Add Alternate to the Bid Documents to include the upper edge of the existing aggregate concrete. See the Add Alt #1 drawing. Use the new Bid Proposal Form which includes the Add Alternate #1 for submitting your bids. B17-01 Bldg 1100 Stair & Walkway Replacement, Addendum No. 1 2

BID PROPOSAL CABRILLO COMMUNITY COLLEGE DISTRICT PROJECT: B17-01 BLDG 1100 STAIR & WALKWAY REPLACEMENT ( the Work ) Bidder Name Bidder Representative(s) Bidder Representative(s) Contact Information Bidder Mailing Address California Contractors License Name and Title Name and Title Email Address(es) Phone/Fax ( ) Telephone ( ) Fax Address City/State/Zip Code Number Classification and Expiration Date 1. Bid Proposal. 1.1. Bid Proposal Amount. The undersigned Bidder proposes and agrees to furnish and install the Work including, without limitation, providing and furnishing any and all labor, materials, tools, equipment and services necessary to complete, in a workmanlike manner in accordance with the Contract Documents, all of the Work described as: B17-01 BLDG 1100 STAIR & WALKWAY REPLACEMENT, for the sum of: $,,. Dollars (in words; printed or typed) The Bidder confirms that it has checked all of the above figures and understands that neither the District nor any of its agents, employees or representatives shall be responsible for any assumptions, errors or omissions on the part of the undersigned Bidder in preparing and submitting this Bid Proposal. 1.2. Acknowledgment of Bid Addenda. The Bidder confirms that this Bid Proposal incorporates and is inclusive of, all items or other matters contained in Bid Addenda issued by or on behalf of the District. (Initials) Addenda Nos. received, acknowledged and incorporated into this Bid Proposal. 1.3. Alternate Bid Items. If the bidding includes Alternate Bid Items, the Bidder s price proposal(s) for Alternate Bid Items is/are set forth in the form of Alternate Bid Item B17-01 BLDG 1100 STAIR & WALKWAY REPLACEMENT Page 13 Bid Proposal; Section 00 42 13

CABRILLO COMMUNITY COLLEGE DISTRICT Proposal attached to this Bid Proposal. Price proposal(s) for Alternate Bid Item(s) will not form the basis for the District s award of the Contract unless an Alternate Bid Item is incorporated into the scope of Work of the Contract awarded. Documents Accompanying Bid Proposal. The Bidder has submitted with this Bid Proposal the following: (i) Non-Collusion Affidavit, (ii) Subcontractors List; (iii) Bid Security; (iv) Certification of Pre-Qualification Statement; and (v) DIR Registration Verification. The Bidder acknowledges that if this Bid Proposal and the foregoing documents are not fully in compliance with applicable requirements set forth in the Call for Bids, the Instructions for Bidders and in each of the foregoing documents, the Bid Proposal may be rejected for nonresponsiveness. Award of Contract. Within five (5) days after notification of award of the Contract, the Bidder awarded the Contract shall execute and deliver to the District the Contract in the form attached hereto along with: (i) Certificates of Insurance evidencing all insurance coverages required under the Contract Documents; (ii) the Performance Bond; (iii) the Labor and Material Payment Bond; (iv) the Certificate of Workers Compensation Insurance; and (v) the Drug- Free Workplace Certificate. Failure of the Bidder awarded the Contract to strictly comply with the preceding may result in the District s recession of the award of the Contract and/or 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 priced Bid Proposal, or to reject all Bid Proposals. Contractors License. The Bidder certifies that: (i) it is duly licensed, in the necessary class(es), for performing the Work of the Contract Documents, as designated by the District; (ii) that such license shall be in full force and effect throughout the duration of the performance of the Work under the Contract Documents; and (iii) that all Subcontractors providing or performing any portion of the Work are and shall remain properly licensed to perform or provide such portion of the Work. Agreement to Bidding Requirements and Attorney s Fees. The undersigned Bidder acknowledges and confirms its receipt, review and agreement with, the contractual requirements set forth in this Bid Proposal and the Contract Documents. By executing this Bid Proposal hereinbelow, the Bidder expressly acknowledges and agrees that if the Bidder institutes any legal or equitable proceedings in connection with this Bid Proposal and the District is named as a party thereto, the prevailing party(ies) shall recover from the other party(ies), as costs, all attorneys fees and costs incurred in connection with any such proceeding, including any appeal arising therefrom. This provision shall constitute a binding attorneys fee agreement in accordance with and pursuant to California Civil Code 1717 which shall be enforceable against the Bidder and the District. This attorneys fee provision shall be solely limited to legal or equitable proceedings arising out of a bid protest or the bidding process and shall not extend to or have any force and effect on the Contract for the Work or to modify the terms of the Contract Documents for the Work. 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. By submitting this Bid Proposal, the undersigned Bidder certifies that the Contract Documents are, in its opinion, adequate, feasible, accurate and complete for the Bidder to complete the Work in a workmanlike manner within the Contract Time and for the price proposed herein. The undersigned Bidder warrants and represents to the District that it has, or has available, all necessary equipment, personnel, materials, B17-01 BLDG 1100 STAIR & WALKWAY REPLACEMENT Page 14 Bid Proposal; Section 00 42 13

CABRILLO COMMUNITY COLLEGE DISTRICT 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. Dated: By: (Signature of Bidder s Authorized Officer or Representative) (Typed or Printed Name) Title: B17-01 BLDG 1100 STAIR & WALKWAY REPLACEMENT Page 15 Bid Proposal; Section 00 42 13

CABRILLO COMMUNITY COLLEGE DISTRICT THIS PAGE INTENTIONALLY BLANK B17-01 BLDG 1100 STAIR & WALKWAY REPLACEMENT Page 16

ALTERNATE BID ITEMS PROPOSAL CABRILLO COMMUNITY COLLEGE DISTRICT Bidder Name: Project: B17-01 BLDG 1100 STAIR & WALKWAY REPLACEMENT Bidders must provide a proposal price for each Alternate Bid Item set forth herein; failure to do so will result in rejection of the Bid Proposal for non-responsiveness. The amount proposed for each Alternate Bid Item by the above-identified Bidder is set forth hereinbelow: 1. Alternate Bid Item No. 1. Expand the project limits to include the upper edge of the existing aggregate concrete landing pad at B1100 and part of sidewalk. See Add Alt #1 drawing. Add to Base Bid Proposal Amount. Deduct from Base Bid Proposal Amount. (Check appropriate box indicating additive or deductive cost; failure to do so will result in rejection of Bid Proposal for non-responsiveness) $,,. Dollars (in words; printed or typed) 2. Alternate Bid Item No. 2. [ NONE NOT APPLICABLE ] Add to Base Bid Proposal Amount. Deduct from Base Bid Proposal Amount. (Check appropriate box indicating additive or deductive cost; failure to do so will result in rejection of Bid Proposal for non-responsiveness) $,,. Dollars (in words; printed or typed) Dated: By: (Signature of Bidder s Authorized Officer or Representative) (Typed or Printed Name) Title: B17-01 BLDG 1100 STAIR & WALKWAY REPLACEMENT Page 17 Bid Proposal; Section 00 42 13