BID PROPOSAL-REVISED PROJECT: B17-13, Bldg 1300 HVAC ( the Work ) CABRILLO COMMUNITY COLLEGE DISTRICT Bidder Name Bidder Representative(s) Bidder Representative(s) Contact Information Bidder Mailing Address California Contractors License Name and Title Name and Title Email Address(s) 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: B17-13, Bldg 1300 HVAC., for the sum of: Dollars 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. B17-13 Bldg1300 HVAC Page 1 UPCCA Informal Bidding Rev. January 2015
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 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. 2. 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. 3. 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. 4. 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. 5. 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 herein below, 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(s) shall recover from the other party(s), as costs, all attorneys fees and costs incurred in connection with any such proceeding, including any appeal arising there from. 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. 6. 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 B17-13 Bldg1300 HVAC Page 2 UPCCA Informal Bidding Rev. January 2015
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, 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: B17-13 Bldg1300 HVAC Page 3 UPCCA Informal Bidding Rev. January 2015
THIS PAGE INTENTIONALLY BLANK B17-13 Bldg 1300 HVAC Page 4 UPCCA Informal Bidding Rev. January 2015
ALTERNATE BID ITEMS PROPOSAL CABRILLO COMMUNITY COLLEGE DISTRICT Bidder Name: Project: B17-13, Bldg 1300 HVAC 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 herein below: 1) Alternate Bid Item No. 1. This alternate includes all mechanical, electrical, controls, and abatement work associated with the replacement of existing Reznor unit heater UH-1 installed in welding shop 1308 including, but not limited to: i. Disconnect and remove existing Reznor unit heater, thermostat, and flue piping below ceiling ii. Install new support and bracing for replacement unit iii. Furnish and install new unit heater iv. Connect existing natural gas piping and electrical power to new unit heater v. Provide new flue piping between unit heater and existing flue cap vi. Provide new thermostat 2) Alternate Bid Item No. 2. This alternate includes all mechanical, electrical, controls, and abatement work associated with the replacement of existing Reznor unit heater UH-2 installed in welding shop 1308 including, but not limited to: i. Disconnect and remove existing Reznor unit heater, thermostat, and flue piping below ceiling ii. Install new support and bracing for replacement unit iii. Furnish and install new unit heater iv. Connect existing natural gas piping and electrical power to new unit heater v. Provide new flue piping between unit heater and existing flue cap vi. Provide new thermostat B17-13 Bldg 1300 HVAC Page 55
3) Alternate Bid Item No. 3. This alternate includes all mechanical, electrical, controls, and abatement work associated with the replacement of existing Reznor unit heater UH-3 installed in welding shop 1308 including, but not limited to: i. Disconnect and remove existing Reznor unit heater, thermostat, and flue piping below ceiling ii. Install new support and bracing for replacement unit iii. Furnish and install new unit heater iv. Connect existing natural gas piping and electrical power to new unit heater v. Provide new flue piping between unit heater and existing flue cap vi. Provide new thermostat 4) Alternate Bid Item No. 4. This alternate includes all mechanical, electrical, controls, and abatement work associated with the replacement of existing Reznor unit heater UH-4 installed in classroom 1304 including, but not limited to: i. Disconnect and remove existing Reznor unit heater, thermostat, and flue piping below ceiling ii. Install new support and bracing for replacement unit iii. Furnish and install new unit heater iv. Connect existing natural gas piping and electrical power to new unit heater v. Provide new flue piping between unit heater and existing flue cap vi. Provide new thermostat B17-13 Bldg 1300 HVAC Page 55
5) Alternate Bid Item No. 5. This alternate includes all mechanical, electrical, controls, and abatement work associated with the replacement of existing Reznor unit heater UH-5 installed in classroom 1304 including, but not limited to: i. Disconnect and remove existing Reznor unit heater, thermostat, and flue piping below ceiling ii. Install new support and bracing for replacement unit iii. Furnish and install new unit heater iv. Connect existing natural gas piping and electrical power to new unit heater v. Provide new flue piping between unit heater and existing flue cap vi. Provide new thermostat 6) Alternate Bid Item No. 6. This alternate includes all mechanical, electrical, controls, and abatement work associated with the replacement of existing Reznor unit heater UH-6 installed in room 1305 including, but not limited to: i. Disconnect and remove existing Reznor unit heater, thermostat, and flue piping below ceiling ii. Install new support and bracing for replacement unit iii. Furnish and install new unit heater iv. Connect existing natural gas piping and electrical power to new unit heater v. Provide new flue piping between unit heater and existing flue cap vi. Provide new thermostat B17-13 Bldg 1300 HVAC Page 55
7) Alternate Bid Item No. 7. This alternate includes all work associated with cleaning the existing ductwork associated with the multizone air handling unit including, but not limited to: i. Clean all supply, return, and outdoor air intake ductwork associated with the existing multizone air handling unit that is not shown to be demolished 2. Revised item no. 3 of the project description to indicate that there are a total of six unit heaters that will be replaced as part of this project, and that the unit heater work will be part of an add alternate. See drawing no. T-1. 3. Added unit heater UH-6 to the unit heater schedule. This unit will have the same specification and capacity requirements as unit heater UH-5. See drawing no. M-2. 4. Added the demolition of the unit heater in room 1305 to the project scope. See drawing no. M-3. 5. Added installation of replacement unit heater UH-6 in room 1305 to the project scope. See drawing no. M-4. 6. Added specification requirements for cleaning of the existing ductwork to the project scope. See specification section 230130.52, Existing HVAC Air Distribution System Cleaning. 7. Added system trending requirements for furnaces F-1, F-2, and F-3. See specification section 230923, Direct Digital Control (DDC) system for HVAC. Dated: By: (Signature of Bidder s Authorized Officer or Representative) (Typed or Printed Name) Title: B17-13 Bldg 1300 HVAC Page 55
B17-13 Bldg 1300 HVAC Abatement Unit Rate Table Please complete the attached Unit Rate Table for the Abatement work for Building 1300 and turn in with your Bid Proposal and forms. The Unit Rates will be used to establish any rates for additional abatement work that is requested by the District. The extended cost should be included in your Base Bid Proposal for the Abatement Portion of the Project. The attached Unit Rate Table forms should be turned in with your B17-13 Bid Proposal. Dated: By: (Signature of Bidder s Authorized Officer or Representative) (Typed or Printed Name) Title: B17-13 Bldg 1300 HVAC Page 55
EnviroScience, Inc. An Environmental Consulting and Industrial Hygiene Company UNIT RATE TABLE FOR HAZ-MAT ABATEMENT AT BUILDING 1300 CABRILLO COMMUNITY COLLEGE APTOS, CA FREMONT CALIFORNIA Prepared By: EnviroScience, Inc. Dated: April 7, 2017 2220 S. Bascom Avenue Campbell, California 95008 (408) 371-4181 Fax (408) 371-4186
1A ASBESTOS DEMO & DISPOSAL TASK SCOPE UNIT RATE COST 1. Ceiling or Wall Gypboard + Joint Compound + Textured or Smooth Skim Coat (To be demolished down to studs) 400 sq. ft. in the Mezzanine (in 2 containments) $ / sf $ 10 other spots of 4 x4 ea. (in separate containments ) $ / sf $... 2. Transite Flues associated with Ceiling Heaters No Work No Work Any transite sleeve found penetrating the roof shall be left intact (this needs to be confirmed on Site) Bid Form & Unit Rate Table for Haz-Mat Abatement at Page 2 Building 1300 Cabrillo Community College Aptos, CA EnviroScience, Inc.
1B LEAD PAINT DEMO & DISPOSAL TASK SCOPE UNIT RATE COST 3. Furnace Paneling with Green lead paint (To be properly cut & disposed of) 10 panels of 4 x 4 ea. (in different containments) $ /sf $... 4. Sheet metal furnace flues 6 round flues 4-10 OD and approx. 12 long with white peeling paint to be removed under lead protocol, and discarded as general construction debris $ /flue $ Bid Form & Unit Rate Table for Haz-Mat Abatement at Page 3 Building 1300 Cabrillo Community College Aptos, CA EnviroScience, Inc.