SECTION NOTICE INVITING BIDS

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

SECTION A NOTICE INVITING SEALED BIDS

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

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

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

FAB LAB RENOVATION. Bid No BIDS DUE DATE: September 26, 2017 (On or before 2:00 P.M.)

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

NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

TABLE OF CONTENTS ELEVATOR UPGRADE AND MAINTENANCE PROJECT SPECIFICATION NO. XX-XX-XX AT THE LOS ANGELES COUNTY LAW LIBRARY SECTION

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

PROJECT MANUAL INSTALLATION OF REPLACEMENT HVAC HEAT PUMPS AT TWO ELEMENTARY SCHOOLS BERRYESSA UNION SCHOOL DISTRICT

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

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

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

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL

AIA Document A701 TM 1997

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

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Housing Authority of the County of San Joaquin

HVAC Remodel Second Floor North Center Building

SECTION INSTRUCTIONS TO BIDDERS

BIDDING DOCUMENTS FOR THE BONITA UNIFIED SCHOOL DISTRICT FOR

HUNTINGTON BEACH UNION HIGH SCHOOL DISTRICT POOL REPLACEMENT & IMPROVEMENTS WESTMINSTER HIGH SCHOOL BID NO. 1157

PROJECT MANUAL. Bid Number: B

CITY OF FORTUNA WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT

3235 Union Ave., San Jose, CA Phone:

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

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

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

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

Document A701 TM. Instructions to Bidders

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

NOTICE TO CONTRACTORS

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

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

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

City of Detroit Detroit, Oregon

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

University of California, Riverside Barn Expansion

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

PROJECT: 2016 DISTRICT WIDE HMA TRENCH PAVING

BIDDING and CONTRACT REQUIREMENTS FOR ELECTRICAL & RELATED SYSTEMS TIME & MATERIAL - DISTRICT WIDE BID # NEWPORT-MESA UNIFIED SCHOOL DISTRICT

CITY OF LA HABRA HEIGHTS CALIFORNIA PLAN ROOM SPECIFICATIONS FOR FULLERTON ROAD IMPROVEMENTS PREPARED FOR:

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

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

NOTICE TO CONTRACTORS CALLING FOR BIDS CITRUS COMMUNITY COLLEGE DISTRICT

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

IRVINE UNIFIED SCHOOL DISTRICT Orange County, California

INSTRUCTIONS TO BIDDERS

GENERAL ENGINEERING JOB ORDER CONTRACT

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

Botetourt County Public Schools

APPENDIX 15 LABOR CODE REQUIREMENTS

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

CITY OF BEVERLY HILLS CONTRACT DOCUMENTS

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

B CUYAMACA COLLEGE BUILDING L REMODEL

SECTION NOTICE TO BIDDERS

EXTERIOR LIGHTING AND CONTROLS RETROFIT PHASE II PROJECT ENERGY SERVICES SADDLEBACK COLLEGE. April 25, Electricity Savings: 201,221 kwh/yr

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

Los Alamitos Unified School District Request for Proposal (RFP) # INTERNAL CONNECTIONS

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

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

Instructions to Bidders Page 1

BID NO VOLUME I. Date Due: May 30, 2018 at 9:00am

INFORMAL BID KITSAP COUNTY STORMWATER DIVISION RIBBON CURB AT BUCKLIN TERRACE

Rancho Niguel Park Chain Link Fence Installation Cash Contract No

REQUIRED BID FORMS SECTION

COUNTY OF SANTA BARBARA,

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

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

ITEM 4 ATTACHMENT B ARTICLES OF AGREEMENT

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

DOCUMENT TABLE OF CONTENTS

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

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

INVITATION TO BID PROJECT NAME: WATER POLLUTANT REDUCTION TACTICS PROJECT (PURCHASE AND INSTALLATION) ITB NO.: B CITY OF LAUDERDALE LAKES

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

SANTA ANA UNIFIED SCHOOL DISTRICT BID NO

ADVERTISEMENT FOR BIDS

CONSTRUCTION BID DOCUMENTS

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

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS SHADE STRUCTURES FOR DUGOUTS

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Echo Lake South Bath House Septic Repairs Specification No DOCUMENT TABLE OF CONTENTS

Sample Request For Proposals

REQUEST FOR PROPOSAL

REQUEST FOR BIDS. RFB Lead Stabilization at Gant and Gompers Schools

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1319W POTABLE WATER WELL NO NOTICE INVITING BID

Transcription:

SECTION 00020 NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of Yuba City, hereafter referred to as Owner, will receive SEALED BIDS at the City Hall, City Clerk s Office, 1201 Civic Center Blvd., Yuba City, CA 95993, until 2:00 p.m. local time, on July 19, 2018, for construction of: WASTEWATER TREATMENT FACILITY IMPROVEMENTS PROJECT NO. 17-09 At said place and time, and promptly thereafter, all Bids that have been duly received in accordance with the Contract Documents, will be publicly opened and read aloud. The clock located in the City Clerk s office is considered the official local time. Project Description: In accordance with plans and specifications prepared by Woodard and Curran, the Work includes furnishing of all labor, materials, tax, equipment, incidentals and services for the construction and completion of the improvements to the wastewater treatment facility. The Work includes but is not limited to: A. New Headworks Bar Screen B. Oxygen Reactor Modifications C. Digester Cover Replacement D. Digested Sludge Dewatering Improvements E. Electrical Upgrades and Improvements F. Appurtenant piping, site work, utilities and paving G. All other work in accordance with the Contract Documents The total Contract Time to achieve Final Completion is 700 calendar days from Notice to Proceed Date. The engineer s estimate of probable construction cost of the Work is $17,600,000. In accordance with the provisions of California Public Contract Code Section 3300, the time the Contract is bid, awarded and for the duration of the Contract, the Owner has determined that the General Contractor shall possess a valid State of California Class A- General Engineering Contractor License. Failure to possess the specified license shall render the Bid as nonresponsive. Bidders must comply with the provisions of the California Business and Professions Code Section 7028.15 by setting forth their license number and expiration date on their Bid. Due to the complexity and scope of this critically important project, the City has adopted a resolution requiring minimum prior related successful project experience for General Contractors, General Contractor s Project Manager and Electrical Subcontractors seeking to bid the project. These requirements are found in Section 00300, Bid Form Attachments A and B. Project No. 17-09 Page 00020-1

Each bid must conform to the requirements of the Contract Documents, all of which may be examined at Yuba City Wastewater Treatment Facility, 302 Burns Drive, Yuba City, CA 95991. Contractors may purchase Contract Documents for a non-refundable cost of $310.00 from Signature Reprographics, 620 Sunbeam Avenue, Sacramento, CA 95811, (916) 454-0800, which also includes pdf copy of the Contract Documents. A complete set of specifications must be purchased to bid the project. Plans can also be previewed at www.planroom.us/yubacity. Complete sets of Contract Documents must be used in preparing Bids. The Owner does not assume responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. The Owner, in making copies of the Contract Documents available on the above terms, does so only for the purpose of obtaining Bids for the Work and does not confer license or grant for any other use. A mandatory pre-bid meeting and project walk-through will be held on June 28, 2018, at 10:30 a.m. at the Yuba City Wastewater Treatment Plant located at 302 Burns Drive, Yuba City, CA 95991. Shortly after this mandatory pre-bid meeting, a mandatory project site walk-through will occur at the project site location. At the pre-bid meeting, representatives of Owner and the Design Engineer will discuss the bid documents, site constraints, order of work and other items specific to this project. A sign-in sheet will be available up until commencement of the pre-bid meeting only. Attendance at the entire pre-bid meeting and project walk-through is mandatory for bidding. Bids received from Bidders who did not sign the sign-in sheet and attend both the meeting and project site walk-through will be deemed non-responsive and their bids may be returned to the Bidder unopened. Attendance by subcontractors is not mandatory, but all interested prospective subcontractors are encouraged to attend. The Owner will transmit to all recipients of complete sets of Contract Documents such Addenda as Owner considers necessary in response to questions raised at the meeting and project walk-through. Oral statements not confirmed by Addenda may not be relied upon and are not binding or legally effective. Except for mandatory walk-through, no other access to the project site will be granted pre-bid without the Owner s approval. During all site visits the Bidder must be accompanied full time by an authorized representative of the Owner. No exceptions to this requirement. No oral clarification or interpretation will be made to any bidder as to the meaning of the Contract Documents. Any questions, comments or objections to the Contract Documents, or explanation desired by a Bidder regarding the meaning or interpretation of the Contract Documents and related materials shall be made in writing and delivered by, U.S. mail, or Email (with Email delivery receipt request) by July 10, 2018, 2:00 pm (local time) (seven (7) business days before the time specified for opening the Bids) to: Mandeep Chohan City of Yuba City 1201 Civic Center Blvd Yuba City, CA 95993 Email address: mchohan@yubacity.net Bids received from General Contractors who did not attend the mandatory pre-bid meeting and mandatory project site walk-through will be deemed non-responsive and will be rejected. Project No. 17-09 Page 00020-2

Complete sets of Contract Documents must be used in preparing Bids. The City does not assume responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. Bidders shall develop and submit bids at their own expense. The City will not reimburse any costs associated with the development and submittal of any and all bids. Pursuant to Labor Code Section 1773, City has obtained the prevailing rate of per diem wages and the prevailing wage rate for holiday and overtime work applicable in Sutter County from the Director of the Department of Industrial Relations for each craft, classification, or type of worker needed to execute this contract. A copy of these prevailing wage rates may be obtained via the internet at: www.dir.ca.gov/dlsr/ In addition, a copy of the prevailing rate of per diem wages is available at the City s Public Works Department and shall be made available to interested parties upon request. The successful bidder shall post a copy of the prevailing wage rates at each job site. It shall be mandatory upon the Bidder to whom the Contract is awarded, and upon any subcontractors, to comply with all Labor Code provisions, which include but are not limited to the payment of not less than the said specified prevailing wage rates to all workers employed by them in the execution of the Contract, employment of apprentices, hours of labor and debarment of contractors and subcontractors. Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. No Bid will be accepted nor any contract entered into without proof of the contractor s and subcontractors current registration with the Department of Industrial Relations to perform public work. If awarded a contract, the Bidder and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project. Notwithstanding the foregoing, the contractor registration requirements mandated by Labor Code Sections 1725.5 and 1771.1 shall not apply to work performed on a public works project that is exempt pursuant to the small project exemption specified in Labor Code Sections 1725.5 and 1771.1 Bidding procedures are prescribed in the Contract Documents. Bids shall be executed upon the Bid Forms bound and made a part of the Contract Documents. Any exception taken to the Contract Documents and any changes made to terms and conditions of the Bid Forms may render the Bid non-responsive. All prescribed Bid Forms may be removed from the Contract Documents for submission in a sealed envelope. A Bid Guaranty in an amount not less than ten percent (10%) of the total aggregate of the Bid, including all Additive and/or Alternate Bid Items shall accompany each Bid. This Bid Guaranty is to be forfeited should the Bidder, if awarded the Contract, fail to enter into the same, or fails to furnish the bonds and/or proof of insurance as stipulated in the Contract Documents. The checks or bond shall be made payable to the Owner. Before entering into a contract for the work, the successful Bidder will be required to furnish two acceptable surety bonds; one for Faithful Performance and the other for Labor and Materials. Each bond is to be executed in a sum equal to one hundred percent (100%) of the contract price. The successful Bidder will be required to obtain a business license from the City of Yuba City and pay related fees. Project No. 17-09 Page 00020-3

Pursuant to the provisions of California Labor Code Section 6707, each Bid submitted in response to this Invitation to Bid shall contain, as a separate bid item, adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life or limb in trenches and open excavation, exceeding five feet, which shall conform to applicable safety orders. By entering an amount for this bid item, the Bidder warrants that its action does not convey tort liability to the Owner, the Engineer, the Construction Manager, and their officers, employees, agents, and subconsultants. The successful Bidder must insure that its policies and practices provide equal opportunity to all applicants and employees without regard to race, color, creed, sex, age, religion, ancestry, citizenship, national origin, handicap, mental condition, veteran or marital status. The successful Bidder must comply with the Americans with Disabilities Act. In accordance with California Public Contract Code Section 3400, bidders may propose equals of products listed in the plans and specifications by manufacturer name, brand or model number, unless the technical specifications or plans specify that the product is only available from one source, or is necessary to match others in use. Complete information for products proposed as equals must be submitted to the Owner for review no later than 4:30 p.m. on the fifth day following the bid opening. The Owner may specify a product by a particular manufacturer on a sole-sourced basis for the following reasons: (1) In order that a field test or experiment may be made to determine the product s suitability for future use. (2) In order to match other products in use on a particular public improvement either completed or in the course of completion. (3) In order to obtain a necessary item that is only available from one source. Pursuant to California Public Contract Code Section 22300, for monies earned by the Contractor and withheld by the Owner to ensure the performance of the Contract, the Contractor, may, at its option, choose to substitute securities meeting the requirements of California Public Contract Code Section 22300, or have the retained, earned monies deposited in an escrow account at a federal or state chartered bank. No Bid received and read aloud may be withdrawn for a period of ninety (90) days after the bid opening date, except pursuant to California Public Contract Code Section 5101 et seq. Bids submitted by mail must be mailed sufficiently in advance of the bid opening to ensure delivery to the City Clerk prior to the specified opening time. City of Yuba City assumes no responsibility for delay in delivery of the Bid by the carrier company chosen by the Contractor for delivery service or after it is delivered to the City s central mailroom. It is solely the Bidder s responsibility to ensure the Bid has been delivered to the proper location by the time indicated on this notice inviting bids. Telephones will not be available to Bidders at the Owner s offices for the preparation of bids or for communicating bid results. Bid forms received after the designated time will not be opened and will be returned to the Bidder unopened. Bidders shall review the City's insurance coverage requirements with its insurance agent, and verify that Bidder s insurance coverage meets or exceeds the City's requirements as stated in Section 00800-2.0, LIABILITY AND INSURANCE, of the Supplementary General Conditions. Project No. 17-09 Page 00020-4

Bidders are notified that in case of either default in executing and returning the two (2) copies of the contract and Subcontracting Request Form within fifteen (15) calendar days after having received Notice of Intent to Award the contract, or in case of default in obtaining and delivering fully executed and valid bonds and insurance acceptable to the City within fifteen (15) calendar days after having received Notice of Award, the proceeds of the check or bond accompanying this bid shall become the property of the City of Yuba City. The Owner reserves the right to award the Contract, to reject any and all Bids, to waive irregularities, and to reject nonconforming, nonresponsive or conditional Bids. DATE: June 15, 2018 CITY OF YUBA CITY Patricia Buckland City Clerk Project No. 17-09 Page 00020-5

(THIS PAGE LEFT BLANK INTENTIONALLY) Project No. 17-09 Page 00020-6