SECTION A NOTICE INVITING SEALED BIDS

Similar documents
SECTION NOTICE INVITING BIDS

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

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

NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT

Notice to Bidders Page 1 of 6

IRVINE UNIFIED SCHOOL DISTRICT Orange County, California

NOTICE TO CONTRACTORS

PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO.

CONTRACT DOCUMENTS SPECIFICATIONS AND CONSTRUCTION PLANS FOR INFORMAL BID NO CITY HALL SECURITY FENCING INSTALLATION.

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

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

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

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

RECOMMENDATION TO CITY COUNCIL

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

LONE TREE SCHOOL BELL SYSTEM

Real Estate Acquisition Services For Neighborhood Stabilization Program

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

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.

NOTICE OF REQUEST FOR BIDS

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

2014 SEWER REHABILITATION PROJECT. Project #: Bid Date: Tuesday, October 28, 2014

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

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

INSTRUCTIONS TO BIDDERS

LONE TREE SCHOOL FLOORING REPLACEMENT

UNIVERSITY OF ROCHESTER 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

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

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL

GENERAL ENGINEERING JOB ORDER CONTRACT

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

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

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

NOTICE TO CONTRACTORS CALLING FOR BIDS CITRUS COMMUNITY COLLEGE DISTRICT

INSTRUCTIONS TO BIDDERS

Real Estate Services For Neighborhood Stabilization Program 3

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

POLICY AND PROCEDURES GOVERNING BIDDING FOR FACILITY PROJECTS # P

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS

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

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

REQUEST FOR PROPOSAL LOBBY SECURITY UPGRADE

Project Manual Bid Packet and Specifications January 4, 2018

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

ADDENDUM #5 NIB #

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

B CUYAMACA COLLEGE BUILDING L REMODEL

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

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

CITY OF BELLFLOWER BELLFLOWER, CALIFORNIA PLANS SPECIFICATIONS AND CONTRACT DOCUMENTS FOR THE

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS

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

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

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

INSTRUCTIONS TO BIDDERS

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

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

PROPOSAL PACKAGE INFORMATION SHEET

DOUGLAS S. STACK, DIRECTOR OF PUBLIC WORKS /CITY ENGINEER ADVERTISEMENT FOR BIDS FOR THE MOFFETT DRIVE ( CIP 70224)

Bid No. B17-13 Bldg 1300 HVAC

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

NC General Statutes - Chapter 143 Article 8 1

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

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

Non-Professional Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

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

TABLE OF CONTENTS DEFINITION NOTICE INVITING BIDS INSTRUCTIONS TO BIDDERS PROPOSAL BID PROPOSAL Part 1 NON-COLLUSION AFFIDAVIT Part 1 UNIT PRICE LIST

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

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

Florida Courts E-Filing Authority PURCHASING POLICY

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

Montour Area Recreation Commission (MARC) North Branch Canal Trail Construction Invitation to Bid. Application Terms and Conditions

Honorable Mayor and Members of the City Council

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

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

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

Professional Services and Bidding Construction Projects BILL NO. SPONSORED BY COUNCILMAN

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

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

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

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

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

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

Request for Proposal. Brand Ambassador Media Consultant. Notice: 11/12/2018. Due 11/27/2018 by 2:00pm

REQUEST FOR PROPOSALS

PROPOSAL WATER PLANT LAB SCADA SYSTEM/AUTOMATION UPGRADE ASSUMPTION PARISH WATERWORKS DISTRICT NO. 1 NAPOLEONVILLE, ASSUMPTION PARISH, LOUISIANA

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

3235 Union Ave., San Jose, CA Phone:

Mini-Brooks Qualifications Based Selection Supplement of Design/Build Statutes

HEATING AND COOLING SYSTEM MAINTENANCE

AGENDA REPORT APPROVAL OF A CORRESPONDING CONSTRUCTION AGREEMENT IN THE NOT-TO-EXCEED AMOUNT OF $92,624.00; AND

Bid No. B17-07 HVAC Controls

Transcription:

SECTION A NOTICE INVITING SEALED BIDS

SECTION A CITY OF TUSTIN, CALIFORNIA NOTICE INVITING SEALED BIDS FOR THE MOFFETT DRIVE EXTENSION BRIDGE AND ROADWAY CONSTRUCTION PROJECT CIP NO. 70224 NOTICE IS HEREBY GIVEN that the CITY OF TUSTIN, as AGENCY invites sealed bids for the below stated project and will receive sealed bids for the construction, materials, supplies, equipment and/or services set forth herein, subject to all conditions outlined in the Bid Package. 1. Project Name and Description "Moffett Drive Extension Bridge and Roadway Construction Project, CIP No. 70224" This work shall consist in part of furnishing all labor, materials, tools, equipment and incidentals as required by the plans, specifications and contract documents for the above stated project. The work to be done hereunder consists of grading, bridge, roadway and wet and dry utility construction on the following: Moffett Drive overcrossing Peters Canyon Channel. The project schedule is Three Hundred Twenty (320) Working Days. The engineer's estimate for the work included in the contract is $ 5,900,000. 2. Obtaining Bid Documents A PDF CD of the Bid Package (including the plans, specifications, and contract documents) are available for purchase from the Office of the City Engineer, Public Works Department, 300 Centennial Way, Tustin, California 92780, upon payment of $15.00 per set nonrefundable fee if pick up, or payment of $20.00 nonrefundable fee if mailed via USPS. 3. Bid Opening Bid opening date and time: Tuesday, November 8 1 2016 at 10:00 A.M. Sealed bids will be received at all times during normal business hours prior to the Bid Opening, at the Office of the City Clerk, 300 Centennial Way, Tustin, California 92780. Bids will be publicly opened at the Bid Opening time stated, in the Office of the City Clerk, or as otherwise posted. The outside of the sealed envelope of each bid submitted shall be clearly marked: "Moffett Drive Extension Bridge and Roadway Construction Project, CIP No. 70224". A-1

4. Contractor's License In accordance with provisions of Section 3300 of the California Public Contract Code, the AGENCY has determined that the Contractor shall possess a valid California Contractor's License for the work, in the classification of " ~ ". Further, it is a misdemeanor not to have a license at the time of the bid (Business and Professions Code Section 7028. 15 (a). In the case of City contracts which involve Federal funds, the Contractor must be properly licensed at the time of award of the contract (Public Contract Code Section 20103.5). Failure to possess such license may render the bid non-responsive and bar the award of the contract to that nonresponsive Bidder. The successful Contractor and his/her subcontractors will be required to possess business licenses from the AGENCY. 5. Prevailing Wages In accordance with the provisions of Section 1770, et seq., of the Labor Code, the Director of the Industrial Relations of the State of California has determined the general prevailing rate of wages applicable to the work to be done. The Contractor and any subcontractor under him, will be req uired to pay to all persons employed on the project by the Contractor sums not less than the sums set forth in the documents entitled "General Prevailing Wage Determination made by the Director of Industrial Relations pursuant to California Labor Code, Part 7, Chapter 1, Article 2, Sections 1770, 1771, 1773, 1773.1 and 1774." These documents can be reviewed in the office of the City Engineer or may be obtained from the State. Notice Requirements No contractor or subcontractor shall be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. No contractor or subcontractor shall be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5 This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 6. Bid Security Each bid shall be accompanied by bid security in the form of a cashier's check, certified check or bid bond in the amount of Ten Percent (10%) of the total bid amount. All cashier's checks or certified checks must be drawn on a responsible bank doing business in the United States and shall be made payable to the CITY OF TUSTIN. A bonding company admitted and licensed to do business in the State of California must issue bid bonds. Bids not accompanied by the required bid security shall be rejected. Cash and personal or company checks are not acceptable. 7. Payment Bond and Performance Bond A Labor and Material Bond and a Faithful Performance Bond, each in the amount of one hundred percent ( 100%) of the contract amount, will be required of the Contractor. Said bonds shall be issued by an admitted Surety company that is duly authorized to issue such bonds in the State of California. A-2

8. Insurance Prior to execution of contract, Contractor shall provide AGENCY with insurance certificate(s) with endorsements evidencing commercial general liability and automobile liability insurance as prescribed in the contract, with a company of AM. Best's Key Rating of Grade A and Class VII (seven) or better with an Admitted Insurer, or rated Grade A- or better and Class X (ten) or better with a Surplus Line Broker. Workers' Compensation Insurance with a company of AM. Best's Key Rating of Grade B- or better and Class VII (seven) or better, or offered by State Compensation Fund, is acceptable. Contractor shall provide to the AGENCY within Ten (10) Working Days after the date of notice of award of contract the aforementioned insurance certificate(s) with endorsements which must meet the requirements of the specifications and comply with the contract documents. Failure to comply with this requirement will result in annulment of the award, forfeiture of the bid security and AGENCY will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non-negotiable and AGENCY will not consider waiving insurance requirements. There are no exceptions. 9. Retention In accordance with the Contract, Five Percent (5%) of any progress payment will be withheld as retention. Pursuant to Section 22300 of the Public Contract Code, at the request and expense of the Contractor, approved securities equivalent to the amount withheld may be deposited with the AGENCY or with a state or federally chartered bank as the escrow agent, and AGENCY shall then pay such moneys to the Contractor. Refer to the Contract for further clarification. 10. Contact Person Questions regarding this Notice Inviting Bids shall be directed in writing to: City of Tustin Public Works Department - Engineering, 300 Centennial Way, Tustin, CA 92780. Telephone No. 714-573-3150. THE AGENCY RESERVES THE RIGHT TO REJECT ANY BID OR ALL BIDS AND TO WAIVE ANY INFORMALITY OR IRREGULARITY IN ANY BID AND TO TAKE ALL BIDS UNDER ADVISEMENT FOR A MAXIMUM PERIOD OF SIXTY (60) DAYS. ANY CONTRACT AWARDED WILL BE LET TO THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER. NO BID SHALL BE CONSIDERED UNLESS IT IS PREPARED ON THE APPROVED PROPOSAL FORMS IN CONFORMANCE WITH THE INSTRUCTIONS TO BIDDERS. By order of the City Council of the City of Tustin, California, on the 20 1 h day of September, 2016. Attest: A-3

Published Tustin News: October 6, 2016 October 13, 2016 A-4