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

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

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

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

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

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

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

ADDENDUM For Reference For Bidders

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

5. BID FORMS TABLE OF CONTENTS

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

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

RETIREE HEALTH BENEFITS TRUST

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

FRONT END DOCUMENTS BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO THE ADDRESS BELOW

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

BID # EFI H1625 LED Wide Format Printer Fullerton College

University of California, Riverside Barn Expansion

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

DEPARTMENT OF PUBLIC WORKS BID FORMS FOR

STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM. I hereby certify that (Legal Name of Vendor)

TULARE COUNTY OFFICE OF EDUCATION. Router

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

2. Develop recommendations and best practices for the District to following in serving these students.

PROPOSAL PACKAGE INFORMATION SHEET

Request for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL

VENDOR'S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT

Bid No. B17-07 HVAC Controls

TULARE COUNTY OFFICE OF EDUCATION. Router

Bid No. B17-13 Bldg 1300 HVAC

BID FOR LUMP SUM CONTRACT

PORT OF EVERETT SECTION Insert Project Name in CAPS

BID FORM (Lump Sum or Unit Price)

Office Janitorial Services at One Administration Building

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

REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA

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

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

INSTRUCTIONS TO VENDORS Locally Funded Contracts for Services

COVINA-VALLEY UNIFIED SCHOOL DISTRICT

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

ADDENDUM #5 NIB #

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

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

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

Field 6 Fence Phase 1

SECTION 1.A BID FOR LUMP SUM CONTRACT

PURCHASING SPECIFICATION

Replacement of Existing Carpet at City Hall

REQUEST FOR PROPOSALS FOR STORM DRAIN CATCH BASIN MAINTENANCE SERVICES APRIL 1, MARCH 31, 2018

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

CITY OF FORTUNA WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT

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

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

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA

Attachment A Required Submission Documents BIDDER INFORMATION

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

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

PUBLIC WORKS DEPARTMENT

STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES REAL ESTATE SERVICES DIVISION BUILDING AND PROPERTY MANAGEMENT BRANCH

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

SANTA ANA UNIFIED SCHOOL DISTRICT BID NO

Boulder Creek Fire Protection District. Request For Proposal. Voluntary Seismic and ADA Station Upgrades. July 14, 2015

LA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT

RECOMMENDATION TO CITY COUNCIL

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

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

Part A: Upgrade cabling to Cat6 cabling with factory warranties at a minimum of 20 years for Murdock Elementary School and Willows High School

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL

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

BID FORM. PROJECT: 2017 Water line replacement

CITY OF LAGUNA NIGUEL PLANS, AND FOR

ADVERTISEMENT FOR BIDS

PROJECT MANUAL MISSION DRIVE SEWER MAIN CROSSING REPAIR PROJECT SOLVANG PROJECT NO. PW 118 FEBRUARY 5, 2019

TALBOT COUNTY, MARYLAND PUBLIC NOTICE INVITATION TO BIDDERS TALBOT INTERFAITH SHELTER, INC. IMPROVEMENTS, 107 GOLDSBOROUGH STREET, EASTON, MARYLAND

CITY OF BEVERLY HILLS CONTRACT DOCUMENTS

REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

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

REQUEST FOR PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

CONTRACT DOCUMENTS. City of El Centro Pico Avenue Sewer Lift Station Emergency Generator Replacement Project

MARINWOOD FIRE STATION KITCHEN REMODEL PROJECT

Job Location Contact name and telephone number Date of contract Project Description Equipment/Service Installed

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

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

4S RANCH WATER RECLAMATION FACILITY TERTIARY FILTER REHABILITATION

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

RETAINING WALL REPLACEMENT REGNART ROAD

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

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

OF BEVERLY HILLS CONTRACT DOCUMENTS

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO

PROPOSAL PACKAGE INFORMATION SHEET *Please Remove This Page Prior to Submitting Your Bid*

PROPOSAL REQUIREMENTS AND CONDITIONS

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

Transcription:

PUBLIC WORKS DEPARTMENT BID FORMS FOR POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM-19-019 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL Optional Job Walk: November 6, 2018, 9:00 a.m. BID OPENING: November 15, 2018, 2:00 p.m. BIDDER'S NAME:

POOL WATER AND FILTER SYSTEM MAINTENANCE BIDDER S CHECKLIST/AGREEMENT CITY OF STOCKTON PUBLIC WORKS DEPARTMENT In submitting this bid as herein described, the bidder agrees that they have: Carefully examined the specifications and all other provisions of this form and understand the meaning, intent, and requirements of same. Reviewed and understand all Questions/Answers/Clarifications on the City website at http://www.stocktongov.com/services/business/bidflash prior to submitting bid. Completed and properly signed the Summary of Indemnity and Insurance Requirements Checklist (Exhibit C of Instructions to Bidders) Completed and properly signed the proposed Subcontractor List. Signed the Non-Collusion Declaration form. Signed the Title VI Violation Self Certification. Registered with the Department of Industrial Relations (California Labor Code Section 1725.5). Submitted proof of registration from Department of Industrial Relations for all Contractors/ Subcontractors (regardless of tier). Submittal of this information is due no later than four business days after bid opening. Reviewed and properly signed the Local Employment Ordinance form. Reviewed and properly signed the Local Business Preference Ordinance form. Advised all subcontractors of prevailing wage rate requirements. Included 10% bidder s security (bidder s bond, certified or cashier s check). Submitted company name and contact information to Brad Mettler at (209) 937-7261 or email at Brad.Mettler@stocktonca.gov Attended Job Walk, November 6, 2018, 9:00 a.m. Submitted one (1) ORIGINAL of all bid documents. Deliver sealed bid to City Hall, City Clerk s Office (1st floor), 425 N. El Dorado Street, Stockton, CA 95202 before Thursday, November 15, 2018, 2:00 p.m. Sealed bid shall be marked "BID" and indicate project name, number, and bid opening date. Please note that some overnight delivery services do not deliver directly to the City Clerk's Office. This could result in the bid arriving in the City Clerk's Office after the bid opening deadline and therefore not being accepted. NOTE: Bids are invalid which are unsigned, or not accompanied by 10% bid deposit or a bidder s bond, signed by both the bidder and the surety. If erasures or interlineations appear on your bid form, they must be initialed by the person preparing the bid. FIRM ADDRESS CONTACT PHONE AND FAX NUMBER E-MAIL ADDRESS PRINTED NAME TITLE OR AGENCY SIGNATURE DATE

BID FOR PUBLIC WORK CITY OF STOCKTON Stockton, CA, 20 TO THE HONORABLE CITY COUNCIL OF THE CITY OF STOCKTON: Pursuant to your Notice Inviting Sealed Bids, I, we, or either of us: (State whether individual, firm, corporation, association, or co-partnership) hereby offer (and hereby promise and agree in case this bid is accepted) to furnish all labor, material, equipment and supplies necessary to complete the work mentioned in said Notice Inviting Sealed Bids in strict accordance with the plans and specifications for said work to be done and labor, materials, and equipment and supplies to be furnished, which plans and specifications are on file in the office of the City Clerk of the City of Stockton and made part hereof by reference, the same as if herein fully set out, at the following rates and prices, to-wit:

POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. 19-019 B I D D I N G S C H E D U L E Each bidder shall bid each item, including all alternate bid(s). Failure to bid an item shall be just cause for considering the bid as non-responsive. Line item costs should include all Contractor s overhead and profit and indirect costs. Bids not presented on City forms shall be cause for considering the bid as non-responsive. QUESTIONS: Contractor s bid will be considered non-responsive if the answer to any of questions 1 through 4 is no Contractors bid will be considered non-responsive if the answer to any of questions 5 through 7 is yes. 1. Has your company been continually in business for the last five (5) years? Yes No. 2. Will your company provide on-site response within 30 minutes of having received notification of a Contamination or Emergency Event? Yes No. 3. Does your company have a written quality control plan / quality assurance program? If yes, submit a copy with your bid. Yes No. 4. Within the last three (3) years, has your company provided contract services to a public agency? Yes No. 5. Has your contractor s license been revoked at any time in the last five (5) years? Yes No. 6. Within the last three (3) years, has your company been terminated from a public agency contract? Yes No. 7. Within the last three (3) years, has your company terminated a public agency contract prior to the end of the initial term of the contract or prior to the end of an extension granted to that contract? Yes No.

BID SCHEDULE - CONTINUED Bid Item Month - Bid Item Description Quantity Unit Subtotal Brooking Pool 1A January-Off Season Service 1 EA 1B February-Off Season Service 1 EA 1C March-Off Season Service 1 EA 1D April-Start Up Service 1 EA 1E May-Start Up Service and Daily Service 1 EA 1F June-Daily Service 1 EA 1G July-Daily Service 1 EA 1H August-Daily Service 1 EA 1I September-Daily Service and Shut Down Service 1 EA 1J October-Off Season Service 1 EA 1K November-Off Season Service 1 EA 1L December-Off Season Service 1 EA TOTAL BROOKING POOL, Items 1A through 1L

BID SCHEDULE - CONTINUED Bid Item Month - Bid Item Description Quantity Unit Subtotal Oak Pool 2A January-Off Season Service 1 EA 2B February-Off Season Service 1 EA 2C March-Off Season Service 1 EA 2D April-Start Up Service 1 EA 2E May-Start Up Service and Daily Service 1 EA 2F June-Daily Service 1 EA 2G July-Daily Service 1 EA 2H August-Daily Service 1 EA 2I September-Daily Service and Shut Down Service 1 EA 2J October-Off Season Service 1 EA 2K November-Off Season Service 1 EA 2L December-Off Season Service 1 EA TOTAL OAK POOL, Items 2A through 2L

BID SCHEDULE - CONTINUED Bid Item Month - Bid Item Description Quantity Unit Subtotal Sousa Pool 3A January-Off Season Service 1 EA 3B February-Off Season Service 1 EA 3C March-Off Season Service 1 EA 3D April-Start Up Service 1 EA 3E May-Start Up Service and Daily Service 1 EA 3F June-Daily Service 1 EA 3G July-Daily Service 1 EA 3H August-Daily Service 1 EA 3I September-Daily Service and Shut Down Service 1 EA 3J October-Off Season Service 1 EA 3K November-Off Season Service 1 EA 3L December-Off Season Service 1 EA TOTAL SOUSA POOL, Items 3A through 3L

BID SCHEDULE - CONTINUED Bid Item 4 5 6 Supplemental Services Quan tity Contamination Service; formed fecal stool or vomit 9 Contamination Service; diarrheal-stool 3 Contamination Service; Blood 3 Unit Unit Cost Unit Cost x Quantity = Subtotal Per Occurrence Per Occurrence Per Occurrence 7 Emergency Response 30 Per Hour 8 Non-emergency Response and Vandalism Mitigation 50 Per Hour TOTAL SUPPLEMENTAL SERVICES, Items 4 + 5 + 6 + 7 + 8 + TOTAL BROOKING POOL, Items 1A through 1L + TOTAL OAK POOL, Items 2A through 2L + TOTAL SOUSA POOL, Items 3A through 3L TOTAL ANNUAL COST TOTAL ANNUAL COST X 3 = TOTAL BID TOTAL BID (FOR 3 YEAR CONTRACT) "Total Bid" is 3-year cost for Brooking Park Pool, Oak Park Pool, Souza Park Pool, and Supplemental Services. BIDDER S NAME BIDDER S SIGNATURE

The undersigned agrees that if this bid is accepted, he/she will contract with the City of Stockton in the form of contract attached hereto to perform all of the work in accordance with the contract and the drawings, specifications, and other documents incorporated therein; that he/she will take in full payment therefor, and for all other obligations assumed under the contract, the prices set forth in the following bid schedule except as otherwise provided in the specifications; and that he/she will execute such contract and furnish the required contract bonds in the manner and within the time provided in the bidding requirements and conditions. The undersigned further agrees that he/she has carefully examined the site of the work and the bid documents and any addenda thereto, and is fully informed of the nature and location of the work, the quantities of the work, and the conditions to be encountered in performing the work; that the only parties interested in this bid as principals are those named herein and that this bid is made without collusion with any other party; and that this bid is submitted in all respects in accordance with the bidding requirements and conditions and all other requirements of the bid documents. A BID GUARANTY ACCOMPANIES THIS BID IN THE FORM OF: (Check one of the following) Cash, or Cashier's check, or Certified check payable to City of Stockton, or Bidder's bond in favor of the City. For any amount not less than ten percent (10%) of the aggregate of the bid. ALSO ACCOMPANYING THIS BID ARE THE FOLLOWING ATTACHMENTS, PROPERLY EXECUTED AND SIGNED: 1. List of Subcontractors to be used in the work 2. Non-Collusion Declaration THE CITY RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS Name of Firm Phone Tax I.D. No. Address City State Zip Contractor Lic. No. & Classification Expiration Date NOTE - State law requires bidders on public agency contracts to include on their bid: (1) their State contractors license number, (2) the license expiration date, and (3) a statement that the representations made therein are made under penalty of perjury. The law further states that "Any bid not containing this information, or bid containing information which is substantially proven false shall be considered non-responsive and shall be rejected by the public agency." THE REPRESENTATIONS MADE HEREIN ARE MADE UNDER PENALTY OF PERJURY Signature BIDDER SIGN HERE Title

LIST OF SUBCONTRACTORS GENERAL CONTRACTOR: PROJECT: PLEASE LIST BELOW ALL SUBCONTRACTORS CONTRIBUTING TO THIS WORK Each bidder shall give the name, business address, license number, description of the work, and the dollar amount to be PAID the subcontractor, for each subcontractor that will be used on the project, if the Bidder is awarded the contract. Only subcontractors with work in excess of one-half of one percent (0.5%) or $10,000 (whichever is greater) of the Bidder's total bid need to be listed. All work in excess of one-half of one percent (0.5%) or $10,000 (whichever is greater) of the Bidder's total bid, for which a subcontractor is not listed on this form, shall be performed by the Bidder's own organization. Additional numbered pages listing proposed subcontractors may be attached to this page. Each page shall be headed "Proposed Subcontractors" and shall be signed by the Bidder. PRINT LEGIBLY OR TYPE BUSINESS NAME/ADDRESS LICENSE NUMBER REGISTERED W/DEPT. OF INDUSTRIAL RELATIONS Y/N TYPE OF WORK AMOUNT BIDDER SIGN HERE (SIGNATURE OF BIDDER)

The undersigned declares: NON-COLLUSION DECLARATION (Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the CITY of STOCKTON DEPARTMENT OF PUBLIC WORKS. I am the, of, the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on at (city), (state). (Signature)

TITLE VI VIOLATION SELF-CERTIFICATION We, the undersigned, self-certify that pursuant to Federal Code of Regulations (CFR), 23 CFR 200.9, 633 and 49 CFR 21.7, we do not have any unresolved violations under Title VI of the Civil Rights Act of 1964 and related statutes, including Americans with Disabilities Act (ADA). In addition, we acknowledge that an unresolved Title VI violation will disqualify us for consideration as a bidder for the subject project. CONTRACTOR: BY: DATE: TITLE

LOCAL EMPLOYMENT ORDINANCE This contract is subject to the requirements of the City of Stockton s Local Employment Ordinance. By my signature below, I certify that I have read and understood the Local Employment Ordinance of the City of Stockton, and agree to abide by its provisions. If selected to perform this contract, I specifically agree to report data on the actual number of Stockton residents employed, and understand that data will be subject to verification by an independent auditor. Signature of Bidder Date Signed

LOCAL BUSINESS PREFERENCE ORDINANCE The City of Stockton s Local Business Preference Ordinance applies to this project. By my signature below, I certify that I have read and understood the Local Business Preference Ordinance of the City of Stockton, and agree to abide by its provisions. Signature of Bidder Date Signed