Dickey ES - No Climb Fencing

expired opportunity(Expired)
From: Chino Valley Unified School District(School)
23-24-15

Basic Details

started - 07 Mar, 2024 (1 month ago)

Start Date

07 Mar, 2024 (1 month ago)
due - 23 Apr, 2024 (4 days ago)

Due Date

23 Apr, 2024 (4 days ago)
Bid Notification

Type

Bid Notification
23-24-15

Identifier

23-24-15
Chino Valley Unified School District

Customer / Agency

Chino Valley Unified School District
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

NOTICE INVITING BIDS CHINO VALLEY UNIFIED SCHOOL DISTRICT NOTICE IS HEREBY GIVEN that the Chino Valley Unified School District, acting by and through its Governing Board, hereinafter referred to as “District”, will receive prior to 1:00 pm on April 23, 2024, sealed Prime bids for the award of a Contract for the following: BID NO. 23-24-15F CVUSD Fun Club Installations All bids shall be made and presented only on the forms presented by the District and Construction Manager. Bids shall be received in the Purchasing Office of the at 5130 Riverside Drive, Bldg. 6, Chino, CA 91710 and shall be opened and publicly read aloud at the above state time and place. Any bids received after the time specified above or after any extensions due to material changes shall be returned unopened. For a more detailed discussion on Contract Time, Trade Contractor must refer to the General Conditions, Supplementary Conditions, Trade Contractor Scope of Work, Exhibits and General Requirements regarding
Milestones and Liquidated Damages. Prequalification of Bidders As a condition of bidding for this Project, and in accordance with California Public Contract Code Section 20111.6, prospective bidders are required to submit to the District a completed set of prequalification documents on forms provided by the District. These documents will be the basis for determining which bidders are qualified to bid on this Project. Bids will not be accepted if a Trade Contractor has not been prequalified where prequalification is required or if Trade Contractor’s bid amount exceeds approved prequalification amount. Prequalification documents are available from the Quality Bidders at https://www.qualitybidders.com/pages/how_it_works. Prequalification documents must be submitted and approved by the District by April 12, 2024 at 5pm. Trade Contractors will be notified by email of their prequalification rating within a reasonable period of time after submission of their prequalification documents, but not less than five business days prior to the bid opening date. If this Project includes work that will be performed by mechanical, electrical or plumbing (“MEP”) subcontractors (contractors that hold C-4, C-7, C-10, C-16, C-20, C-34, C-36, C-38, C-42, C-43 or C-46 licenses), such MEP subcontractors must also be prequalified. A list of prequalified MEP subcontractors will be made available by the District to all bidders at least five business days prior to the bid opening date. It is the responsibility of the bidder to ensure that all MEP subcontractors holding any of the licenses listed above are properly prequalified before submitting a bid. This prequalification requirement applies even if the subcontractor will perform, or is designated to perform, work that does not require one of the licenses listed above, but the subcontractor holds one of the licenses listed above. http://www.qualitybidders.com/pages/how_it_works Additive/ Deductive Bid Alternates (See Instruction to Bidders) If the District has included additive/ deductive alternates which require all bidders to price as part of their bid, the District will utilize the following method to determine the lowest bidder in accordance with Public Contract Code Section 20103.8:  The lowest bid shall be the lowest bid price on the base contract without consideration of the prices on the additive or deductive items. **Note: Pursuant to Public Contract Code Section 20103.8, the selection process selected does not preclude the District from using any of the additive or deductive alternates from the Contract after the lowest responsible responsive bidder has been determined. Miscellaneous Information Bids shall be received in the place identified above and shall be opened and publicly read aloud at the above-stated time and place. The bid documents will be available electronically at the following link starting on March 18, 2024, at 2:00 pm https://cwdriver.egnyte.com/fl/oyCgWoBE0Q There will be two (2) non-mandatory Pre-Bid Job Walk for CVUSD Fun Club Installation on March 26, 2024 & March 28, 2024. Pre-Bid Job Walk #1 will start at Michael G Wickman Elementary School on March 26, 2024, at 9am, followed by four more locations. Pre-Bid Job Walk #2 will start at Levi H. Dickey Elementary School on March 28, 2024, at 9am, followed by three more locations. Trade Contractors are to meet at school front entrance/parking lot for start of the job walk, pursuant to schedule below. Do not enter the school without being escorted by Construction Manager (C.W. Driver). If you arrive late to the job walks or are unable to attend, please contact Aaron Plante (760) 978-9625, with C.W. Driver to find out which school location we are at. Job Walk #1 March 26, 2024 (Tuesday) at 9:00 am Michael G. Wickman Elementary School 16250 Pinehurst Dr, Chino Hills, CA 91709 & Glenmeade Elementary School 15000 Whirlaway Ln, Chino Hills, CA 91709 & Rolling Ridge Elementary School 13677 Calle San Marcos, Chino Hills, CA 91709 & Dickson Elementary School 3930 Pamela Dr, Chino, CA 91710 & Lyle S Briggs Fundamental School 11880 Roswell Ave, Chino, CA 91710 Job Walk #2 March 28, 2024 (Thursday) at 9:00 am Levi H. Dickey Elementary School 2840 Parco Ave, Ontario, CA 91761 & Anne Borba Elementary School 4980 Riverside Dr, Chino, CA 91710 & Walnut Ave Elementary School 5550 Walnut Ave, Chino, CA 91710 & E.J. Marshal Elementary School 12045 Telephone Ave, Chino, CA 91710 If any bidder is in doubt as to the true meaning of any part of the Project Documents or finds discrepancies in or omissions from the Project Documents, a written request for an interpretation or correction thereof must be submitted to the District & Construction Manger on or before April 12, 2024, by 5:00pm. No requests shall be considered after this time. Each bidder shall be a licensed contractor pursuant to the California Business and Professions Code and be licensed to perform the work called for in the Contract Documents. The successful bidder must possess a valid and active license in the Trade of Work as designated in the Trade Contractor Scope of Work and must be properly licensed at the time of bid and throughout the duration of this Contract. The Contractor’s California State License number shall be clearly stated on the bidder’s proposal. BID PACKAGE - GENERAL DESCRIPTION: LICENSE REQUIRED (As applicable): Bid Package 03-01 – Concrete & Reinforcing Steel A/ B /C-8 / C-12 / C-50 / D-6 (Structural & Site), Grading/Scarifying & Earthworks Bid Package 05-01 – Miscellaneous Metals & Steel C-23 / C-51 / C-60 Bid Package 10-01 – Miscellaneous Specialties, Painting, A / B / C-16 / C-28 / C-45 / C-61 / C-33 Signage, Gates, Door Hardware, Roofing, C-39/ C-43/ D-28/ C-5/ C-15/ D-3/ D-16 Cleaning & Survey D-42/ D-63 Bid Package 22-01 – Site Utilities Plumbing & Plumbing C-36/ C-42/ D-62 Bid Package 26-01 – Site Electrical, Electrical, Low Voltage, C-7 / C-10 Data, Fire Alarm, Security & Communications Bid Package 32-01 – Demolition, Saw-cutting, Abatement, A / B / C-8 / C-12 / C-13 / C-21/ C-22/ Irrigation, Landscaping, Asphalt/Paving, C-27/ D-49/ D-56/ D-59 Stripping, Chain Link Fencing/Gates, Grading/Scarifying & Earthworks Trade Contractor’s Subcontractors shall be licensed pursuant to California law for the trades necessary to perform the Work called for in the Contract Documents. Each bid must strictly conform with and be responsive to the Contract Documents as defined in the General Conditions. The District reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or in the bidding. Each bidder shall submit with its bid — on the form furnished with the Contract Documents — a list of the designated subcontractors on this Project as required by the Subletting and Subcontracting Fair Practices Act, California Public Contract Code Sections 4100 et seq. In accordance with California Public Contract Code Section 22300, the District will permit the substitution of securities for any moneys withheld by the District to ensure performance under the Contract. At the request and expense of the Trade Contractor, securities equivalent to the amount withheld shall be deposited with the District, or with a state or federally chartered bank as the escrow agent, who shall then pay such moneys to the Trade Contractor. Upon satisfactory completion of the Contract, the securities shall be returned to the Trade Contractor. Each bidder’s bid must be accompanied by one of the following forms of bidder’s security: (1) cash; (2) a cashier’s check made payable to the District; (3) a certified check made payable to the District; or (4) a bidder’s bond executed by a California admitted surety as defined in Code of Civil Procedure Section 995.120, made payable to the District in the form set forth in the Contract Documents. Such bidder’s security must be in an amount not less than ten percent (10%) of the maximum amount of bid as a guarantee that the bidder will enter into the proposed Contract, if the same is awarded to such bidder, and will provide the required Performance and Payment Bonds, insurance certificates and any other required documents. In the event of failure to enter into said Contract or provide the necessary documents, said security will be forfeited. The Contractor and all subcontractors shall comply with the requirements set forth in Division 2, Part 7, Chapter 1 of the Labor Code. The District has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which this work is to be performed for each craft, classification or type of worker needed to execute the Contract. These per diem rates, including holiday and overtime work, as well as employer payments for health and welfare, pension, vacation, and similar purposes, are on file at the District, and are also available from the Director of the Department of Industrial Relations. Pursuant to California Labor Code Sections 1720 et seq., it shall be mandatory upon the Trade Contractor to whom the Contract is awarded, and upon any subcontractor under such Trade Contractor, to pay not less than the said specified rates to all workers employed by them in the execution of the Contract. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in the Labor Code, unless currently registered and qualified to perform public work pursuant to Labor Code section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. The Contractor and all subcontractors shall furnish certified payroll records as required pursuant Labor Code section 1776 directly to the Labor Commissioner in accordance with Labor Code section 1771.4 on at least on a monthly basis (or more frequently if required by the District or the Labor Commissioner) and in a format prescribed by the Labor Commissioner. Monitoring and enforcement of the prevailing wage laws and related requirements will be performed by the Labor Commissioner/ Department of Labor Standards Enforcement (DLSE). No bidder may withdraw any bid for a period of ninety (90) calendar days after the date set for the opening of bids. Separate payment and performance bonds, each in an amount equal to 100% of the total Contract amount, are required, and shall be provided to the District prior to execution of the Contract and shall be in the form set forth in the Contract Documents. All bonds (Bid, Performance, and Payment) must be issued by a California admitted surety as defined in California Code of Civil Procedure Section 995.120. Where applicable, bidders must meet the requirements set forth in Public Contract Code Section 10115 et seq., Military and Veterans Code Section 999 et seq. and California Code of Regulations, Title 2, Section 1896.60 et seq. regarding Disabled Veteran Business Enterprise (“DVBE”) Programs. Forms are included in this Bid Package. Any request for substitutions pursuant to Public Contracts Code Section 3400 must be made at the time of Bid on the Substitution Request form set forth in the Contract Documents and included with the bid. No telephone or facsimile machine will be available to bidders on the District premises at any time. It is each bidder’s sole responsibility to ensure its bid is timely delivered and received at the location designated as specified above. District is not responsible for lost mail or mail delivered to the incorrect location. Any bid received at the designated location after the scheduled closing time for receipt of bids shall be returned to the bidder unopened. Kathy Casino Purchasing Director Chino Valley Unified School District

5130 Riverside Drive, Chino, CA 91710Location

Address: 5130 Riverside Drive, Chino, CA 91710

Country : United StatesState : California

You may also like

WILLAMETTE VALLEY NWR COMPLEX - SPOT SPRAYING - FY23

Due: 30 Apr, 2024 (in 2 days)Agency: U.S. FISH AND WILDLIFE SERVICE