Rawson Creek Fish Passage – Phase 2.

From: Smith River Alliance(Utilities)

Basic Details

started - 04 Apr, 2024 (29 days ago)

Start Date

04 Apr, 2024 (29 days ago)
due - 14 May, 2024 (in 10 days)

Due Date

14 May, 2024 (in 10 days)
Bid Notification

Type

Bid Notification

Identifier

N/A
Smith River Allianc

Customer / Agency

Smith River Allianc
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.

Rawson Creek Fish Passage Project, Phase 2 NOTICE INVITING BIDS 2024-3 Page 1 Notice Inviting Bids 1. Bid Submission. The Smith River Alliance (“SRA”), a 501(c)(3) nonprofit organization, will accept bids for its Rawson Creek Fish Passage Project (“Project”), by or before May 14, 2024, at 1:00 p.m., as further specified in the Instructions to Bidders. 2. Project Information. 2.1 Location and Description. The Project is located on a small tributary that flows into Morrison Creek approximately 4,500 linear feet upstream of the Morrison Creek and Smith River confluence. The stream is fed by multiple smaller tributaries that flow from the steep coastal foothills east of Highway 101. The Morrison Creek sub-basin meets the Smith River at 4.5 miles upstream from the river mouth. The project will replace a 3-foot CMP culvert, 20 feet in length with an aluminum box culvert that is 12.5’ wide by 7.4’ tall and 22.5’ long. A total of four large wood pieces with root wads will be placed at the
crossing, two upstream of the crossing and two downstream of the crossing, to stabilize the bank and provide habitat enhancement features. 2.2 Time for Final Completion. The Project must be fully completed by November 1, 2024 with all instream work completed by October 15. SRA anticipates that the Work will begin on or about August 1, 2024, but the anticipated start date is provided solely for convenience and is neither certain nor binding. 3. License and Registration Requirements. 3.1 License. This Project requires a valid California contractor’s license for the following classification(s): Class A, General Engineering Contractor. 3.2 DIR Registration. SRA may not accept a Bid Proposal from or enter into the Contract with a bidder, without proof that the bidder is registered with the California Department of Industrial Relations (“DIR”) to perform work subject to prevailing wage requirements pursuant to Labor Code § 1725.5, subject to limited legal exceptions. 4. Contract Documents. The plans, specifications, bid forms and contract documents for the Project, and any addenda thereto (“Contract Documents”) may be downloaded from SRA’s website at: https://smithriveralliance.org/bids/. 5. Bid Security. The Bid Proposal must be accompanied by bid security of five percent of the maximum bid amount, in the form of a bid bond executed by a surety licensed to do business in the State of California on the Bid Bond form included with the Contract Documents or certified check made payable to the Smith River Alliance. The bid security must guarantee that within ten days after SRA issues the Notice of Award, the successful bidder will execute the Contract and submit the payment and performance bonds, insurance certificates and endorsements, and any other submittals required by the Contract Documents and as specified in the Notice of Award. 6. Prevailing Wage Requirements. 6.1 General. Pursuant to California Labor Code § 1720 et seq., this Project is subject to the prevailing wage requirements applicable to the locality in which the Work is to be performed for each craft, classification or type of worker needed to perform https://smithriveralliance.org/bids/ Rawson Creek Fish Passage Project, Phase 2 NOTICE INVITING BIDS 2024-3 Page 2 the Work, including employer payments for health and welfare, pension, vacation, apprenticeship and similar purposes. 6.2 Rates. The prevailing rates are on file with the SRA and are available online at http://www.dir.ca.gov/DLSR. Each Contractor and Subcontractor must pay no less than the specified rates to all workers employed to work on the Project. The schedule of per diem wages is based upon a working day of eight hours. The rate for holiday and overtime work must be at least time and one-half. 6.3 Compliance. The Contract will be subject to compliance monitoring and enforcement by the DIR, under Labor Code § 1771.4. 7. Performance and Payment Bonds. The successful bidder will be required to provide performance and payment bonds, each for 100% of the Contract Price, as further specified in the Contract Documents. 8. Instructions to Bidders. All bidders should carefully review the Instructions to Bidders for more detailed information before submitting a Bid Proposal. The definitions provided in Article 1 of the General Conditions apply to all of the Contract Documents, as defined therein, including this Notice Inviting Bids. 9. Bidders’ Conference/Site Walk. A bidders’ conference and/or site walk will be held on April 30, 2024 at 10:00 a.m., at the following location(s): 105 Mountain View Drive, Smith River CA 95567 to acquaint all prospective bidders with the Contract Documents and the Worksite. The bidders’ conference is not mandatory. END OF NOTICE INVITING BIDS http://www.dir.ca.gov/DLSR https://maps.app.goo.gl/QMePEE7oYFXPTbp49 Rawson Fish Passage Project, Phase 2 INSTRUCTIONS TO BIDDERS 2024-3 Page 3 Instructions to Bidders Each Bid Proposal submitted to the Smith River Alliance (“SRA”) for its Rawson Creek Fish Passage Project, Phase 2 (“Project”) must be submitted in accordance with the following instructions and requirements: 1. Bid Submission. 1.1 General. Each Bid Proposal must be signed and submitted to SRA, using the form provided in the Contract Documents, by or before the date and time set forth in Section 1 of the Notice Inviting Bids, or as amended by subsequent addendum. Late submissions will not be considered. SRA reserves the right to postpone the date or time for receiving or opening bids. Each bidder is solely responsible for all of its costs to prepare and submit its bid and by submitting a bid waives any right to recover those costs from SRA. The bid price(s) must include all costs to perform the Work as specified, including all labor, material, supplies, and equipment and all other direct or indirect costs such as applicable taxes, insurance and overhead. 1.2 Electronic Submission. The Bid Proposal and all required forms and attachments must be completed and signed as specified, and saved as a PDF document for electronic submission to SRA via bids@smithriveralliance.org with “Bid for Rawson Creek Fish Passage Project, Phase 2” in the subject bar. 1.3 DIR Registration. Subject to limited legal exceptions for joint venture bids and federally-funded projects, SRA may not accept a Bid Proposal from a bidder without proof that the bidder is registered with the DIR to perform work subject to prevailing wages pursuant to Labor Code § 1725.5. If SRA is unable to confirm that the bidder is currently registered with the DIR, SRA may disqualify the bidder and return its bid unopened. (Labor Code §§ 1725.5 and 1771.1(a).) 2. Bid Proposal Form and Enclosures. Each Bid Proposal must be completed as directed using the Bid Proposal form included with the Contract Documents. The Bid Proposal form must be fully completed without interlineations, alterations, or erasures. Any necessary corrections must be clear and legible, and must be initialed by the bidder’s authorized representative. A Bid Proposal submitted with exceptions or terms such as “negotiable,” “will negotiate,” or similar, will be considered nonresponsive. Each Bid Proposal must be accompanied by bid security, as set forth in Section 4 below, and any other required bid enclosures, if applicable. 3. Bidder’s Questionnaire. A completed, signed Bidder’s Questionnaire using the form provided with the Contract Documents and including all required attachments must be submitted within 48 hours following a request by SRA. A bid that does not fully comply with this requirement may be rejected as nonresponsive. A bidder who submits a Bidder’s Questionnaire which is subsequently determined to contain false or misleading information, or material omissions, may be disqualified as non-responsible. 4. Authorization and Execution. Each Bid Proposal must be signed by the bidder’s authorized representative. A Bid Proposal submitted by a partnership must be signed in the partnership name by a general partner with authority to bind the partnership. A Bid Proposal submitted by a corporation must be signed with the legal name of the corporation, followed by the signature and title of two officers of the corporation with full authority to bind the corporation to the terms of the Bid Proposal, under California Corporations Code § 313. Rawson Fish Passage Project, Phase 2 INSTRUCTIONS TO BIDDERS 2024-3 Page 4 5. Bid Security. Each Bid Proposal must be accompanied by bid security of five percent of the maximum bid amount, in the form of a bid bond using the form included in the Contract Documents and executed by a surety licensed to do business in the State of California, or a certified check payable to the Smith River Alliance, which is subject to the same conditions set forth in the Bid Bond form. The bid security must guarantee that, within ten days after issuance of the Notice of Award, the bidder will: execute and submit the enclosed Contract for the bid price; submit payment and performance bonds for 100% of the maximum Contract Price; and submit the insurance certificates and endorsements and any other submittals, if any, required by the Contract Documents or the Notice of Award. A Bid Proposal may not be withdrawn for a period of 60 days after the bid opening without forfeiture of the bid security. A PDF copy of the bid security must be submitted electronically with the bid, with a hard copy delivered to SRA at 145 Cable Lane, Crescent City, CA 95531 within 48 hours following the bid submission deadline specified in Section 1 of the Notice Inviting Bids (subject to amendment by addenda), unless extended in writing by the SRA. 6. Requests for Information. Questions or requests for clarifications regarding the Project, the bid procedures, or any of the Contract Documents must be submitted in writing to Monica Scholey, Program Coordinator, at monica@smithriveralliance.org. Oral responses are not authorized and are not binding on the SRA. Bidders should submit any such written inquiries at least five Working Days before the scheduled bid opening. Questions received any later might not be addressed before the bid deadline. An interpretation or clarification by SRA in response to a written inquiry will be issued in an addendum. 7. Pre-Bid Investigation. 6.1 General. Each bidder is solely responsible at its sole expense for diligent and thorough review of the Contract Documents, examination of the Project site, and reasonable and prudent inquiry concerning known and potential site and area conditions prior to submitting a Bid Proposal. Even if the scheduled bidder’s conference or site walk is not mandatory, prospective bidders are strongly encouraged to attend. Each bidder is responsible for knowledge of conditions and requirements which reasonable review and investigation would have disclosed. However, except for any areas that are open to the public at large, bidders may not enter property owned or leased by the SRA or the Project site without prior written authorization from SRA. 6.2 Document Review. Each bidder is responsible for review of the Contract Documents and any informational documents provided “For Reference Only,” e.g., as-builts, technical reports, test data, and the like. A bidder is responsible for notifying SRA of any errors, omissions, inconsistencies, or conflicts it discovers in the Contract Documents, acting solely in its capacity as a contractor (and not as an architect or engineer). Notification of any such errors, omissions, inconsistencies, or conflicts must be submitted in writing to the SRA no later than five Working Days before the scheduled bid opening. (See Section 5, above.) SRA expressly disclaims responsibility for assumptions a bidder might draw from the presence or absence of information provided by SRA. 6.3 Project Site. Questions regarding the availability of soil test data, water table elevations, and the like should be submitted to the SRA in writing, as specified in Section 5, above. Any subsurface exploration at the Project site must be done at the bidder’s expense, but only with prior written authorization from SRA. All soil data and analyses available for inspection or provided in the Contract Documents apply only to the test hole locations. Any water table elevation indicated by a soil test report existed on the date the test hole was drilled. The bidder is responsible Rawson Fish Passage Project, Phase 2 INSTRUCTIONS TO BIDDERS 2024-3 Page 5 for determining and allowing for any differing soil or water table conditions during construction. Because groundwater levels may fluctuate, difference(s) in elevation between ground water shown in soil boring logs and ground water actually encountered during Project construction will not be considered changed Project site conditions. Actual locations and depths must be determined by bidder’s field investigation. The bidder may request access to underlying or background information on the Project site in SRA’s possession that is necessary for the bidder to form its own conclusions, including, if available, record drawings or other documents indicating the location of subsurface lines, utilities, or other structures. 6.4 Utility Company Standards. The Project must be completed in a manner that satisfies the standards and requirements of any affected utility companies or agencies (collectively, “utility owners”). The successful bidder may be required by the third party utility owners to provide detailed plans prepared by a California registered civil engineer showing the necessary temporary support of the utilities during coordinated construction work. Bidders are directed to contact the affected third party utility owners about their requirements before submitting a Bid Proposal. 7. Bidders Interested in More Than One Bid. No person, firm, or corporation may submit or be a party to more than one Bid Proposal unless alternate bids are specifically called for. However, a person, firm, or corporation that has submitted a subcontract proposal or quote to a bidder may submit subcontract proposals or quotes to other bidders. 8. Addenda. Any addenda issued prior to the bid opening are part of the Contract Documents. Each bidder is solely responsible for ensuring it has received and reviewed all addenda prior to submitting its bid. Bidders should check SRA’s website periodically for any addenda or updates on the Project at: https://smithriveralliance.org/bids/. 9. Brand Designations and “Or Equal” Substitutions. Any specification designating a material, product, thing, or service by specific brand or trade name, followed by the words “or equal,” is intended only to indicate quality and type of item desired, and bidders may request use of any equal material, product, thing, or service. All data substantiating the proposed substitute as an equal item must be submitted with the written request for substitution. A request for substitution must be submitted within 35 days after Notice of Award unless otherwise provided in the Contract Documents. 10. Bid Protest. Any bid protest against another bidder must be submitted in writing and received by SRA via email at bids@smithriveralliance.org before 5:00 p.m. no later than two Working Days following bid opening (“Bid Protest Deadline”) and must comply with the following requirements: 10.1 General. Only a bidder who has actually submitted a Bid Proposal is eligible to submit a bid protest against another bidder. Subcontractors are not eligible to submit bid protests. A bidder may not rely on the bid protest submitted by another bidder, but must timely pursue its own protest. For purposes of this Section 10, a “Working Day” means a day that SRA is open for normal business, and excludes weekends and holidays observed by SRA. 10.2 Protest Contents. The bid protest must contain a complete statement of the basis for the protest and must include all supporting documentation. Material submitted after the Bid Protest Deadline will not be considered. The protest must refer to the specific portion or portions of the Contract Documents upon which the protest is based. The protest must include the name, address, email address, and telephone number of the protesting bidder and any person submitting the protest on behalf of or as an authorized representative of the protesting bidder. mailto:bids@smithriveralliance.org Rawson Fish Passage Project, Phase 2 INSTRUCTIONS TO BIDDERS 2024-3 Page 6 10.3 Copy to Protested Bidder. Upon submission of its bid protest to SRA, the protesting bidder must also concurrently transmit the protest and all supporting documents to the protested bidder, and to any other bidder who has a reasonable prospect of receiving an award depending upon the outcome of the protest, by email or hand delivery to ensure delivery before the Bid Protest Deadline. 10.4 Response to Protest. The protested bidder may submit a written response to the protest, provided the response is received by SRA before 5:00 p.m., within two Working Days after the Bid Protest Deadline or after actual receipt of the bid protest, whichever is sooner (the “Response Deadline”). The response must attach all supporting documentation. Material submitted after the Response Deadline will not be considered. The response must include the name, address, email address, and telephone number of the person responding on behalf of or representing the protested bidder if different from the protested bidder. 10.5 Copy to Protesting Bidder. Upon submission of its response to the bid protest to the SRA, the protested bidder must also concurrently transmit by email or hand delivery, by or before the Response Deadline, a copy of its response and all supporting documents to the protesting bidder and to any other bidder who has a reasonable prospect of receiving an award depending upon the outcome of the protest. 10.6 Exclusive Remedy. The procedure and time limits set forth in this Section are mandatory and are the bidder’s sole and exclusive remedy in the event of a bid protest. A bidder’s failure to comply with these procedures will constitute a waiver of any right to further pursue a bid protest, including legal proceedings. 10.7 Right to Award. SRA reserves the right, acting in its sole discretion, to reject any bid protest that it determines lacks merit, to award the Contract to the bidder it has determined to be the responsible bidder submitting the lowest responsive bid, and to issue a Notice to Proceed with the Work notwithstanding any pending or continuing challenge to its determination. 11. Reservation of Rights. SRA reserves the unfettered right, acting in its sole discretion, to waive or to decline to waive any immaterial bid irregularities; to accept or reject any or all bids; to cancel or reschedule the bid; to postpone or abandon the Project entirely; or to perform all or part of the Work with its own forces. The Contract will be awarded, if at all, within 60 days after opening of bids or as otherwise specified in the Special Conditions, to the responsible bidder that submitted the lowest responsive bid. Any planned start date for the Project represents the SRA’s expectations at the time the Notice Inviting Bids was first issued. SRA is not bound to issue a Notice to Proceed by or before such planned start date, and it reserves the right to issue the Notice to Proceed when the SRA determines, in its sole discretion, the appropriate time for commencing the Work. The SRA expressly disclaims responsibility for any assumptions a bidder might draw from the presence or absence of information provided by the SRA in any form. Each bidder is solely responsible for its costs to prepare and submit a bid, including site investigation costs. 12. Bonds. Within ten calendar days following SRA’s issuance of the Notice of Award to the apparent low bidder, the bidder must submit payment and performance bonds to SRA as specified in the Contract Documents using the bond forms included in the Contract Documents. All required bonds must be calculated on the maximum total Contract Price as awarded, including additive alternates, if applicable. Rawson Fish Passage Project, Phase 2 INSTRUCTIONS TO BIDDERS 2024-3 Page 7 13. License(s). The successful bidder and its Subcontractor(s) must possess the California contractor’s license(s) in the classification(s) required by law to perform the Work. 14. Ineligible Subcontractor. Any Subcontractor who is ineligible to perform work pursuant to Labor Code §§ 1777.1 or 1777.7 is prohibited from performing work on the Project. 15. Federal Subcontracting Requirements. This Project is funded in whole or in part by the federal government. Contractor must comply with all applicable federal requirements as further specified in the Contract Documents, and when procuring Subcontractors, must take all necessary affirmative steps pursuant to 2 CFR § 200.321(b), subject to the limitations of law, to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used when possible. Affirmative steps must include: 15.1 Solicitation Lists. Placing qualified small and minority businesses and women’s business enterprises on solicitation lists. 15.2 Soliciting Potential Sources. Assuring that small and minority businesses and women’s business enterprises are solicited whenever they are potential sources. 15.3 Maximizing Participation. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses and women’s business enterprises. 15.4 Establishing Delivery Schedules. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women’s business enterprises. 15.5 Organizational Assistance. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. 16. Bid Schedule. Each bidder must complete the Bid Schedule form with unit prices as indicated and submit the completed Bid Schedule with its Bid Proposal. 16.1 Incorrect Totals. In the event a computational error for any bid item (base bid or alternate) results in an incorrect extended total for that item, the submitted base bid or bid alternate total will be adjusted to reflect the corrected amount as the product of the estimated quantity and the unit cost. In the event of a discrepancy between the actual total of the itemized or unit prices shown on the Bid Schedule for the base bid, and the amount entered as the base bid on the Bid Proposal form, the actual total of the itemized or unit prices shown on the Bid Schedule for the base bid will be deemed the base bid price. Likewise, in the event of a discrepancy between the actual total of the itemized or unit prices shown on the Bid Schedule for any bid alternate, and the amount entered for the alternate on the Bid Proposal form, the actual total of the itemized prices shown on the Bid Schedule for that alternate will be deemed the alternate price. 16.2 Estimated Quantities. Unless identified as a “Final Pay Quantity,” the quantities shown on the Bid Schedule are estimated and the actual quantities required to perform the Work may be greater or less than the estimated amount. The Contract Price will be adjusted to reflect the actual quantities required for the Work based on the itemized or unit prices provided in the Bid Schedule, with no allowance for anticipated profit for quantities that are deleted or decreased, and no increase in the unit price, and without regard to the percentage increase or decrease of the estimated quantity and the actual quantity. Rawson Fish Passage Project, Phase 2 INSTRUCTIONS TO BIDDERS 2024-3 Page 8 17. Bidder’s Questionnaire. A completed, signed Bidder’s Questionnaire using the form provided with the Contract Documents and including all required attachments must be submitted within 48 hours following a request by SRA. A bid that does not fully comply with this requirement may be rejected as nonresponsive. A bidder who submits a Bidder’s Questionnaire which is subsequently determined to contain false or misleading information, or material omissions, may be disqualified as non-responsible. 18. For Reference Only. The following documents are provided “For Reference Only,” as defined in Section 3.4 of the General Conditions: Michael Love and Associates. 2021. Summary of Final Design for Replacement of Rawson Creek Culvert Crossing No. 3 on a Tributary to Morrison Creek. 49 pages. END OF INSTRUCTIONS TO BIDDERS Rawson Creek Fish Passage Project, Phase 2 BID PROPOSAL 2024-3 Page 9 Bid Proposal Rawson Creek Fish Passage Project, Phase 2 ______________________________________________________ (“Bidder”) hereby submits this Bid Proposal to the Smith River Alliance (“SRA”) for the above-referenced project (“Project”) in response to the Notice Inviting Bids and in accordance with the Contract Documents referenced in the Notice. 1. Base Bid. Bidder proposes to perform and fully complete the Work for the Project as specified in the Contract Documents, within the time required for full completion of the Work, including all labor, materials, supplies, and equipment and all other direct or indirect costs including, but not limited to, taxes, insurance and all overhead for the following price (“Base Bid”): $_______________________________________________________. 2. Addenda. Bidder agrees that it has confirmed receipt of or access to, and reviewed, all addenda issued for this bid. Bidder waives any claims it might have against the SRA based on its failure to receive, access, or review any addenda for any reason. Bidder specifically acknowledges receipt of the following addenda: Addendum: Date Received: Addendum: Date Received: #01 _____________ #05 _____________ #02 _____________ #06 _____________ #03 _____________ #07 _____________ #04 _____________ #08 _____________ 3. Bidder’s Certifications and Warranties. By signing and submitting this Bid Proposal, Bidder certifies and warrants the following: 3.1 Examination of Contract Documents. Bidder has thoroughly examined the Contract Documents and represents that, to the best of Bidder’s knowledge, there are no errors, omissions, or discrepancies in the Contract Documents. 3.2 Examination of Worksite. Bidder has had the opportunity to examine the Worksite and local conditions at the Project location. 3.3 Bidder Responsibility. Bidder is a responsible bidder, with the necessary ability, capacity, experience, skill, qualifications, workforce, equipment, and resources to perform or cause the Work to be performed in accordance with the Contract Documents and within the Contract Time. 3.4 Responsibility for Bid. Bidder has carefully reviewed this Bid Proposal and is solely responsible for any errors or omissions contained in its completed bid. All statements and information provided in this Bid Proposal and enclosures are true and correct to the best of Bidder’s knowledge. 3.5 Nondiscrimination. In preparing this bid, the Bidder has not engaged in discrimination against any prospective or present employee or Subcontractor on grounds of race, color, ancestry, national origin, ethnicity, religion, sex, sexual orientation, age, disability, or marital status. 4. Award of Contract. By signing and submitting this Bid Proposal, Bidder agrees that if Bidder is awarded the Contract for the Project, within ten days following issuance of the Notice of Award to Bidder, Bidder will do all of the following: Rawson Creek Fish Passage Project, Phase 2 BID PROPOSAL 2024-3 Page 10 4.1 Execute Contract. Enter into the Contract with SRA in accordance with the terms of this Bid Proposal, by signing and submitting to SRA the Contract prepared by SRA using the form included with the Contract Documents; 4.2 Submit Required Bonds. Submit to SRA a payment bond and a performance bond, each for 100% of the Contract Price, using the bond forms provided and in accordance with the requirements of the Contract Documents; and 4.3 Insurance Requirements. Submit to SRA the insurance certificate(s) and endorsement(s) as required by the Contract Documents. 5. Bid Security. As a guarantee that, if awarded the Contract, Bidder will perform its obligations under Section 4 above, Bidder is enclosing bid security in the amount of five percent of its maximum bid amount in one of the following forms (check one): ____ A bid bond, using the Bid Bond form included with the Contract Documents, payable to SRA and executed by a surety licensed to do business in the State of California. ____ A certified check payable to the Smith River Alliance and issued by _______________________________ [Bank name] in the amount of $____________________________. This Bid Proposal is hereby submitted on _________________________, 20__. s/ ___________________________________ ______________________________________ Name and Title ______________________________________ First Signer’s Email Address s/ ___________________________________ ______________________________________ [See Section 3 of Instructions to Bidders] Name and Title ______________________________________ Second Signer’s Email Address _____________________________________ ______________________________________ Company Name License #, Expiration Date, and Classification _____________________________________ ______________________________________ Address DIR Registration # _____________________________________ ______________________________________ City, State, Zip Phone _____________________________________ ______________________________________ Contact Name Contact Email END OF BID PROPOSAL Rawson Creek Fish Passage Project, Phase 2 BID SCHEDULE 2024-3 Page 11 Bid Schedule This Bid Schedule must be completed in ink and included with the sealed Bid Proposal. Pricing must be provided for each Bid Item as indicated. Items marked “(SW)” are Specialty Work that must be performed by a qualified Subcontractor. The lump sum or unit cost for each item must be inclusive of all costs, whether direct or indirect, including profit and overhead. The sum of all amounts entered in the “Extended Total Amount” column must be identical to the Base Bid price entered in Section 1 of the Bid Proposal form. AL = Allowance CF = Cubic Feet CY = Cubic Yard EA = Each LB = Pounds LF = Linear Foot LS = Lump Sum SF = Square Feet TON = Ton (2000 lbs) BID ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT COST EXTENDED TOTAL AMOUNT 1 Mobilization/Demobilization and General LS 1 $ $ 2 Clearing, Grubbing and Tree Removal LS 1 $ $ 3 Water Management, Dust Control and Environmental Protections LS 1 $ $ 4 General Excavation LS 1 $ $ 5 Aluminum Box Culvert LS 1 $ $ 6 Structural Backfill LS 1 $ $ 7 Road Embankment Fill Placement LS 1 $ $ 8 Root Wad Bank Protection LS 1 $ $ 9 RSP LS 1 $ $ 10 Streambed Material LS 1 $ $ 11 Gravel Road Surfacing LS 1 $ $ 12 Compaction Testing LS 1 $ $ 13 Site Stabilization LS 1 $ $ 14 $ $ 15 $ $ 16 $ $ 17 $ $ TOTAL BASE BID: Items 1 through _____ inclusive: $_____________________________________ Note: The amount entered as the “Total Base Bid” should be identical to the Base Bid amount entered in Section 1 of the Bid Proposal form. BIDDER NAME: ________________________________________________________________ END OF BID SCHEDULE Rawson Creek Fish Passage Project, Phase 2 BID BOND 2024-3 Page 12 Bid Bond ________________________________________________________ (“Bidder”) has submitted a bid, dated ___________________________, 20______ (“Bid”), to the Smith River Alliance (“SRA”) for work on the Rawson Creek Fish Passage Project, Phase 2 (“Project”). Under this duly executed bid bond (“Bid Bond”), Bidder as Principal and ______________________________, its surety (“Surety”), are bound to SRA as obligee in the penal sum of five percent of the maximum amount of the Bid, including additive alternatives if applicable, as set forth on the Bid Proposal form submitted to the SRA (the “Bond Sum”). Bidder and Surety bind themselves and their respective heirs, executors, administrators, successors and assigns, jointly and severally, as follows: 1. General. If Bidder is awarded the Contract for the Project, Bidder will enter into the Contract with SRA in accordance with the terms of the Bid. 2. Submittals. Within ten days following issuance of the Notice of Award to Bidder, Bidder must submit to SRA the following: 2.1 Contract. The executed Contract, using the form provided by SRA in the Project contract documents (“Contract Documents”); 2.2 Payment Bond. A payment bond for 100% of the maximum Contract Price, executed by a surety licensed to do business in the State of California using the Payment Bond form included with the Contract Documents; 2.3 Performance Bond. A performance bond for 100% of the maximum Contract Price, executed by a surety licensed to do business in the State of California using the Performance Bond form included with the Contract Documents; and 2.4 Insurance. The insurance certificate(s) and endorsement(s) required by the Contract Documents, and any other documents required by the Instructions to Bidders or Notice of Award. 3. Enforcement. If Bidder fails to execute the Contract and to submit the bonds and insurance certificates as required by the Contract Documents, Surety guarantees that Bidder forfeits the Bond Sum to SRA. Any notice to Surety may be given in the manner specified in the Contract and delivered or transmitted to Surety as follows: Attn: _____________________________________________________ Address: _________________________________________________ SRA/State/Zip: _____________________________________________ Phone: ___________________________________________________ Fax: _____________________________________________________ Email: ____________________________________________________ 4. Duration and Waiver. If Bidder fulfills its obligations under Section 2, above, then this obligation will be null and void; otherwise, it will remain in full force and effect for 60 days following the bid opening or until this Bid Bond is returned to Bidder, whichever occurs first. Surety waives the provisions of Civil Code §§ 2819 and 2845. [Signatures are on the following page.] Rawson Creek Fish Passage Project, Phase 2 BID BOND 2024-3 Page 13 This Bid Bond is entered into and effective on ___________________, 20_____. SURETY: ___________________________________ Business Name s/__________________________________ ______________________________ Date ___________________________________ Name, Title (Attach Acknowledgment with Notary Seal and Power of Attorney) BIDDER: ___________________________________ Business Name s/__________________________________ ______________________________ Date ___________________________________ Name, Title END OF BID BOND

110 Anchor Way, Crescent City, CA 95531Location

Address: 110 Anchor Way, Crescent City, CA 95531

Country : United StatesState : California

You may also like

SR112, E Fork Whiskey Creek - Remove Fish Barriers

Due: 07 Aug, 2024 (in 3 months)Agency: Washington Department of Transportation

Walsh RFP for WSDOT I-90 & SR 900 Fish Passage

Due: 31 Jul, 2024 (in 2 months)Agency: Walsh Construction Company II, LLC

McDonald Creek Irrigation and Fish Passage Improvement Project

Due: 07 May, 2024 (in 3 days)Agency: Clallam County

Please Sign In to see more like these.

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