Notice to Bidders Page 1 of 5

Similar documents
ADDENDUM NUMBER 02 TO THE BID DOCUMENTS. BID NUMBER: SJCC Parking Garage LED Lighting Retrofit EVERGREEN VALLEY COLLEGE

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Wayne County Community College District District Office Building 801 W. Fort Street Fourth Floor Purchasing Conference Room Detroit, MI 48226

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES

CITY OF EL CENTRO. Community Services Department, Economic Development Division

Request for Qualifications for Selected San Francisco Public Utilities Commission Construction Projects

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

Request for Qualifications Construction Manager

MICHAEL N. FEUER CITY ATTORNEY REPORT RE:

REQUEST FOR PROPOSALS

All proposals must be received by August 30, 2016 at 2:00 PM EST

BIDS MAY BE SUBMITTED BY OR TIME RECORDED MAIL DELIVERY (UPS, FEDEX)

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

Addendum No.3 to ITB Wakulla County Fire and EMS Station Issued: November 1, 2017

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT #513 Bid # PR Purchasing Department 815 North Orlando Smith Road Oglesby, Illinois 61348

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

The City of Oxnard invites qualified consulting firms or individuals to submit qualifications for On-Call Permit Processing Services.

Request for Qualifications No. RFQ Pay Card for Payroll Services. for. Seattle Public Schools. Submittal Deadline: Date: April 6, 2018

REQUEST FOR PROPOSAL GRANT WRITING, ADMINISTRATION, AND IMPLEMENTATION OF HOUSING PROGRAMS

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

City of Malibu Request for Proposal

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BID

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

RESOLUTION NUMBER 2877

COUNTY OF LOS ANGELES

Ogden City Request for Proposals to Provide Market Study and Site Assessment Services

CITY OF INGLEWOOD Residential Sound Insulation Program

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

Chabot-Las Positas Community College District

MEETING AGENDA. Meeting Time: 9:30 AM Project Name: Chicago Park District Group A

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Request for Proposal: Alton Middle School NETWORK CABLING

Multi-Purpose Paper Bid No. PR10-B14

BIDS. (Pages LBPP-1 through LBPP-5)

CITY AND COUNTY OF SAN FRANCISCO DEPARTMENT OF ELECTIONS

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

Automated Airport Parking Project

PROCUREMENT AND PROPERTY SERVICES P. O. Box NACOGDOCHES, TX REQUEST FOR PROPOSAL RFP NUMBER REALTOR-2016

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

OUTAGAMIE COUNTY REGIONAL AIRPORT REQUEST FOR PROPOSAL FOR MULTI POSITION CUPPING SNOW PLOW. DUE BY: March 16, 2015

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

REQUEST FOR PROPOSALS. For. Rental Assistance Demonstration (RAD) Consulting. For HOUSING AUTHORITY OF THE CITY OF SAN BUENAVENTURA, CALIFORNIA

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

PROPOSAL SUBMITTALS: Responses to the Request for Proposal (RFP) are to be submitted to:

COMPRESSED NATURAL GAS UTILITY TRUCK BODIES

RFP No.1-17-C033 Hydrant Fueling Cathodic Protection Phase I March 30, :00 PM

Handling Bids and Bid Protests

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

NOTICE OF REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

ISABELLA COUNTY REQUEST FOR PROPOSALS COMMISSION ON AGING CATV AND HEADEND EQUIPMENT

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

COUNTY OF LOS ANGELES

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

SCHOOL BOARD ACTION REPORT

Request for Proposals (RFP) to Provide Auditing Services

FISCAL & COMPLIANCE AUDITS

MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) Bike Share for Mississippi State University

1 INTERNAL AUDIT SERVICES RFP

REQUEST FOR PROPOSAL: RFP No Asphalt Repair Services

TOWN OF FALMOUTH REQUEST FOR QUALIFICATIONS FOR ENGINEER CONSULTANT SERVICES. to the. Falmouth Public School Boiler Projects

REQUEST FOR PROPOSALS. General Contractor/ Construction Manager (GC/CM) Services

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

Request for Qualifications No. RFQ Professional Services Consultants. for. High School Professional Development. for. Seattle Public Schools

Request for Qualifications/Proposals Alameda County Redevelopment Agency Economic Development Strategic Plan

Chabot-Las Positas Community College District

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

STATE UNIVERSITY CONSTRUCTION FUND P R O G R A M D I R E C T I V E S

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

COUNTY OF LOS ANGELES

Oregon Strawberry Commission. Request for Proposals. Website Redesign

RFP - PW FDR. ADVERTISEMENT for FUEL DISPENSER REPLACEMENTS

GUIDELINES FOR THE IMPERIAL COUNTY COMMUNITY BENEFIT PROGRAM

SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT REQUEST FOR QUALIFICATIONS & PROPOSAL G CONTRACTOR OUTREACH CONSULTING SERVICES

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SIDEWALK INSTALLATION

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

Design Build Services Lake Shawnee Junior Pond Improvements

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

RFP #WS NEWSMI IMPROVEMENTS

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by:

REQUEST FOR QUALIFICATIONS CONSULTING ENGINEERING SERVICES LLANO COUNTY

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

Request for Proposals. For RFP # 2011-OOC-KDA-00

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

City of Mount Rainier

Solicitation Information WATER MAIN TUCKERTOWN STATION. Water Main Project, Tuckertown Station. Water Main Project, Tuckertown Station on

STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION REQUEST FOR QUALIFICATIONS NOTICE NUMBER 03A2139

REQUEST FOR PROPOSALS FOR REALTOR SERVICES RELATED TO MARKETING & SALE OF SUCCESSOR AGENCY-OWNED REAL PROPERTIES RFP # SA

Transcription:

Page 1 of 5 -WELL ANODES ON THE PACHECO CONDUIT PROJECT Project No. 91214010 Contract No. C0623 1. Notice. Notice is hereby given that sealed Proposals will be accepted by the Construction Program of the Santa Clara Valley Water District, Room B108, of the District s Administration Building, 5750 Almaden Expressway, San Jose, California 95118 up to 2 p.m. on Wednesday, May 10, 2017, for furnishing all material and performing all work necessary for the Installation of Cathodic Protection Rectifiers and Deep-Well Anodes on the Pacheco Conduit, in Santa Clara County, California. 2. California State Department of Industrial Relations Contractor and Sub Contractor Registration Requirements. (See Article 3.05 and 6.04 for the full text.) California Labor Code section 1771.1 requires: 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, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the California Labor Code. An inadvertent error in listing a subcontractor who is not registered pursuant to Section 1725.5 in a bid proposal shall not be grounds for filing a bid protest or grounds for considering the bid nonresponsive, provided that any of the following apply: (1) The subcontractor is registered prior to the bid opening. (2) Within 24 hours after the bid opening, the subcontractor is registered and has paid the penalty registration fee. (3) The subcontractor is replaced by another registered subcontractor pursuant to Section 4107 of the Public Contract Code. 3. Summary of Work A. Project Description. The project scope includes the following: This project is to implement cathodic protection on the Pacheco Conduit section of the San Felipe pipeline. The work will consist of installing four (4) cathodic protection impressed current facilities at four separate sites. Construction at two sites will require installing a cathodic protection rectifier and deep-well anode with associated connections to power and pipeline. Construction at two other sites will require the installation of a deep-well anode and associated connections to a pipeline terminating the wiring for a future installation of rectifier. The work to be completed under this Contract shall consist of furnishing all tools, equipment, materials, supplies, manufactured articles and furnishing all labor, transportation and services, including fuel, power, water, and essential communications, and performing all work, or other operations required to C0623-03202017 1 of 23

Page 2 of 5 construct the two functioning cathodic protection sites and two sites ready for the addition of rectifiers. B. Sole Source Products. Not Used 4. Contract Time. Time limit for the completion of the work is 120 calendar days. A. Milestone #1 (Project Compeltion) All work required to complete the Project. The Contractor shall complete Milestone #1 work within 120 calendar days after the Notice to Begin Work. 5. Liquidated Damages. See Special Provisions Article 11.07 of the contract documents for requirements regarding Liquidated Damages. 6. Estimated Cost. The estimated cost of the Project is between $250,000-$400,000. This estimate is intended to serve merely as an indication of the magnitude of the work. Neither the Bidder(s) nor the Contractor will be entitled to pursue a claim or be compensated due to variance in the stated estimated cost range. A. Additive/Deductive Bid Items. Not used. B. Supplemental Bid Items. Not used. 7. Contractor s License Requirement. The Bidder must possess an a Class A Contractor s license when the Bid is submitted. The Bidder must also have 5 year s experience installing cathodic protection impressed current systems. Class A contractors that do not have 5 year s experience installing cathodic protection impressed current systems are not eligible to submit a Bid. The contractors installing the cathodic protection deep-well anode, rectifiers and associated wiring shall collectively possess Class A, C-10, and C-57 contractor licenses. Each contractor is required to have a minimum of 5 years experience installing cathodic protection impressed current systems. Qualifications and experience of the subcontractor installing the cathodic protection impressed current system shall be submitted in accordance with Article 19.01 and shall be subject to final approval by the Engineer. 8. Pre-Bid Conference and Site Showing. A pre-bid conference/site tour will be conducted by the District on April 25, 2017. The conference will convene at 9:00 a.m. in the Pacheco Conduit Bifurcation Sectionalizing Valve Vault Yard located on the west side of Casa De Fruta Parkway, across from Case De Fruta at 10021 Pacheco Pass Highway, Hollister, California 95023. The pre-bid conference will begin with a District presentation on the Small Business Outreach Program. A Bid submitted by any Bidder not represented at a mandatory pre-bid conference/site tour will be considered nonresponsive. Attendance at the pre-bid by subcontractors is not required. C0623-03202017 2 of 23

Page 3 of 5 Attendance by the Bidder at the pre-bid conference/site visit is: Mandatory Optional A guided tour of sleeted sites will be conducted following the pre-bid conference. Access and terrain will be a major factor in the execution of this work. The objective of the site tour is to familiarize prospective Bidders with the various site, terrain and access contraints; no additional site visits will be allowed. Four-wheel-drive, off road capable, vehicles are highly recommended. Directions and instructions for the guided site tour will be provided at the pre-bid conference. Please confirm your intent to attend the pre-bid meeting and site visit 24 hours in advance by sending e-mail to scvwdplanroom@valleywater.org. Reasonable efforts will be made to accommodate persons with disabilities wishing to attend the pre-bid meeting/site visit. Please request accommodations when confirming attendance. 9. Availability of Bid Documents. Contract Documents, including Drawings and Specifications, are available in both paper and electronic (pdf) formats. Paper copies may be purchased for the nonrefundable price of $30. Provide FedEx account number or add $10 per set for packaging and postage. Electronic version is free, transferred via file transfer appliance (FTA) site. To order Contract documents: To pick up Contract documents in person: Request Form and information available online. Website: http://www.valleywater.org/programs/construction.aspx Email: scvwdplanroom@valleywater.org FAX: (408) 979-5631 Phone: (408) 630-3088 Santa Clara Valley Water District 5700 Almaden Expressway San Jose, CA 95118 Business Hours: 8 a.m. 5 p.m. 10. Inquiries. The Bidder must submit all requests for clarification, or interpretation of the Bid Documents in accordance with the requirements stated in Article 3.04 of the Standard Provisions. Written questions must be directed to the project manager and submitted at least ten (10) calendar days before the deadline for receipt of Bids. The District may issue written Addenda as appropriate for clarification or other purposes during the bidding period. Addendum notification(s) will be sent to each planholder at the email address provided by the contractor for the planholders list and addenda will be posted on the District s website at www.valleywater.org/programs/construction.aspx. A. Project Manager. The District s project manager for this project is Art Partridge and can be reached via e-mail at apartridge@valleywater.org or at (408) 630-2549. C0623-03202017 3 of 23

Page 4 of 5 B. Process Questions. For questions regarding the advertisement process, contact the District Plan Room at (408) 630-3088, or scvwdplanroom@valleywater.org. 11. Prevailing Wage Requirements. A. Workers employed on this Project must be paid at rates at least equal to the prevailing wage rates as determined by the State of California Department of Industrial Relations pursuant to 1770 of the Labor Code. Said wage rates are incorporated herein by reference and may be inspected upon request. The rates are also available on the State of California Department of Industrial Relations website at http://www.dir.ca.gov/. See Standard Provisions Articles 6.04 through 6.06 for related requirements. B. This Project is subject to compliance monitoring and enforcement by the State of California Department of Industrial Relations. The Contractor and subcontractors must furnish the records specified in Section 1776 directly to the Labor Commissioner, in the following manner: monthly, in a format prescribed by the Labor Commissioner. 12. Bid Proposal Submittal. All Proposals must be submitted in sealed envelopes addressed to Construction Program of the Santa Clara Valley Water District, and state the Project name and Project number on the outside of the sealed envelope. Each Bid must be submitted on the prescribed Bid Forms. All information on Bid Forms must be completed in ink. A. Alternate Delivery for Bid Submittal. Bidders electing to submit a Proposal by FEDEX, UPS, DHL, CA Overnight, Golden State Overnight, etc., must address the submittal in accordance with instructions stated in Paragraph 12 above. Any Proposal received after 2 p.m. will be considered non-responsive. Address the outside delivery envelope as follows: Santa Clara Valley Water District Attention: Construction Program BID 5905 Winfield Boulevard San Jose, CA 95123-2428 Note: USPS (US Mail) does not deliver to 5905 Winfield Boulevard. 13. Bid Opening. The Construction Program staff will open Proposals at the time and place stated in Paragraph 1 above. 14. Errors or Discrepancies in the Bids. The District Board of Directors reserves the right to reject any and all Bid Proposals and to waive minor defects or irregularities in any submitted Bid Form(s). C0623-03202017 4 of 23

Page 5of 5 15. Bidders Security. Each Proposal must be accompanied by cash, a certified or cashier's check, or a Bidder's bond in the sum of not less than 10 percent of the total aggregate of the Proposal including all additive Bid items. Said checks or bonds must be made payable to the Santa Clara Valley Water District. 16. Contract Retention. D The Contract Retention for this Project is established at five percent of the Contract Price. The Contract Retention for this Project is established at ten percent of the Contract Price. The Board of Directors has made a finding that the Project is substantially complex and therefore requires retention higher than five percent. 17. Substitution of Securities. The Contractor may, at the Contractor's request and expense substitute securities equivalent to the amount withheld by District to ensure the performance of the contract in accordance with 22300 of the Public Contract Code. 18. Small Business Preference. The District has elected to implement the small business preference provisions of Public Contract Code 2002( a)( 1 ). For purposes of the District's program, a small or micro business is as defined in Government Code 14837. Please refer to the small business compliance requirements stated in the Small Business Instructions included with these Bid documents. 19. Equal Opportunity. The District is an equal opportunity employer and all contractors of District projects are to have and follow a policy of equal opportunity including adherence to all state and federal laws and regulations, including the Federal Equal Opportunity Clause. By order of the Board of Directors of the Santa Clara Valley Water District, San Jose, California, on April 11, 2017. ATTEST: MICHELE L. KING, CMC j ') Clerk/Board of Directors / C0623-04112017 5 of 23