Torrance Daily Breeze, DB 8-48 NOTICE CALLING FOR BIDS PROJECT DESCRIPTION: Bid #2016-5 / Sand Volleyball Courts Project DATE/TIME FOR SUBMITTAL OF BID PROPOSALS: 2:00 P.M., October 6, 2016 BID AND CONTRACT DOCUMENTS AVAILABLE August 23, 2016 AT: AMERICAN REPROGRAPHICS COMPANY (ARC) 934 WEST VENICE BLVD. LOS ANGELES, CA 90015 TELEPHONE 213.745.3145 FAX 213.745.3160 HOURS: M-F 7:00 5:00 www.e-arc.com PLACE FOR SUBMITTAL OF BID PROPOSALS: EL CAMINO COMMUNITY COLLEGE PURCHASING DIVISION 16007 CRENSHAW BLVD, TORRANCE, CA. 90506 BOOKSTORE BUILDING, 2ND FLOOR, NORTH ENTRANCE PROJECT PHASE INQUIRIES: Mr. Hanson Yu PROJECT MANAGER Lend Lease Construction, Inc. 16007 Crenshaw Blvd. C/O Facilities Planning & Services Torrance, CA 90506 PHONE: 310.660.3593x7505 FAX: 310.660.6504 hanson.yu@lendlease.com Mr. Robert Bradshaw ECC Construction Oversight rbradshaw@elcamino.edu NOTICE IS HEREBY GIVEN that the El Camino Community College District (District), acting by and through its Board of Trustees, will receive up to, but not later than the above-stated date and time, sealed Bid Proposals for the Contract for the Work generally described as: Bid #2016-5 / Sand Volleyball Courts Project. 1. Submittal of Bid Proposals. All Bid Proposals must be submitted on forms furnished by the District prior to the last time for submission of Bid Proposals and the District's public opening and reading of Bid Proposals. 2. Bid and Contract Documents. The Bid and Contract Documents are available to the bidder for a fee at the location stated above, or, on-line at www.e-arc.com/ca/losangeles/westvenice. To order documents on-line, access the American Reprographics Company (ARC) website, select and click Enter Planroom, select and click Public Planroom, and select on the Project titled ECC Sand Volleyball Courts Project. A complete and full set of Bid and Contract Documents must be initially ordered and purchased by the contractor through American Reprographics (ARC). After at least one (1) complete Bid and Contract Documents are ordered, subsequent items may be ordered by Bidders on a piecemeal basis at the Bidder's expense and cost. 3. Documents Accompanying Bid Proposal. Each Bid Proposal shall be accompanied by: (a) the required Bid Security; (b) Subcontractors List; (c) Statement of Qualifications; (d) Non-Collusion Affidavit; (e) copy of Bidder's Injury Illness Prevention Program ("IIPP") Title Page & Table of Contents; (f) Suspension and Debarment Certification; (g) DIR Registration Verification Form. All information or responses of a Bidder in its Bid Proposal and other documents accompanying the Bid Proposal shall be complete, accurate and true; incomplete, inaccurate or untrue responses or information provided therein by a Bidder shall be grounds for the District to reject such Bidder's Bid Proposal for non-responsiveness. 4. Labor Code and Department of Industrial Relations (DIR) Requirements. If the Work is a "public project" as that term is used and defined in the Labor Code, the Contractor shall, without adjustment of the Contract Price or the Contract Time comply with all Labor Code requirements applicable to the Work, including without limitation: prevailing wage rate payments, Certified Payroll Records preparation and submittal, limitations on hours/days of work and apprenticeship requirements. The Contractor and all Subcontractors shall pay not less than the applicable prevailing wage rate for the classification of labor provided by their respective workers to execute the Work. Copies of the prevailing wage rates in the locality where the Work is to be performed, entitled PREVAILING WAGE SCALE are available to any interested party on the INTERNET at http:// www.dir.ca.gov/dlsr/statistics_research.html. In addition to compliance with prevailing wage requirements, the successful Bidder shall comply with all other applicable provisions of the Labor Code, the California Code of Regulations and rulings or determinations of the California Department of Industrial Relations. 4.1 Contractor Registration. At all times during the Work, the Contractor and all Subcontractors must be Department of Industrial Relations ("DIR") registered contractors. Concurrently with delivery of the Bid Proposal, the Contractor must also deliver to the District the completed and executed form of Verification of Contractor and Subcontractors' DIR Registration incorporated into the Contract Documents. 5. Contractors' License Classification. Bidders must possess the following classification(s) of California Contractors License at the time that the Bid Proposal is submitted and at time the Contract for the Work is awarded: Select Classification. The Bid Proposal of a Bidder who does not possess a valid and in good standing Contractors' License in the classification(s) set forth above will be rejected for non-responsiveness. Any Bidder not duly and properly licensed is subject to all penalties imposed by law. No payment shall be made for the Work unless and until the Registrar of Contractors verifies to the District that the Bidder awarded the Contract is properly and duly licensed for the Work. Bid Package No. 2016-5 Bid Package Description Sand Volleyball Courts Project Estimated Construction Value Required Classification of California Contractors' License B $475K 6. Contract Time. Substantial Completion of the Work shall be achieved within the time set forth in Contract Documents after the date for commencement of the Work established in the Notice to Proceed issued by the District. Failure to achieve Substantial Completion within the Contract Time will result in the assessment of Liquidated Damages as set forth in the Contract. 7. Bid Security. Each Bid Proposal shall be accompanied by Bid Security in an amount equal to TEN PERCENT (10%) of the maximum amount of the Bid Proposal, inclusive of any additive Alternate Bid Item(s). Failure of any Bid Proposal to be accompanied by Bid Security in the form and in the amount required shall render such Bid Proposal to be non-responsive and rejected by the District. 8. Owner Controlled Insurance Program ("OCIP"). The District has implemented an OCIP in connection with all of the Work. Subject to meeting underwriter and other requirements of the OCIP, the OCIP provides insurance coverage to the Contractor and its Subcontractors for General Comprehensive Liability, Excess Liability, Contractor's Pollution Liability, Workers Compensation/Employers Liability and Builders Risk while performing Work at the Site. Bidders are referred to provisions of the Contract Documents for: (i) specific coverages afforded under the OCIP; and (ii) insurance coverages which the successful Bidder and its Subcontractors, at their respective costs, will be required to obtain and maintain for the duration of the Work. 9. Payment Bond; Performance Bond. Prior to commencement of the Work, the Bidder awarded the Contract shall deliver to the District a Payment Bond and a Performance Bond issued by a California Admitted Surety in the form and content included in the Contract Documents each of which shall be in a penal sum equal to One Hundred Percent (100%) of the Contract Price. 10. No Withdrawal of Bid Proposals. Bid Proposals shall not be withdrawn by any Bidder for a period of ninety (90) days after the opening of Bid Proposals. During this time, all Bidders shall guarantee prices quoted in their respective Bid Proposals. 11. Job-Walk. The District will conduct one (1) Mandatory Pre-Bid Conference/Job Walk(s) that will be conducted on August 25, 2016 at 9:00AM promptly. The Bid Proposal submitted by a Bidder whose knowledgeable authorized representative(s) did not attend the entirety of one of the scheduled Mandatory Pre-Bid Conference/Job Walks will be rejected by the District as being non-responsive. Please meet at the Stadium Conference Room, Bookstore Building, South West Corner, 2nd Floor, on the El Camino Community College Campus located at 3400 West Manhattan Beach Blvd., Torrance, CA 90506. Please use stairs at the South West entrance, East of the Central Plant, which is South of Parking Lot "C". Contractor's participating in the Pre-Bid Conferences and Job-Walks are to park in parking Lot F North, upper level. Lot F is located just west of the Maintenance/Facilities Building. Web address for Campus Map is: http://www.elcamino.edu/about/ docs/map.pdf Details and requirements for attendance at the Job Walk are set forth in Document 00 25 13 (Pre-Bid Meeting and Job Walk). 12. Pre-Bid Inquiries. Bidders may submit pre-bid inquiries or clarification requests. Bidders are solely and exclusively responsible for submitting such inquiries or clarification requests prior to the mandatory pre-bid conference/job walk as scheduled above in section #11. The District will not respond to any bidder inquiries or clarification requests, unless such inquiries or clarification requests are submitted timely to the District's Buyer, Rick Yatman, C.P.M., A.P.P., at ryatman@elcamino.edu. 13. Waiver of Irregularities. The District reserves the right to reject any or all Bid Proposals or to waive any irregularities or informalities in any Bid Proposal or in the bidding. 14. Award of Contract. The Contract for the Work, if awarded, will be by action of the District's Board of Trustees to the responsible Bidder submitting the lowest priced responsive Bid Proposal. If the Bid Proposal requires Bidders to propose prices for Alternate Bid Items, the District's selection of Alternate Bid Items, if any, for determination of the lowest priced Bid Proposal and for inclusion in the scope of the Contract to be awarded shall be in accordance with the Instructions for Bidders. /s/ El Camino Community College District By: Rocky Bonura, Director of Business Services Published: August 16, 23, 2016
↧