All Labor and Materials to Repair the Sidewalk and Jetty at Marina Park

Agency: City of Ventura
State: California
Level of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD17053330535404931
Posted Date: Mar 25, 2024
Due Date: Apr 22, 2024
Solicitation No: B-130000765
Source: Members Only
Bid Number: B-130000765
Bid Title: All Labor and Materials to Repair the Sidewalk and Jetty at Marina Park
Category: Contractor/Construction (Maintenance type efforts ONLY)
Status: Open

Description:

Notice is hereby given that sealed bids will be received at the Purchasing and Contracts Division for All Labor and Materials to Repair the Sidewalk and Jetty at Marina Park in accordance with this Invitation to Bid.

Closing Time and Date

One (1) hard copy bearing signatures delivered in a SEALED envelope titled “ITB No. B-130000765” and one (1) PDF electronic copy sent via email to the Purchasing Representative must be submitted prior to:

Monday April 22, 2024, at 4:00 PM

Sealed bids shall be delivered by courier, express mail, or in person to:

Purchasing and Contracts Division

City of San Buenaventura

501 Poli Street, Room 102

Ventura, CA 93001

Publication Date/Time:
3/25/2024 12:00 AM
Closing Date/Time:
4/22/2024 4:00 AM
Pre-bid Meeting:
04/04/2024 10:00AM
Contact Person:
Patricia Zavala, Senior Buyer
pzavala@cityofventura.ca.gov
Business Hours:
8:00 AM- 5:00 PM
Qualifications:
General Engineering License
Related Documents:

Attachment Preview

City of San Buenaventura
Invitation to Bid (ITB) No. B-130000765
Monday March 25, 2024
Notice is hereby given that sealed bids will be received at the Purchasing and Contracts Division for All
Labor and Materials to Repair the Sidewalk and Jetty at Marina Park in accordance with this Invitation
to Bid.
Closing Time and Date
One (1) hard copy bearing signatures delivered in a SEALED envelope titled “ITB No. B-130000765” and
one (1) PDF electronic copy sent via email to the Purchasing Representative must be submitted prior to:
Monday April 22, 2024, at 4:00 PM
Sealed bids shall be delivered by courier, express mail, or in person to:
Purchasing and Contracts Division
City of San Buenaventura
501 Poli Street, Room 102
Ventura, CA 93001
INSTRUCTION TO BIDDERS
ITB No. B-130000765 All Labor and Materials to Repair the Sidewalk and Jetty at Marina Park
SCOPE:
The City of Ventura is soliciting bids for: All Labor and Materials to Repair the Sidewalk and Jetty at
Marina Park.
Mandatory Pre-Bid Meeting and Job Walk:
A mandatory pre-bid meeting will be held at the Marina Park at 2950 Pierpont Blvd., Ventura, CA 93001 on
Thursday April 4, 2024, at 10:00AM PST. Attendance of this pre-bid walk-through is mandatory to submit a Bid.
Contractors must participate in the walk-through inspection and familiarize themselves with any conditions that
may affect performance and proposal prices. Bids submitted on which the walk-through meeting has not been
attended will be considered non-responsive and rejected. Please RSVP by emailing
pzavala@cityofventura.ca.gov no later than Wednesday April 3, 2024.
AWARD CRITERIA:
Lowest Responsive and Responsible Bidder: The bidder who fully complies with all the bid requirements and
whose past performance, reputation, and financial capability is deemed acceptable, and who has offered the most
advantageous pricing or cost benefit, based on the criteria stipulated in this bid package.
QUESTION AND ANSWER PERIOD
All questions regarding this Invitation to Bid (ITB) shall be submitted via email to Patricia Zavala, Senior Buyer, in
the Purchasing and Contracts Division at pzavala@cityofventura.ca.gov PRIOR to Monday April 8, 2024, at 3:00
PM. Any questions submitted after the deadline shall be rejected. Any response will be in the form of an
addendum.
REQUIRED DOCUMENTATION:
The following pages must be completed in their entirety and returned with your bid for consideration:
Time and Materials Bid Sheet
References
Bidder’s Statement of Subcontractors
Bidder’s Statement of Past Contract Disqualifications
Bid Authorization Sheet
Attachment “A” City of Ventura Terms and Conditions for Supplies and Non-Professional
Services.
Attachment “B” Small Local Business Certification (if applicable)
Attachment “D” Certificate of Prevailing Wage Compliance
Bidder shall certify they have reviewed any and all addendum by including a signed copy of the
addenda with the bid.
The following is required upon successful award of bid:
Form W9
Insurance meeting requirements in Attachment “C”
City of Ventura Business License
COMMUNICATION WITH CITY STAFF:
Any communication with City staff, except for the Purchasing and Contracts Division, regarding this is prohibited.
Disregard of this provision could result in rejection of the proposal.
No oral, telegraphic, electronic, facsimile, or telephonic proposals or modifications will be considered.
Bids received after the scheduled submittal deadline will not be accepted. Bids postmarked prior to submittal
deadline, but received after the deadline, will not be accepted.
Copies of the bid package and subsequent addenda may be obtained at www.cityofventura.ca.gov/bids.
The City shall be the sole judge of the successful bidder hereunder. The City reserves the right
to reject any or all bids.
CITY OF SAN BUENAVENTURA
GENERAL PROVISIONS FOR STANDARD FORM CONTRACTS
Please Read Carefully
These provisions are part of your Bid/Proposal/Quotation and any resultant Contract
Definitions:
A. “Bidder” or “Contractor” is any individual, partnership, or corporation that submits a bid, proposal, or quotation.
B. “Bid,” “Proposal,” or “Quotation” shall hereafter be referred to as “Bid.”
C. “Assistant Finance Director” shall mean the Assistant Finance Director or designee.
The Bidder agrees that:
A. Bidder has carefully examined the specifications, and all provisions relating to the item(s) to be furnished or the work to be done;
B. Bidder understands the meaning, intent, and requirements of the items to be furnished or work to be done; and,
C. Bidder will enter into a written contract and furnish the item(s) or complete the work required in the time specified, in strict
conformity with the specifications of the City of San Buenaventura (“City”) for the prices quoted.
1. Prices:
All prices and notations must be in ink or typewritten. Mistakes may be crossed out and corrections typed or written in with ink adjacent
to the error. The person signing the bid must initial corrections in ink.
Bids shall indicate the unit price extended to show the total price for each item bid. Any difference between the unit price extended and the
total price shown for all items bid shall be resolved in favor of the unit prices.
2. Bidder’s Security: NOT REQUIRED FOR ITB NO. B-130000765
A bid deposit in an amount equal to at least 10% of the bid may be required as a bid security by the City. The bid security may only be in
cash, a cashier’s check, a certified check made payable to the City, or a bid bond. If the bid security is a bond, it shall be executed by an
insurer authorized to issue surety bonds in the State of California. The bid security must be executed by the Bidder and enclosed with the
bid in the sealed bid envelope.
3. Faithful Performance Bond: NOT REQUIRED FOR ITB NO. B-130000765
If required, the Bidder will furnish the City with a surety bond conditioned upon the faithful performance of the contract. This may take
the form of a bond executed by a surety company authorized to do business in the State of California and approved by the City, an endorsed
Certificate of Deposit, or a money order or a certified check drawn on a solvent bank. The bond shall be in a sum equal to one hundred
percent (100%) of the amount of the contract price. Such bond or deposit shall be forfeited to the City in the event that bidder receiving the
contract shall fail or refuse to fulfill the requirements and all terms and conditions of the contract.
4. Items Offered:
If the item offered has a trade name, brand, and/or catalog number, such shall be stated in the bid. If the Bidder proposes to furnish an item
of a manufacturer or bidder other than that mentioned on the face hereof, Bidder must specify maker, brand, quality, catalog number, or
other trade designation. Unless such is noted on the bid form, it will be deemed that the item offered is that designated even though the bid
may state “or equal.”
5. Brand Names:
Whenever reference to a specific brand name is made, it is intended to describe a component that has been determined to best meet
operational, performance, or reliability standards of the City, thereby incorporating these standards by reference within the specifications.
These specifications are not meant to limit the Bidder. They are guidelines to minimum qualifications. The Bidder shall indicate their
compliance or non-compliance for each line of the specification. Any deviations from the specifications, or where submitted literature does
not fully support the meaning of the specifications, must be clearly cited in writing by the Bidder.
An equivalent (“or equal”) may be offered by the Bidder, subject to evaluation and acceptance by the City. It is the Bidder’s responsibility
to provide, at Bidder’s expense, samples, test data, or other documentation the City may require to fully evaluate and determine acceptability
of an offered substitute. The City reserves the right to reject a substituted component that will not meet or exceed City specifications.
6. Samples:
Samples may be required for bid evaluation and testing purposes. Bidders agree to provide samples within forty-eight (48) hours upon
request and at no additional cost to the City.
7. Verification of Quotations:
Prices must be verified prior to bid submittal, as withdrawal or correction may not be permitted after the bid has been opened.
8. Firm Prices:
Prices on bid shall be firm prices not subject to escalation. In the event the specifications provide for escalation, the maximum limit shall
be shown, or the bid shall not be considered. In the event of a decline in market price below a price bid, the City shall receive the benefit
of such decline.
9. Alternative Bids:
To be responsive, Bidder must submit a bid that meets all specific bid requirements. Once Bidder has proposed a product which is
responsive to the specification, Bidder may include with the bid any additional bids or alternative products that Bidder believes can meet
or exceed the City’s requirements and that may offer additional advantages, benefits, or cost savings. The City reserves the right to evaluate,
and accept or reject, such alternatives as though they were part of the original specifications without advertising for further bids, when in
the best interests of the City. Any awards so made will be based on operational and cost analysis considerations that would result in the
optimum economic advantage to the City.
10. Confidential Information:
Any information deemed confidential or proprietary should be clearly identified by the Bidder as such. It may then be protected and treated
with confidentiality only to the extent permitted by law. Otherwise the information shall be considered a public record. Information or
data submitted with a bid will not be returned.
11. Quality:
Unless otherwise required in the specifications, Bidder shall assume that all goods furnished shall be new and unused.
12. Tropical Hardwoods:
Bidder shall not provide any tropical hardwood items to the City.
13. Modification or Withdrawal of Bids:
Bids may be modified or withdrawn by written notice sent by regular U.S. mail or email and received by the Purchasing and Contracts
Section of the City’s Finance & Technology Department prior to the exact hour and date specified for receipt of bid. A bid may also be
withdrawn in person by a bidder, or bidder’s authorized representative, prior to the exact hour and date set for receipt of bids. Telephone
withdrawals are not permitted.
14. Late Bids:
Bids received after the exact time and date specified for receipt will not be considered.
15. Mistake in Bid:
(a) If the Bidder discovers a mistake in the bid prior to the hour and date specified for receipt of bid, Bidder may correct the mistake by
modifying or withdrawing the bid in accordance with Section 13 above.
(b) If prior to the issuance of a purchase order or a contract, the apparent low bidder discovers a mistake in the bid of a serious and
significant nature which is unfavorable to Bidder, Bidder may request consideration be given to modify the bid if it remains the lowest,
responsive, and responsible bid. The right is reserved by the City to reject any and all requests for correction of mistakes in bids received
after the hour and date of the bid closing. The decision of the Assistant Finance Director is final with regard to acceptance or rejection of
requests for correction of bids.
16. Signature:
All bids shall be signed and the title and firm name indicated. A bid by a corporation shall be signed by an authorized officer, employee,
or agent, and indicate his or her title.
17. Litigation Warranty:
The Bidder warrants that Bidder is not currently involved in litigation or arbitration concerning the materials or performance relative to the
same or similar material or service to be supplied pursuant to this bid. Bidder further warrants that no judgments or awards have been made
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >