Bid 23-24-18I Liberty ES, Litel ES,Walnut ES,Chino Hills HS Safety Hazard Asphalt Repairs Addendum 1

Agency: Chino Valley Unified School District
State: California
Level of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD18752961048951754
Posted Date: Apr 16, 2024
Due Date: Apr 25, 2024
Solicitation No: Bid 23-24-18I
Source: Members Only
Bid 23-24-18I Liberty ES, Litel ES,Walnut ES,Chino Hills HS Safety Hazard Asphalt Repairs

Attachment Preview

NOTICE INVITING INFORMAL BIDS
CHINO VALLEY UNIFIED SCHOOL DISTRICT
The Chino Valley Unified School District, acting by and through its Governing Board, hereinafter
referred to as “District”, will receive prior to April 25, 2024 @ 1:00 p.m. sealed bids for the following:
CUPCCAA BID NO. 23-24-18I
LIBERTY ES, LITEL ES, WALNUT ES AND
CHINO HILLS HS SAFETY HAZARD ASPHALT REPAIRS
All bids shall be made and presented only on the forms presented by the District. Bids shall be
received in the Purchasing Department at 5130 Riverside Drive, Chino, CA 91710 and shall be opened and
publicly read aloud via Zoom conference at the above stated time and date. Any bids received after the
time specified above or after any extensions due to material changes shall be returned unopened.
The Contract Time is 45 calendar days from the date of the Notice to Proceed.
This Project is being let in accordance with the informal bid requirements of the California Uniform
Public Construction Cost Accounting Act (“CUPCCAA”) set forth in Public Contract Code section 22000
et seq. Bidders shall comply with any requirements set forth in the CUPCCAA including all guidelines and
requirements in the current California Uniform Public Construction Cost Accounting Commission Cost
Accounting Policies and Procedures Manual. All contractors submitting bids must be on the District’s
current list of approved contractors pursuant to Public Contract Code section 22034.
Miscellaneous Information
There will be a mandatory Jobwalk at 9:00 am on April 16, 2024, starting at Liberty
Elementary School, 2730 S Bon View Avenue, Ontario, Ca 91761 in front of the Administration
Office; continuing on to three other sites. Any Contractor bidding on the Project who fails to arrive
at the designated time, will be considered a non-responsive bidder. Also, any contractor that does not
attend the entire mandatory pre-bid conference will be deemed a non-responsive bidder and will have
its bid returned unopened.
Bids shall be received in the place identified above and shall be opened and read aloud via Zoom
conference at the above-stated time and place.
The bid documents are available at https://www.chino.k12.ca.us/Page/53672
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 Class C-12 California State Contractor’s License at the time of bid and
throughout the duration of this Contract. 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 section 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 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 Contractor. Upon satisfactory completion of the Contract, the securities shall be returned to
the 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 section 1720 et seq., it shall be mandatory upon the Contractor to whom the Contract
is awarded, and upon any subcontractor under such 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 Section 1725.5. It is not a violation of this section for an unregistered contractor
to submit a bid that is authorized by Labor Code 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 Contract 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. The District shall not be responsible for any delivery issues including, but
not limited to, mis-directed mail, mailing delays, etc. 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
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 >