1. Notice is hereby given that the Governing Board of the Big Lagoon
School District ("District"), of the County of Humboldt, State of
California, will receive sealed bids for the Big Lagoon HVAC Project
("Project") up to, but not later than, 3:00 p.m., on Wednesday, March
14, 2018, and will thereafter publicly open and read aloud the bids. All
bids shall be received at the office of the Greenway Partners, located
at 1385 8th Street, in Arcata, California 95521.
2. Each bid shall be completed on the Bid Proposal Form included in
the Contract Documents, and must conform and be fully responsive
to this invitation, the plans and specifications and all other Contract
Documents. Copies of the Contract Documents are available for
examination at the office of the Big Lagoon School District, County
of Humboldt, California, and may be obtained by licensed contractors
for free. Electronic copies of the Contract Documents can also be
obtained from the Humboldt Builders Exchange (http://www.humbx.
com/) or by emailing the Project Engineer (Nathan Sanger at sanger@
greenwaypartners.net).
3. Each bid shall be accompanied by cash, a cashier's or certified check, or
a bidder's bond executed by a surety licensed to do business in the State
of California as a surety, made payable to the District, in an amount
not less than ten percent (10%) of the maximum amount of the bid.
The check or bid bond shall be given as a guarantee that the bidder to
whom the contract is awarded will execute the Contract Documents
and will provide the required payment and performance bonds and
insurance certificates within ten (10) days after the notification of the
award of the Contract.
4. The successful bidder shall comply with the provisions of the Labor
Code pertaining to payment of the generally prevailing rate of wages
and apprenticeships or other training programs. The Department of
Industrial Relations has made available the general prevailing rate of per
diem wages in the locality in which the work is to be performed for each
craft, classification or type of worker needed to execute the Contract,
including employer payments for health and welfare, pension, vacation,
apprenticeship and similar purposes. Copies of these prevailing rates are
available to any interested party upon request and are online at http://
www.dir.ca.gov/DLSR. The Contractor and all Subcontractors shall pay
not less than the specified rates to all workers employed by them in
the execution of the Contract. It is the Contractor's responsibility to
determine any rate change.
5. The schedule of per diem wages is based upon a working day of eight
hours. The rate for holiday and overtime work shall be at least time
and one half.
6. The substitution of appropriate securities in lieu of retention amounts
from progress payments in accordance with Public Contract Code
§22300 is permitted.
7. Pursuant to Public Contract Code §4104, each bid shall include the name
and location of the place of business of each subcontractor who shall
perform work or service or fabricate or install work for the contactor
in excess of one-half of one percent (1/2 of 1%) of the bid price. The
bid shall describe the type of the work to be performed by each listed
subcontractor.
8. Minority, women, and disabled veteran contractors are encouraged
to submit bids. This bid is not subject to Disabled Veteran Business
Enterprise requirements.
9. The project is subject to compliance monitoring and enforcement by
the California Department of Industrial Relations. In accordance with
SB 854, all bidders, contractors and subcontractors working at the site
shall be duly registered with the Department of Industrial Relations at
time of bid opening and at all relevant times. Proof of registration shall
be provided as to all such contractors prior to the commencement of
any work.
10. Each bidder shall possess at the time the bid is awarded the following
classification(s) of California State Contractor's license: Class B (General
Building Contractor) or a Class C-20 HVAC Contractor's License.
11. A non-mandatory bidders' conference will be held on Wednesday,
February 28, 2018 at 3:00 p.m. for the purpose of acquainting all prospective
bidders with the Contract Documents and the Project site.
↧