NOTICE INVITING BIDS. CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03



Similar documents
How To Bid On A Building Project In San Jose

NOTICE TO POTENTIAL BIDDERS

INSTRUCTIONS TO BIDDERS

DOCUMENT NOTICE TO BIDDERS

Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027

Pu6lic Works works for the Public. COUNTY OF IMPERIAL Sunbeam Lake RV Park, Water Tank Re-Coating, located at 1750 Drew Road, Seeley, CA

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

REQUEST FOR QUOTES (RFQ)

INSTRUCTIONS TO BIDDERS

Request for Proposals

AGENDA STAFF REPORT. ASR Control

PINE-STRAWBERRY WATER IMPROVEMENT DISTRICT P.O. BOX 134 PINE, ARIZONA REQUEST FOR PROPOSALS

CHAPTER 7 PUBLIC WORKS LAW

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

Ocoee, FL July 01, 2016 Advertisement No. 1

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION

TABLE OF CONTENTS. Section 1: Minimum Qualifications 4. Section 2: Guidelines and General Information 5

DESERT WILDLIFE UNLIMITED POB 1388 Brawley, CA NOTICE TO BIDDERS ALAMO RIVER TREATMENT WETLANDS AT SHANK ROAD

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:

SECTION INSTRUCTIONS TO BIDDERS

During the performance of this contract, the contractor, for itself, its assignees and successors in interest agrees as follows:

388 Blohm Ave. PO Box 388 Aromas CA (831) FAX (831) ADDENDUM NO. 1

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

CITY OF BELL PROFESSIONAL CONSULTING SERVICES FOR ROOF REPAIRS TO CITY OWNED FACILITIES

Schaumburg Township District Library Legal Notice Invitation for Bid

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS

Belgrade School District No Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software

REQUEST FOR PROPOSAL Procurement of Landscaping Services

All other provisions of the contract documents, plans and specifications shall remain unchanged.

Sidewalk Rehabilitation Program

Construction Management At-Risk

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR MULCH MIX

TOWN OF MILFORD REQUEST FOR QUALIFICATIONS DESIGNER SERVICES FOR LIBRARY ROOF REPLACEMENT

STANDARD CONTRACT EXECUTION FORMS

HOW TO DO BUSINESS WITH THE STATE OF ALASKA

FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT S. Marion Avenue, Mail Station 2015 Lake City, Florida

HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ Phone: , X 215 Fax:

PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND

MISSOURI. MISSOURI HIGHWAYS and TRANSPORTATION COMMISSION JEFFERSON CITY, MISSOURI BID OF FOR CONSTRUCTING OR IMPROVING

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

REQUEST FOR PROPOSAL FOR THE BONITA UNIFIED SCHOOL DISTRICT FOR DESIGN/BUILD OF CNG FUELING STATION AT DISTRICT TRANSPORTATION YARD. Bid No.

This page left blank intentionally

ENCLOSURES TO BE SUBMITTED WITH INVITATION TO OFFER

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

CONSULTANT AGREEMENT WITNESSETH. Recitals:

SUBCONTRACTOR LABOR AND MATERIAL PAYMENT BOND ("Bond") SURETY Address

AGREEMENT BETWEEN THE CITY OF BEVERLY HILLS AND VENDOR TBD FOR PURCHASE AND INSTALLATION OF AUTOMATED LICENSE PLATE RECOGNITION SYSTEMS

SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri Manchester Road. Des Peres, Missouri 63131

INDEPENDENT CONTRACTOR AGREEMENT

WOODBURY CITY BOARD OF EDUCATION 25 N. Broad Street Woodbury, NJ (856) (856)

Western Virginia Water Authority. Roanoke, Virginia

BOROUGH OF KENILWORTH

REQUEST FOR PROPOSAL

ADVERTISEMENT FOR BIDS. Tree Clearing for Watson Drive City of Kearney, MO

COUNTY OF UNION, NEW JERSEY

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

INSTRUCTIONS TO BIDDERS

NIGP Career Seminar Series II Workshop I Bonds (Bid, Performance, and Payment) Bond Excerpts from ARS Title 34

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSTRUCTIONS TO BIDDERS

CHECK POINT FIREWALL

PITTSBURG UNIFIED SCHOOL DISTRICT

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

Unity Community Center Metal Roof Installation. Request for Bids

PROJECT NO. 2733, RFP NO /02. Peralta Community College District. 333 East 8th Street, Oakland, CA Questions

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

NOTICE TO PROFESSIONALS. The undersigned shall receive sealed proposals for professional services for the County of Warren as follows:

REQUEST FOR PROPOSAL

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Request for Proposal for College Payroll Services

Request for Proposals WEB-BASED GRANT MANAGEMENT SOFTWARE FOR THE CITY OF MOUNTAIN VIEW S CDBG AND HOME PROGRAMS

NEW JERSEY ADMINISTRATIVE CODE Copyright 2015 by the New Jersey Office of Administrative Law

ANTELOPE VALLEY COMMUNITY COLLEGE DISTRICT NOTICE INVITING PROPOSALS NOTICE IS HEREBY GIVEN THAT ANTELOPE VALLEY COMMUNITY COLLEGE DISTRICT, 3041

Standby Emergency Repair and Restoration Services

QSP INFORMATION AT A GLANCE

Chase Lincoln Realty & Property Management Company 7045 Summer Place Charlotte, NC Phone: , Fax:

WASHINGTON COUNTY, BOARD OF COUNTY COMMISSIONERS

CULVER CITY UNIFIED SCHOOL DISTRICT 4034 Irving Place Culver City, CA (310) REQUEST FOR PROPOSALS CONSTRUCTION MANAGEMENT SERVICES

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR FEBRUARY 19, 2013

LA MESA-SPRING VALLEY SCHOOL DISTRICT

AC Proposal Texarkana Regional Airport Airport Operations Director 201 Airport Drive Texarkana, AR 71854

REQUEST FOR BIDS. Electrical Contracting Services for

GENERAL SPECIFICATIONS AND PROPOSAL

**If this is an agreement between the City and an individual or business entity providing DESIGN SERVICES, use Form MVF **

Transcription:

NOTICE INVITING BIDS CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT, CIP No. 14 03 PUBLIC NOTICE IS HEREBY GIVEN that the City of National City, hereinafter referred to as the Agency, invites sealed bids for the above stated Project and will receive such bids in the offices of the Agency, at 1243 National City Boulevard, National City, CA 91950 at the Office of the City Clerk, up to the hour of 3:30 p.m., on June 3, 2014, at which time they will be publicly opened in the Council Chambers. Bids received after the hour and date for the bid opening will not be accepted and shall be returned unopened. The work to be done is described in these Bid and Contract Documents for the above stated Project. The general Scope of Work is as follows: DESCRIPTION OF WORK The project consists of HVAC work at National City s Civic Center and Martin Luther King Jr Community Center. General Conditions: 1. All work shall be performed during regular business hours. 2. Contractor shall coordinate their work so as to not interfere with the normal business operations at or near the work. 3. Once work has begun it shall be diligently worked upon with sufficient manpower, equipment and tools to completion without any work stoppage. 4. Contractor shall secure the work site from weather or intrusion as necessary or as required by the owner. 5. Contractor shall obtain all permits and coordinate all inspections as required by the National City Building Department. 6. All permit fees shall be paid by the Contractor and reimbursed to the Contractor for actual fees paid via the line item for Permit Fees. Contractor will only be paid for actual fees paid for this line item. All other costs for obtaining the permit shall be included in the lump sum price paid to replace the unit(s) and there shall no additional costs to the City.

Replace one (1) air cooled condenser at the Civic Center. 1. Secure the existing unit and safely disconnect from the system. 2. Remove and dispose of existing unit. 3. Protect the existing system from damage, undo exposure or wear. 4. Provide replacement air cooled condenser to the same performance specifications as the existing unit. 5. Coils shall be specifically designed, manufactured and coated for outside use in a coastal region with exposure to salt. 6. Coils shall have temperature controlled head pressure control. 7. The new unit shall have heavy gauge metal construction through out. 8. Recover and reuse R 22 refrigerant. 9. Provide any additional R 22 refrigerant required to operate the system within original design tolerances. 10. Provide all cranes and rigging as required. 11. Install the new unit at existing location. 12. Modify existing pad, bolts and appurtenances as necessary to accommodate the new unit. 13. Replace the receiver. 14. New piping for all connections shall be new pipe and compatible with existing piping. 15. Insulate all refrigerant piping where exposed. 16. Replace all electrical disconnects. 17. Reconnect all electrical systems to the new unit. 18. Start up and verify new unit is operating within design specifications. 19. Site and system shall be completed to a turn key condition. 20. Written one year warranty for parts and labor from the contractor in addition to manufacturer s 5 year warranty. Replace two (2) 7.5 ton rooftop heat pump units with economizers at the Martin Luther King Jr Community Center: 1. Secure the existing systems and safely disconnect from the system. 2. Remove and dispose of existing units. 3. Protect the existing system from damage, undo exposure or wear. 4. Provide two (2) replacement 7.5 ton heat pump units (Carrier, or equivalent) with economizers. 5. Coils shall be specifically designed, manufactured and coated for outside use in a coastal region with exposure to salt. 6. Replace existing curb caps. 7. Provide all cranes and rigging as required. 8. Install the new unit at existing location. 9. Modify existing connections as required and make all connections to existing systems. 10. Insulate all refrigerant piping where exposed. 11. Replace all electrical disconnects. 12. Reconnect all electrical systems to the new unit. 13. Start up and verify new unit is operating within design specifications. 14. Site and system shall be completed to a turn key condition.

15. Written one year warranty for parts and labor from the contractor in addition to manufacturer s 5 year warranty. LOCATION OF WORK The work to be constructed is located at the following two locations: Air cooled condenser location: National City Civic Center 1243 National City Boulevard National City, CA 91950 7.5 ton HVAC units location: Martin Luther King Jr Community Center 140 East 12 th Street National City, CA 91950 GENERAL The project documents include the Standard Specifications for Public Works Construction, Current Edition, (Greenbook including the current San Diego Area supplements) all referenced documents, drawings, current California Building, Plumbing and Electrical codes, all other applicable regulations and these contract documents. The Contract Documents may be inspected in the office of the City Engineer, located in City Hall at 1243 National City Boulevard, National City, California, 91950, Telephone Number (619) 336 4380, Fax Number (619) 336 4397. A Compact Disc (CD) or Digital Videodisc (DVD) copy of the bid package may be obtained at that location upon payment of a non refundable fee of $5 for each disc. (Includes contract documents, but does not include the Greenbook). A copy of the Plans and Specifications shall be purchased in order to qualify to bid and receive any published addenda. No paper bid packages will be issued. An additional amount of $12 will apply when it is requested that the CD or DVD be mailed. Bid Documents for this work are included in Appendix 1. A mandatory Pre Bid Conference has been scheduled for May 21, 2014 at 2:30 p.m. to review the project. The Pre Bid Conference will take place at the second floor, large conference room at City Hall. Representatives of the City will be present to answer any questions bidders have regarding the project. Bids shall be written clearly and legibly in ink in conformance with the Instruction to Bidders. All bids shall be submitted to the Agency s front desk in a sealed envelope plainly marked on the outside with "SEALED BID FOR CIP No. 14 03, CIVIC FACILITIES AIR CONDITIONING REPLACEMENT PROJECT DO NOT OPEN WITH REGULAR MAIL." If using Federal Express or other such service for bid submittal, the contents of the submittal must be noted on the outside of that envelope as stated above.

Each bid must be accompanied by cash, a certified or cashier's check payable to the City of National City, or a satisfactory bid bond executed by the bidder and an acceptable surety, in an amount equal to ten percent (10%) of the total aggregate bid amount. The successful bidder will be required to furnish and pay for performance and payment bonds acceptable to the Agency. The Contractor to whom the Contract is awarded, and any subcontractor under such Contractor, shall hereby ensure that minority and women business enterprises will be afforded full opportunity to submit bids for subcontracts. Further, there shall be no discrimination in employment practices on the basis of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, age, or sex in compliance with Government Code 12990. Attention is directed to the provisions of the Bid and Contract Documents, which require retention from payments to the Contractor to secure performance under the Contract. Pursuant to California Public Contract Code Section 22300, and at the request and expense of the Contractor to whom the contract is awarded, acceptable securities (securities listed in Government Code Section 16430, bank or savings and loan, certificates of deposit, interest bearing demand deposit accounts or standby letters of credit) equivalent to the retention amount shall be permitted in substitution of money withheld by the Agency to ensure performance under the Contract. Such securities shall be deposited with the Agency or with a California or Federally chartered bank or savings and loan as escrow agent who shall return such securities, along with any interest thereon, to the Contractor upon satisfactory completion and acceptance of the Work by the Agency. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project are available at the California Department of Industrial Relations Internet web site at https://www.dir.ca.gov/oprl/dprewagedetermination.htm In accordance with the provisions of the California Labor Code, contractors or subcontractors may not perform work on a public works project with a subcontractor who is ineligible to perform work on a public project pursuant to Section 1777.1 or Section 1777.17 of the California Labor Code. Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract. Any public money that is paid or may have been paid to a debarred subcontractor by a contractor on the Project shall be returned to the Agency. The Contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the Project. The Agency reserves the right to reject any or all bids, to waive any irregularity, and to take all bids under advisement for a period of sixty (60) calendar days after the date the bids are publicly opened. All costs incurred by bidders as a result of preparing bids under this Notice Inviting Bids

shall be the sole responsibility of each bidder. This Notice Inviting Bids neither creates nor imposes any obligation upon the Agency to enter into a contract. Liquidated damages for this Project are required by law and will be in accordance with the Special Provisions. Bidder shall be a licensed contractor pursuant to the Business and Professions Code and shall be licensed in the appropriate classification(s) of contractor s license(s), for the work bid upon, and shall maintain the license throughout the duration of the Contract. Bidders must possess a current State of California B or C20 Contractor's License. Estimated construction cost: Civic Center Location: $25.000 Martin Luther King Jr Community Center Location: $28.000 This is a 40 working day contract. BY ORDER OF THE CITY ENGINEER FOR THE CITY OF NATIONAL CITY. Stephen Manganiello City Engineer Date