bid form instructions and information

advertisement
Bid No.: 06-35
Quartz Mountain Road East Storm Damage Repair
Amador County General Services Administration
MAIL: 12200-B Airport Road, Jackson, CA 95642 (209) 223-6375
LOCATION: 12200-B Airport Road, Martell, CA
INVITATION TO BID
Quartz Mountain Road East
Storm Damage Repair
Sealed Bid #06-35
The County of Amador is seeking sealed bids for the furnishing of all labor, tax, bonds,
insurance, permits, premiums, shipping, transportation, services, disposal, equipment, materials,
and appurtenant facilities to complete the repair of roadway surfaces, ditches, Culverts and
embankments on Quartz Mountain Road East, Amador County, California (the “Project”).
Said bids shall be in accordance with the Contract Documents contained herein and with the
laws and regulations set forth by the State of California, building codes and all other applicable
regulations.
Sealed bids shall be received by the County of Amador Purchasing Office; by U.S. Mail at
12200-B Airport Road, Jackson, CA. 95642; or delivered in person, U.P.S., Federal Express, or
by any other means to 12200-B Airport Road, Martell, CA 95654, until 1:30 PM, Thursday,
August 31, 2006, at which time, sealed bids will be opened and read publicly at the General
Services Administration located at the above Martell address. Bids received late will be rejected
and returned unopened.
PROJECT DESCRIPTION
The Work to be done consists of, but is not limited to: widening of existing roadway section,
reshaping of drainage inlets, culverts, rock slope protection, traffic control, grading and the
addition of road base and drain rock. These improvements are proposed for various sections
of Quartz Mountain Road East. Other items or details not mentioned above, that are required
by the Bid Documents, Standard Specifications, or these Special Provisions, shall be
performed, constructed, or installed.
INSTRUCTIONS TO BIDDERS
1.
Qualified bidders may acquire bid information and documents at the office of General
Services Administration located at 12200-B Airport Road, Martell, CA. Bid information and
documents for the entire project (Bid, Contract, Specifications, Drawings and all Contract
Documents) are available for examination at the office of General Services Administration,
telephone (209) 223-6375.
2.
Each bidder shall visit the site of the proposed work, and shall observe conditions in order to
be fully informed as to the materials, equipment, labor and workmanship required and the
conditions under which they shall be furnished and placed. A pre-bid on-site conference
shall be held at 11:00 a.m., Monday, August 28, 2006 at Quartz Mountain Road East,
Sutter Creek, California . Meeting location will be at the intersection of Quartz
Mountain Road East and Quartz Mountain North.
3.
The Board of Supervisors of the County of Amador reserves the right to accept or reject any
or all bids in whole or in part and/or to waive technicalities and/or any irregularities in any bid
received if such waiver is in the best interest of the County. All bids will become a part of the
official files of the County of Amador without obligation on the part of the County.
Division 0
Bidding and Contract Requirements
1 of 21
Bid No.: 06-35
Quartz Mountain Road East Storm Damage Repair
4.
Should a bidder find discrepancies in or omissions from the Drawings or Specifications, or
be in doubt as to their meaning, the bidder shall at once notify the County's Barbara Belvoir,
Public Works Agency Senior Project Manager at (209) 223-6429.
.
Should it be found necessary, the County of Amador General Services Administration
Director shall issue a written Addendum, which will be sent or delivered to plan rooms and
those that have acquired Bid packages. Questions by bidders concerning discrepancies in,
or omissions from the Drawings or Specifications shall be made at least (72) hours prior to
bid opening, not including Saturdays, Sundays or Holidays.
5.
All forms in the Bid package shall be made on the form(s) provided by the County of
Amador. Each page shall be properly completed with all items filled out, signed with blue
ink, and executed by an individual who has authority to act on behalf of the entity submitting
the Bid.
6.
Contract retention under this Contract shall be ten percent (10%). The County will permit the
successful bidder to substitute securities for any retention monies withheld to ensure
performance of the Contract (see “Right to Substitute Securities” below).
7.
Bidders are responsible for reviewing all “Bidding Documents and Contract Requirements” in
their entirety.
8.
Contractors or subcontractors who have violated state law governing public works shall be
denied the right to bid on this public work contract as set forth in California Labor Code
section 1777.7.
SUBMISSION AND RECEIPT OF BIDS
1.
Sealed bids shall be received by the County of Amador Purchasing Office; by U.S. Mail at
12200-B Airport Road, Jackson, CA. 95642; or delivered in person, U.P.S., Federal Express,
or by any other means to 12200-B Airport Road, Martell, CA 95654, until 1:30 PM,
Thursday, August 31,2006, at which time sealed bids will be opened and read publicly at
the General Services Administration located at the above Martell address. Bids received
late will be rejected and returned unopened.
2.
Bids must be submitted in a sealed opaque envelope. Your return address and the Bid
number (06-35) must appear on the outside of the envelope. Bids must be submitted on
the bid form(s) provided herein. Other bid formats will be rejected.
3.
County reserves the right to postpone the date and time for submission of bids.
4.
The Bid amount is all inclusive. No additional charges for packing, taxes, or other items,
whether or not identified in the Contract Documents, will be allowed.
5.
The County of Amador is not responsible for failure of the U.S. Mail or private couriers to
deliver bids by the submission deadline.
6.
Telegraph, Facsimile (FAX), and E-Mail bids will not be considered.
7.
The following forms and bid documentation information must be included in your sealed bid:
a.
b.
c.
Cash, cashier’s or certified check payable to County, or bid bond.
Copy of California State Contractors License.
Bid Form.
Division 0
Bidding and Contract Requirements
2 of 21
Bid No.: 06-35
d.
e.
f.
g.
h.
i.
j.
k.
8.
Quartz Mountain Road East Storm Damage Repair
Bidder’s Acknowledgement and Addenda Form listing all addenda issued by County.
Reference Form.
Contact information Form.
Subcontractor Listing Form.
Prevailing Wage Rate Certification From.
Bidder’s Declaration.
Notarized Public Contract Code Section 7106 Noncollusion Affidavit.
Declaration Re Disqualification, Removal, or Prevention from Bidding.
Erasures or corrections on bids must be initialed in blue ink. Each Bidder shall be deemed
to have authorized any such erasures or corrections. Bids shall be signed in blue ink. All
amounts shall be typewritten or completed in blue ink.
BID REQUIREMENTS
1.
Those submitting bids must complete and return with their bid all forms listed herein.
2.
All Bidders and their proposed subcontractors should contact the County to receive copies of
current bid documentation. Bidders who rely on Information obtained from plan rooms
accept responsibility for any inaccurate or incomplete information.
3.
Bidders shall furnish security in an amount equal to ten percent (10%) of the total amount of
the bid, in the form of cash, a certified or cashier’s check payable to the County, or a Bid
Bond. The successful bidder shall be required to furnish a Performance Bond in an amount
equal to one hundred percent (100%) of the Contract price, a Payment Bond in an amount
equal to one hundred percent (100%) of the Contract price. All bonds (Bid Bond,
Performance Bond, and Payment Bond) must be obtained from a surety admitted under the
laws of the State of California and satisfactory to the Amador County Board of Supervisors.
4.
If this Bid is awarded, and the successful bidder fails to sign and return to the Director of
General Services Administration within ten (10) days (i) the Contract, (ii) the bonds in the
amounts required by the State Contract Act, and (iii) the required insurance certificates as
specified in the Contract Documents with an insurer satisfactory to the County Risk
Manager, the County may, at its option, determine the bidder has abandoned the Contract.
In that case, the bid and the acceptance thereof shall be null and void, and the bid security
shall be forfeited and become the property of the County of Amador.
5.
No person, firm or corporation, shall be allowed to make or file or be interested in more than
one Bid Form for the same work.
QUALIFICATIONS
Qualified bidders submitting bids shall have the minimum qualifications stated below, and include,
as a part of the bid documentation, the information outlined below. County reserves the right to
reject any bid not containing the following information:
1.
An Active California “A” General Engineering Contractor’s license(s) in good standing is
required to bid this work and enter into the Contract. In accordance with Public Contract
Code section 3300, each bidder must provide proof and submit with his/her bid a copy of
his/her California State Contractors License(s). The license must be maintained in good
standing throughout the term of the Contract.
Division 0
Bidding and Contract Requirements
3 of 21
Bid No.: 06-35
Quartz Mountain Road East Storm Damage Repair
2.
Subcontractor’s Licenses: All subcontractors must be properly licensed by the CSLB to
perform construction work they will be undertaking and must maintain their licenses in
good standing throughout the terms of the Contract.
3.
List of all citations and violations related to the scope of work as described within the
Contract and Bid Specifications, which have occurred in the last ten (10) years.
4.
Evidence that each portion of the work shall be performed by a person qualified,
equipped and experienced in the particular field assigned to them. Bidder shall submit a
“Statement of Qualifications” with the bid that provides evidence of the Contractor’s
supervisory personnel qualifications and subcontractor’s qualifications. Qualified shall
mean: A person with a minimum of four (4) four years of skilled experience in the
particular field and/or trade related to the scope of work herein, and, an
experienced contractor who has completed soil excavation and placement and
construction similar in material, design, and extent to that indicated for this Project
and whose work has resulted in construction with a record of successful inservice performance.
5.
Bidder’s example of proposed schedule.
6.
Certificate documenting qualification to do traffic control.
EVALUATION OF BIDS
Selection of the successful bidder will be determined by evaluation of the following:
1.
Price and proposed fees. (In accordance with Public Contract Code section 20103.8, the
lowest bid shall be the lowest total of the bid prices on the base contract and those additive
or deductive items that were specifically identified in the bid solicitation as being used for the
purpose of determining the lowest bid prices.)
2.
Guarantees and warranties.
3.
Qualifications and experience of the Bidder and other key personnel involved in the work.
4.
All forms completed, signed in blue ink, and filled in properly.
PREVAILING WAGE REQUIREMENTS
1.
The successful bidder must comply with California prevailing wage laws (California Labor
Code section 1770 et seq.), and must pay and require payment of wages according to
prevailing wage rates established by the California Department of Industrial Relations for all
on-site work to be performed on the Project. Before bidding, all bidders are advised to
obtain current prevailing wage documents entitled "Basic Trades or Sub-Trades Rates" as
determined by the Director of the California Department of Industrial Relations, available for
review at: http://www.dir.ca.gov/DLSR/statistics_research.html, or mail to; Department of
Industrial Relations, Division of Labor Statistics and Research, P.O. Box 420603, San
Francisco, CA 94142-0603, or call (415) 703-4780. (A copy is also available via the Internet
at the General Services Administration offices.) These documents are by this reference
made a part of the Contract Documents. The successful bidder shall meet with the County
prior to commencing work to discuss and establish the wages and classifications to be used
and provide a copy of wage rates to County, which shall be posted at the General Services
Administration Building located at 12200-B Airport Road, Martell, CA.
Division 0
Bidding and Contract Requirements
4 of 21
Bid No.: 06-35
2.
Quartz Mountain Road East Storm Damage Repair
Contractors will be required to submit certified payroll, statement of compliance and all
certified payroll documents as proof of payment of prevailing wages and rates. The County
or its authorized representative may monitor wage rates and payment of prevailing wages by
interviewing workers on the job site.
SUBCONTRACTOR LISTING
In accordance with the California Public Contract Code section 4100 et seq., every bidder shall
in its bid set forth:
1.
The name and location of the place of business of each subcontractor who will perform
work or labor or render service to the bidder in or about the work in an amount in excess
of one-half (1/2) of one percent (1%) of the bidder’s total bid.
2.
The portion of the work that will be done by each subcontractor. If the bidder fails to
specify a subcontractor for any portion of the work to be performed under the Contract in
excess of one-half (1/2) of one percent (1%) of the bidder’s total bid, he agrees to
perform that portion himself. The successful bidder shall not, without the consent of the
County, either:
a.
b.
c.
3.
Substitute any person as subcontractor in place of the subcontractor designated
in the original bid, except as allowed by section 4107.
Permit any subcontract to be voluntarily assigned or transferred or allow it to be
performed by anyone other than the original subcontractor listed in the bid,
without the consent of the County.
Except for change orders, sublet or subcontract any portion of the work in excess
of one-half (1/2) of one percent (1%) of the total bid as to which its original bid did
not designate a subcontractor.
Those submitting bids must complete and use the subcontractor listing form provided herein.
RIGHT TO SUBSTITUTE SECURITIES
Monthly progress payments shall be made to Contractors as provided in the Contract Documents,
less a ten percent (10%) retention. Pursuant to Public Contract Code section 22300, at the request
and expense of a Contractor, securities equivalent to the amount withheld may be deposited by
Contractor with the County, State Treasurer or with a state or federally chartered bank as the escrow
agent, who shall release such securities to the Contractor upon satisfactory completion of the
Contract.
Alternatively, a Contractor may request, pursuant to Public Contract Code section 22300, that
payment of retentions be made directly to the escrow agent. The Contractor shall receive the
interest earned on the investments upon the same terms provided for in section 22300 for securities
deposited by the Contractor. Upon satisfactory completion of the Contract, the Contractor shall
receive from the escrow agent all securities, interest and payments received by the escrow agent
from the County.
ALCOHOL-FREE AND DRUG-FREE WORKPLACE POLICY
In accordance with the County’s Alcohol-Free and Drug-Free Workplace Policy and Procedures, the
successful bidder and his/her employees shall read and sign the County’s policy acknowledgment
form upon contracting for services. If the successful bidder and his/her employees fail to agree and
Division 0
Bidding and Contract Requirements
5 of 21
Bid No.: 06-35
Quartz Mountain Road East Storm Damage Repair
sign the Alcohol-Free and Drug-Free Workplace Policy, the County, at its option, may determine the
bidder has abandoned the Contract. In that case, the bid and the acceptance thereof shall be null
and void, and the bid security shall be forfeited and become the property of the County of Amador.
SCHEDULING REQUIREMENTS
Bidder shall submit an example of his/her scheduling format to be used for the project. The County
reserves the right to reject any bid that fails to include a scheduling format for review. The County
may, at its option, determine the bidder Non-Responsible if the information contained in the
scheduling format lacks the capacity to meet minimum scheduling requirements. Minimum
scheduling format requirements would include critical path schedules, contract milestone dates (keypoints), subcontractors’ schedules and County performance issues.
Division 0
Bidding and Contract Requirements
6 of 21
Bid No.: 06-35
Quartz Mountain Road East Storm Damage Repair
BIDDER’S ACKNOWLEDGMENT FORM
If the bidder is an individual, his/her signature shall be placed below. If the bidder is a partnership,
corporation, or joint venture, the true name of the firm shall be set forth above together with the
signature of the person or persons authorized to sign contracts on behalf of the entity.
The person or persons executing this Bid on behalf of a partnership, corporation or joint venture
shall be prepared to demonstrate by resolution or other authorization satisfactory to the County that
such person is or that such persons are authorized to act for the entity with respect to submission of
the bid.
If the signature is by an agent other than an officer of a corporation, partner of a partnership, or
partner of a joint venture, a Power of Attorney shall be submitted with the bid; otherwise, the bid may
be disregarded as irregular and unauthorized.
The bidder’s execution on the signature portion of this Bid shall constitute an endorsement and
execution of those certifications that are part of this Bid.
BIDDER
Bidder's name
Date
By_______________________________
Authorized Representative
ADDENDUM ACKNOWLEDGMENT
Any addenda issued during the time of bidding shall form a part of the Contract Documents
issued to bidders for the preparation of their proposals and shall constitute a part of the Contract
Documents.
Bidder acknowledges receipt of the following addenda issued by County:
Addendum No. _______, dated ___________________________.
Addendum No. _______, dated ___________________________.
Addendum No. _______, dated ___________________________.
Addendum No. _______, dated ___________________________.
Addendum No. _______, dated ___________________________.
Addendum No. _______, dated ___________________________.
NOTE: Bidders must contact General Services Administration (209) 223-6375 to ensure that they have
received all addenda. Failure to acknowledge receipt of addenda on this form could disqualify your Bid.
Name of Bidder: _________________________________________________________________
Business Address: _______________________________________________________________
Division 0
Bidding and Contract Requirements
7 of 21
Bid No.: 06-35
Quartz Mountain Road East Storm Damage Repair
REFERENCE FORM
Bidder shall provide information about its four (4) most recently completed Public Works projects
and its three (3) largest completed private projects within the last three (3) years. Names and
references must be current and verifiable. Use separate copies of this form for each project.
Project Name_________________________________________________________________
Location_____________________________________________________________________
Owner______________________________________________________________________
Owner Contact (name and current phone number)_________________________________
Architect or Engineer_________________________________________________________
Architect or Engineer Contact (name and current phone number)_____________________
Construction Manager (name and current phone number)___________________________
Description of Project, Scope of Work Performed:__________________________________
____________________________________________________________________________
____________________________________________________________________________
Total Value of the base bid Construction__________________________________________
Total number of change orders________ Total value of change orders $__________________
Original Schedule Completion Date______________________________________________
Total number of Time Extensions Granted__________ Total number of days______________
Actual Date of Completion______________________________________________________
Division 0
Bidding and Contract Requirements
8 of 21
Bid No.: 06-35
Quartz Mountain Road East Storm Damage Repair
CONTACT INFORMATION FORM
Firm Name:_____________________ Check One:
(as it appears on license)
Corporation
Partnership
Sole Prop.
Joint Venture
Contact
Person:_____________________________________________________________________
Address:____________________________________________________________________
Phone:_______________________________Fax:___________________________________
E-mail Address_______________________________________________________________
If firm is a sole proprietor, partnership or joint venture:
Owner(s) of Company:
Contractor's License number(s)
____________________________
____________________________
____________________________
____________________________
Division 0
Bidding and Contract Requirements
9 of 21
Bid No.: 06-35
Quartz Mountain Road East Storm Damage Repair
SUBCONTRACTOR LISTING FORM
The name, location of business, and the license number of all subcontractors who will perform work
or render services to the Bidder in or about the construction of the work shall be listed below and the
portions of the work which will be performed by each subcontractor is set forth herein.
Name
Location of Business
Type of work to be performed
License #
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
_______________________________________________________________________________
Division 0
Bidding and Contract Requirements
10 of 21
Bid No.: 06-35
Quartz Mountain Road East Storm Damage Repair
PREVAILING WAGE RATE CERTIFICATION FORM
Name of Bidder: _____________________________
Bidder has read the provisions in the Invitation to Bid respecting payment of prevailing wages.
Bidder certifies that he/she is aware of the amounts of said prevailing wages as set forth by the
Director of the Department of Industrial Relations, and that Bidder shall ensure that all workers
employed to perform the work called for in the Contract Documents, either by the Bidder or by its
subcontractors, are paid not less than prevailing wages for all work performed or connected with the
work.
____________________________________________________________________________
Firm Name
Telephone
____________________________________________________________________________
Address
City, State, Zip
____________________________________________________________________________
Bidder's Name
Title
____________________________________________________________________________
Bidder's Signature
Date
Division 0
Bidding and Contract Requirements
11 of 21
Bid No.: 06-35
Quartz Mountain Road East Storm Damage Repair
BIDDER’S DECLARATION
The undersigned, ______________________, declares as follows:
1.
The bidder will perform the work under the Contract without discrimination, and shall not discriminate
against any employee or applicant for employment, on the basis of race, religious creed, color, national
origin, ancestry, physical disability, mental disability, medical condition, marital status, sex, age, or
sexual orientation. The bidder shall comply with Labor Code Section 1735 and all provisions of
Executive Order No. 10925 of March 6, 1961, as amended, and all rules, regulations and relevant
orders of the President’s Committee on Equal Opportunity. The bidder shall also comply with the
California Fair Employment and Housing Act (Government Code, Section 12900 and following).
2.
The bidder has not been convicted within the preceding three years of any charge of fraud, bribery,
collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with
the bidding upon, award of, or performance of, any public work contract, as defined in Public Contract
Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including
the Regents of the University of California or the Trustees of the California State University. The term
"bidder" is understood to include any partner, member, officer, director, responsible managing officer, or
responsible managing employee thereof.
3.
The names and capacities of all persons interested in the foregoing bid as principals are as follows:
(State legal name of the entity as well as the names of the president, secretary, treasurer, and manager if a
corporation; the names of all individual partners or joint venturers if a partnership or joint venture; or the first and
last names of the owner of a sole proprietorship.)
4.
The only persons or parties interested in this bid as principals are those named in paragraph three
above. This bid is made without collusion with any other person, firm, or corporation. To the best of my
knowledge and belief, no elected/appointed official or employee of the County of Amador is financially
interested, directly or indirectly, in the offer of services specified in this bid
5.
The bidder is licensed in accordance with the California Contractors’ State License law to perform the
work for which the bid is submitted. The bidder’s license number is: ________________. The
expiration date of the license is _____________.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and
correct, and that this Bidder’s Declaration was executed on _______________, 2005 in (location)
________________________________.
__________________________________________
Signature
Title: ______________________________________
Name of Bidder:_____________________________
Address of Bidder: ___________________________
NOTE: If Bidder is a corporation, the legal name of the corporation shall be set forth above, together with the signature
of the officer or officers authorized to sign Contracts on behalf of the corporation. If Bidder is a partnership or joint
venture, the true name of the firm shall be set forth above together with the signature of the partner or partners
authorized to sign Contracts on behalf of the partnership or joint venture. If Bidder is an individual, his signature shall be
placed above. If signature is by an agent, other than an officer of a corporation or a member of a partnership or joint
venture, a Power of Attorney must be on file with the Department and must be submitted with the bid; otherwise, the bid
will be disregarded as irregular and unauthorized.
Division 0
Bidding and Contract Requirements
12 of 21
Bid No.: 06-35
Quartz Mountain Road East Storm Damage Repair
PUBLIC CONTRACT CODE SECTION 7106
NONCOLLUSION AFFIDAVIT
(To Be Executed By Bidder and Submitted With Bid)
State of California
)
) ss.
County of _______________ )
_______________________________________________________________________, being
first duly sworn, deposes and says that he or she is _________________________________ of
_________________________________________________________________________ the
party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any
undisclosed person, partnership, company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited
any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired,
connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain
from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement,
communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to
fix any overhead, profit, or cost element of the bid price, or of that or any other bidder, or to secure
any advantage against the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further, that the bidder has not,
directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof,
or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation,
partnership, company association, organization, bid depository, or to any member or agent thereof
to effectuate a collusive or sham bid.
_____________________________________________
Signature
Title:
NOTARY SEAL REQUIRED
SUBSCRIBED AND SWORN TO before me, ___________________________, a notary public for
the State of California, on __________________ (date).
Witness my hand and official seal.
_____________________________
Notary Signature
(Seal)
Division 0
Bidding and Contract Requirements
13 of 21
Bid No.: 06-35
Quartz Mountain Road East Storm Damage Repair
DECLARATION
REGARDING
DISQUALIFICATION, REMOVAL OR PREVENTION FROM BIDDING
Name of Bidder: _____________________
1. Has the bidder ever been disqualified, removed, or otherwise prevented from bidding on or
completing a federal, state, or local government project because of a violation of law or a
safety regulation?
Yes
No
If your answer is “Yes,” please explain the circumstances on a separate sheet of paper and
attach it to your bid.
2. Has any officer of the bidder ever been disqualified, removed, or otherwise prevented from
bidding on or completing a federal, state, or local government project because of a violation
of law or a safety regulation?
Yes
No
If your answer is “Yes,” please explain the circumstances on a separate sheet of paper and
attach it to your bid.
3. Has any employee of the bidder ever been disqualified, removed, or otherwise prevented
from bidding on or completing a federal, state, or local government project because of a
violation of law or a safety regulation?
Yes
No
If your answer is “Yes,” please explain the circumstances on a separate sheet of paper and
attach it to your bid.
4. Printed name of person authorized to execute
this declaration on behalf of bidder:__________________________________________
Title: _____________________________
Executed on _______________, 2006, in _____________, California.
I declare under penalty of perjury under the laws of the State of California that the foregoing
is true and correct, and that I am authorized to execute this Declaration on behalf of the
bidder named above.
_______________________________________
Division 0
Bidding and Contract Requirements
14 of 21
Bid No.: 06-35
Quartz Mountain Road East Storm Damage Repair
BID FORM INSTRUCTIONS AND INFORMATION
The complete Project (i.e. the work encompassed by all Bid Packages) is entitled:
QUARTZ MOUNTAIN ROAD EAST STORM DAMAGE REPAIR
PLYMOUTH, CALIFORNIA
BID NO. 06-35
Bids may be submitted for one or more Bid Packages for the Project.
1.
The bidder shall set forth for each item of work, in clearly legible figures, a unit price or lump
sum price and a total in the respective spaces provided for this purpose. . The amount set
forth under the Total Bid Amount space shall be the total for the Bid. Bidders may submit
only one Bid.
2.
The amount of the bid will be the total of those extended lump sum and unit price costs for
each item.
3.
In case of discrepancy between the unit price and the total item cost set forth in the total bid
column, the unit cost shall prevail, except as provided in (a) as follows:
(a).
If the amount set forth as a unit price is unreadable or otherwise unclear, or
is omitted, or is the same as the amount entered in the total bid amount
column for the item, then the amount set forth in the total bid amount column
for the item shall prevail and shall be divided by the estimated quantity for the
item and the price thus obtained shall be the unit price.
4.
Unit Prices shall include all labor, materials, tools, and equipment; all other direct and
indirect costs necessary to complete the unit price component of the Work and to coordinate
the Unit Price work with adjacent work, and shall include all overhead and profit. Contractor
shall accept compensation computed in accordance with the Unit Prices as full
compensation for furnishing such work; including any increases or decreases by change
order as directed by the Project Manger.
5.
Contractor shall immediately notify Project Manager when conditions require the use of Unit
Price items of work. The applicability of, measurement methods for, documentation of, and
final adjustment of the Contract Price for Unit Price items of work shall be determined by the
Project Manager. After performing Unit Price items of work as directed by the Project
Manager, Contractor shall take necessary measurements in the presence of the Project
Manager (unless waived by the Project Manager), and shall submit calculations of quantities
to the Project Manager for approval. Contractor shall notify the Project Manager one day in
advance of taking measurements.
6.
The Contract Price is based upon estimated quantities for unit price work set forth in the
Invitation to Bid. The Contract Price will be adjusted by change order for any increases or
decreases in quantities used for unit price work.
7.
Each Bid submitted shall be the bidder’s price for the furnishing of all labor, tax, bonds,
premiums, transportation, services, disposal, equipment, materials, and appurtenant
facilities to complete the work in accordance with all of the Contract Documents.
8.
The Total Bid Amount as set forth on the Bid Form shall be based upon the most current
prevailing wage rates.
Division 0
Bidding and Contract Requirements
15 of 21
Bid No.: 06-35
Quartz Mountain Road East Storm Damage Repair
Quartz Mountain Road East
Post Mile
Description of Work to be Performed
0.0 to 1.746 (9219 l.f.) – Regrade Roadway – add class 2 aggregate base, 14’ wide, x 6” deep
Note: Post Mile 0.0 to 1.746 Aggregate Base on Quartz Mountain Road East is to be
amended to add 20% cohesive clay and an enzyme additive (Perma-Zyme 11X or
equivalent)
2.067 to 2.077 (53 l.f.) - Left side add 25lb. RIP RAP 2’ wide x 8” deep
2.667 to 2.894 (1199 l.f.)-Left Side – Regrade ditch, add class 2 aggregate base shoulder, 3’wide x 3”deep
2.676-Left Side – Extend culvert pipe 10 l.f.
2.825 to 3.149
(1711 l.f.)-Right Side – Regrade ditch, add class 2 aggregate base shoulder, 2’wide x 5”deep
2.896 to 3.097
(1061 l.f.)-Left Side – Regrade ditch, add class 2 aggregate base shoulder, 2.5’wide x 8”deep
3.166 to 3.350
(972 l.f.)-Left Side – Regrade ditch, add class 2 aggregate base shoulder, 2’wide x 8”deep
3.350 to 3.434 (444 l.f.) - Left Side – back dike with class 2 aggregate base, 3’wide x 12” deep
3.382 to 3.448(348 l.f.)- Right side add 25lb. RIP RAP 2’ wide x 12” deep
3.382 to 3.570 (993 l.f.)- Right side – Regrade ditch, add class 2 aggregate base shoulder, 2.5’wide x 5”deep
3.434 to 3.581 (776 l.f.)- Left side – Regrade ditch, add class 2 aggregate base shoulder, 2’wide x 3”deep
3.660 to 3.676 (84 l.f.)-
Left side – Regrade ditch, add class 2 aggregate base shoulder, 3’wide x 5”deep
4.13 to 4.27 (993 l.f.)- Both Sides – Regrade ditch, add class 2 aggregate base shoulder, 2.5’wide x 5”deep
Division 0
Bidding and Contract Requirements
16 of 21
Bid No.: 06-35
Quartz Mountain Road East Storm Damage Repair
BID FORM
Sealed Bid #06-35
QUARTZ MOUNTAIN ROAD EAST STORM DAMAGE REPAIR
PLYMOUTH, CALIFORNIA
I, the undersigned, declares that he/she has carefully examined the Contract Documents and hereby
proposes and agrees to furnish any and all required labor, tax, bonds, insurance, permits,
premiums, shipping, transportation, services, disposal, equipment, materials, appurtenant facilities,
and work required to complete Quartz Mountain Road East storm damage repair in Sutter
Creek, California, at the cost submitted on this bid form.
Item
No.
1
2
3
4
5
Description
Class 2 Aggregate Base
25lb. R.S.P.
Extend Culvert Pipe.
Enzyme Additive
Traffic Control
Unit
Quantity
Unit Price
Ton
Ton
Lump Sum
SY
Lump Sum
3823
69
10” L.F.
14341
N/A
TOTAL
BID
N/A
AMOUNT
$
Handwritten Total Bid Amount
Name of Business
Address
Contractor's Printed name
Division 0
Bidding and Contract Requirements
Phone Number
Contractors' Signature
17 of 21
Date
Total Bid
Amount
Bid No.: 06-35
Quartz Mountain Road East Storm Damage Repair
SPECIAL PROVISIONS
1. Contractor shall provide and pay for all labor, installation, overhead costs, bonds, equipment,
tools, transportation, materials and appurtenant facilities necessary to complete the work
required for the repair of roadway surface, for repair of the drainage facilities and incidental
tasks and perform all operations described in the Contract Documents and complete all
“Quartz Mountain Road East Storm Damage Repair” work whether specifically
mentioned or not; all as indicated, specified herein, and/or implied thereby to carry out the
apparent intent thereof.
2. Work shall be performed on Quartz Mountain Road East, between Shakeridge Road and
New Chicago Road, Sutter Creek, Amador County Calif..
3. The Contract Documents define the Work of the Contract which comprises, but is not limited
to: Quartz Mountain Road East Storm Damage Repair and in the Contract Documents.
The Contract Documents require Contractor to build, commission and turn over the Project
to County as a “Turnkey” Project, all in accordance with the scope of Work set forth in the
contract.
4. Contractor submittals are required certifying suitability of clay and enzyme additive. .
Aggregate Base is to be modified by adding 20% cohesive clays. Approved enzyme is to be
added at the rate of one gallon for every 165 cubic yards of modified base rock or at a rate
stipulated by manufacturer.
5. A traffic control system shall consist of closing traffic lanes in conformance with the details
shown on the plans, the provisions in Section 12, "Construction Area Traffic Control
Devices," of the Standard Specifications.
The provisions in this section will not relieve the Contractor from the responsibility to provide
additional devices or take measures as may be necessary to comply with the provisions in
Section 7-1.09, "Public Safety," of the Standard Specifications.
If components in the traffic control system are displaced or cease to operate or function as
specified, from any cause, during the progress of the work, the Contractor shall immediately
repair the components to the original condition or replace the components and shall restore
the components to the original location.
When lane closures are made for work periods only, at the end of each work period,
components of the traffic control system, except portable delineators placed along open
trenches or excavation adjacent to the traveled way, shall be removed from the traveled way
and shoulder. If the Contractor so elects, the components may be stored at selected central
locations designated by the Engineer within the limits of the highway right of way.
One-way traffic shall be controlled through the project in conformance with the plan entitled
"Traffic Control System for Lane Closure on Two Lane Conventional Highways" and these
special provisions.
Additional advance flaggers will be required as determined by the Project Manager or his/her
designee.
Utilizing a pilot car will be at the option of the Contractor. If the Contractor elects to use a
pilot car, the cones shown along the centerline on the plan need not be placed. The pilot car
shall have radio contact with personnel in the work area. The maximum speed of the pilot
Division 0
Bidding and Contract Requirements
18 of 21
Bid No.: 06-35
Quartz Mountain Road East Storm Damage Repair
car through the traffic control zone shall be 25 mph.
The contract lump sum price paid for traffic control system shall include full compensation for
furnishing all labor (except for flagging costs), materials (including signs), tools, equipment,
and incidentals, and for doing all the work involved in placing, removing, storing, maintaining,
moving to new locations, replacing, and disposing of the components of the traffic control
system and for furnishing and operating the pilot car, (including driver, radios, cellular
phones, other equipment, and labor required), as specified in the Standard Specifications
and these special provisions, and as directed by the Engineer. Flagging costs will be paid
for as provided in Section 12-2.02, "Flagging Costs," of the Standard Specifications.
The adjustment provisions in Section 4-1.03, "Changes," of the Standard Specifications shall
not apply to the item of traffic control system. Adjustments in compensation for traffic control
system will be made only for increased or decreased traffic control system required by
changes ordered by the Engineer and will be made on the basis of the cost of the increased
or decreased traffic control necessary. The adjustment will be made on a force account
basis as provided in Section 9-1.03, "Force Account Payment," of the Standard
Specifications for increased work and estimated on the same basis in the case of decreased
work.
Traffic control system required by work which is classed as extra work, as provided in
Section 4-1.03D of the Standard Specifications, will be paid for as a part of the extra work.
Work standards:
1.
Any conditions which may prove detrimental to the work described herein shall be
reported immediately to the Project Manager or his/her designee, and provided in writing.
Failure to observe this injunction will constitute a wavier of any subsequent claims and
shall make Contractor responsible for any corrections County may require. Contractor
shall make corrections at Contractor’s expense.
2.
Unless the Contract Documents include more stringent requirements, applicable
construction standards have the same force and effect as if bond or copied directly into
the Contract Documents and are hereby made a part of and incorporated herein by
reference into the Contract Documents.
3.
Where compliance with two or more standards or specifications are specified and
conflict or are different, Contractor shall comply with the most stringent standard or
specification.
4.
Contractor shall take field measurements as required to fit the work properly and recheck
measurements before installing each product.
5.
All surfaces shall be free from material projections, loose and foreign materials and any
other potential hazards or obstructions.
Damages:
1.
At no additional expense to County, the Contractor shall immediately repair or replace
any damage caused by Contractor to the satisfaction and approval of the Project
Manager or his/her designee.
Division 0
Bidding and Contract Requirements
19 of 21
Bid No.: 06-35
Quartz Mountain Road East Storm Damage Repair
2.
Contractor shall ensure that all work causing damage to adjacent property shall be
restored in appearance, quality, and to their original condition. Contractor shall ensure
that roadways, paved areas, areas where work is performed, adjacent areas and areas
affected by the work be maintained in good condition during the work. These areas shall
be protected, clean, not damaged and left in the same condition the area was in prior to
the commencement of work. If adjacent property is damaged, not clean or require
engineering to correct damage due to the work, the Contractor shall immediately employ
services necessary to restore the area to its original condition as soon as possible at no
cost to the County.
3.
Contractor shall be responsible for the delivery and storage of materials, equipment, tools
and accessories necessary in the performance of his/her work. Contractor shall use all
necessary measures to protect the work and adjacent property keeping them free of
corrosion or other damage before, during and after the work.
Cleaning:
1.
Contractor shall in strict accordance with the Contract Documents ensure areas where
work is performed to be clean. Adjacent property remaining shall not be damaged and
shall be left in the same condition they were in prior to the commencement of work.
2.
Contractor shall clean affected and adjacent areas where work is performed and all
other components to remove debris. Only persons skilled and equipped for such work
shall do cleaning. The Project Manager or his/her designee shall determine upon
completion and prior to acceptance, if areas affected or adjacent to the work are clean.
County may charge the Contractor for cleaning areas or work described herein if not
acceptable to the Project Manager or his designee.
3.
Dirt, debris, waste, trash, asphalt, spoils, and all materials resulting from Contractor’s
work, except as specified otherwise, shall become the property of the Contractor and
shall be removed and disposed of in accordance with Federal, State and Local
regulations.
Compliance:
1.
Contractor shall perform all work according to the drawings and specifications and in
compliance with the latest rules of the California Building Code (CBC), Uniform Building
Code, Fire Code, State of California Administrative Code (CAC), Title 24, and all
applicable Federal, state, and local codes.
2.
Contractor shall notify all proper regulatory agencies as required or needed, including,
but not limited to Amador County Land Use Agency, Public Works Agency, etc., and
procure and pay for all permits and licenses, etc., as required to perform the work herein
for the County of Amador.
3.
Contractor shall notify the Project Manager or his/her designee immediately and stop
work if any potentially hazardous condition exists.
4.
All materials (especially chemicals) shall be approved by Project Manager or his/her
designee and be in accordance with manufacturer’s specifications and conform to those
Division 0
Bidding and Contract Requirements
20 of 21
Bid No.: 06-35
Quartz Mountain Road East Storm Damage Repair
standards.
5.
Any materials or substances requiring a Materials Safety Data Sheet (MSDS) shall be
given to the County prior to the commencement of work. The County reserves the right
to reject the use of any material or substance and shall determine if the material or
substance will be used.
Warranties:
Contractor understands that manufacturer’s disclaimers and limitations on product warranties shall
not relieve the Contractor’s responsibility for unacceptable workmanship that incorporates the
products, including but not limited to, suppliers, manufacturers and sub-contractors required to
countersign special warranties with the Contractor. Notwithstanding any other product guarantee or
warranty, Contractor guarantees his/her workmanship unconditionally to be free of defects for a
period of one (1) year. Contractor understands and agrees when correcting work that has failed,
Contractor shall remove, replace and dispose of other work that has been damaged as a result of
such failure, including removing, replacing and disposing of other work as required to provide
access for corrections of work at no cost to the County.
Questions regarding this project should be directed to Barbara Belvoir, Public Works Agency Senior
Project Manager at (209) 223-6429.
Division 0
Bidding and Contract Requirements
21 of 21
Bid No.: 06-35
Quartz Mountain Road East Storm Damage Repair
Download