
Proposal & Bid Notice Details:
APPLE VALLEY UNIFIED SCHOOL DISTRICT
APPLE VALLEY UNIFIED SCHOOL DISTRICT-AFB-NO-22505-AVUSD-FOR, FIRE ALARM UPGRADES AT 2 SITES PROJECT.
Notice Summary:
ADVERTISEMENT FOR BIDS
NOTICE IS HEREBY GIVEN that the Apple Valley Unified School District (AVUSD) of San Bernardino County, California, acting by and through its Governing Board, hereinafter referred to as the District, will receive up to, but not later than 2:00 p.m. of the 12th day of January 2023, sealed bids for the award of a contract for the construction of:
AVUSD: FIRE ALARM UPGRADES AT 2 SITES – PHASE I
Bids received after the time noted above shall be returned unopened. All bids shall be made on a bid form furnished by the District.
Bids will be received at the District Office located at 12555 Navajo Road, Apple Valley, CA 92308, on or before the time and date stated above. Bids will remain sealed until the time and date stated below.
Bids will be publicly opened and read aloud at 2:00 P.M. of the 12th day of January 2023 at the District Office.
Each bid must conform and be responsive to all pertinent Bidding and Contract Documents. Copies of the Contract Documents are on file and open for public inspection at California Professional Management at 12530 Hesperia Road., Suite 216, Victorville, CA 92395.
Prospective prime trade contractor bidders may obtain electronic bid documents upon completion of the bidder registration process through A&I Reprographics, Inc. The bidder registration form is available online at: http://aandireprographics.sharefile.com, User ID: cpm2@aandirepro.com and Password: CalPro002, and clicking on the Bid Opportunities View Only folder (Public Projects link); by emailing bid@aandirepro.com; or by calling
(909) 390-4839. Electronic bid documents will be distributed as PDF files via CD-ROM or internet download via A&I Reprographics, Inc.’s Sharefile file transfer application. There is no charge for the electronic bid documents, but a non-refundable mailing charge will apply if the bidders request shipment of the CD-ROM.
Printed bid documents can be purchased from A&I Reprographics, Inc. for a non-refundable print fee of $150.00 plus a non-refundable shipping fee (costs vary on location).
Prime trade contractor bidders are asked to register with A&I Reprographics, Inc. (no later than three (3) days before bid opening).
All registered plan holders with A&I Reprographics, Inc. will receive automatic notification of project addenda and other pertinent information.
Bid documents are available for review without registration at the following plan rooms:
1. Dodge Data & Analytics at:
Email: dodge.bidding@construction.com
Phone: (800) 393-6343 / Fax: (877) 836-5711
2. Construction Up-date
16885 West Bernardo Drive, Suite 335
San Diego, CA 92127
Email: admin@goodfaitheffort.com
Phone: (858) 487‑2600 / Fax: (858) 487‑3500
3. All Valley Reprographics & Plan Room, Inc.
15353 Anacapa Road, Suite 1
Victorville, CA 92392
Email: sales@avreproplanroom.com
Phone: (760) 243‑2111 / Fax: (760) 243‑2131
4. Southern California Builders Association
732 North Diamond Bar Boulevard, #224
Diamond Bar, CA 91764
Email: scba@socalbuilders.org
Phone: (909) 396-1451 / Fax: 396-1453
5. Construction Bidboard (eBidBoard)
11622 El Camino Real
San Diego, CA 92130
Email: planroom@ebidboard.com
Phone: (800) 479-5314 / Fax: (619) 688-0585
6. BidAmerica
41085 Elm Street
Murrieta, CA 92562
Email: planroom@bidamerica.com
Phone: (951) 677-4819 / Fax: (951) 600-0615
7. ISQFT
77738 Flora Road
Palm Desert, CA 92211
Email: sandiego@isqft.com
Phone: (800) 364-2059, Ext. 2059 /
Fax: (866) 570-8187
For information regarding this project, prospective bidders are requested to contact Andrew Galbraith, Project Manager at California Professional Management (760) 646-2023 (phone) or agalbraith@cpmcrew.com (email).
Attention is directed to the requirements of the Information for Bidders regarding goals for Disabled Veteran Business Enterprise (DVBE) participation on this project. This project has a goal of 3 percent DVBE participation.
Each bid shall be accompanied by Bid Security, Verification of Contractor and Subcontractor DIR Registration, list of Designated Subcontractors, Certificate of Recycled Content, Noncollusion Declaration, Iran Contracting Act Certification, Site Visit Certification, and Employment Certification, and Acknowledgment of Bidding Practices Regarding Indemnity required by the Instructions to Bidders.
Bidders are advised that this contract is a public work for purpose of the California Labor Code, which requires payment of prevailing wages. Wage rates can be obtained from the Director of the Department of Industrial Relations at http://www.dir.ca.gov/OPRL/dprewagedetermination.htm. No contractor or subcontractor may be listed on a bid proposal or awarded a contract for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. http://www.dir.ca.gov/Public-Works/PublicWorks.html. This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. (Labor Code §1771.4).
The Director of the Department of Industrial Relations shall determine the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which the work is to be performed for each craft, classification or type of work needed to execute the contract. Holiday rates shall be paid as specified in the collective bargaining agreement applicable to each particular craft, classification or type of work employed on the project.
Copies of schedules of rates so determined are available on the internet at
http://www.dir.ca.gov/dir/S&R/statistics_research.html.
In accordance with Section 1773.2 of the California Labor Code, the Contractor shall post a copy of the determination of prevailing rate of wages at each job site.
The schedule of per diem wages is based upon a working day of eight (8) hours. The rate for holiday and overtime work shall be at time and one-half.
The Contractor and any subcontractor(s) shall pay not less than the specified prevailing rates of wages to all workers employed by them in the execution of the contract.
The successful contractor and all of its subcontractors for the project will be required to attend a mandatory Pre Construction Conference before commencing work. During the Pre-Construction Conference, the District’s Labor Compliance Program (LCP) and the state labor law requirements applicable to this project will be discussed. The contractor and all subcontractors will be required to certify that they acknowledge and understand the District’s LCP and all of the state labor law requirements for this project. The successful contractor or any of its designated subcontractors shall not perform any work on the project prior to attending the Pre Construction Conference and executing the appropriate certification.
A payment bond and performance bond will be required prior to the execution of the contract. The payment bond and performance bond shall be in the form and amount set forth in the Contract Documents.
In accordance with provisions of Public Contract Code Section 22300, substitution of eligible and equivalent securities for any monies withheld to ensure performance under this contract will be permitted at the request and expense of the contractor.
Pursuant to Public Contract Code Section 3300 and Business and Professions Code Section 7028.15, each bidder shall possess at the time of the bid the license classification as follows below. The successful bidder must maintain the license throughout the duration of this contract.
License Classification |
Category Contractor |
|
13 |
C-7 – Low Voltage |
X |
C10 – Electrical |
X |
General Building Contractor (B-1) may bid two or less trades providing they maintain listed specialty classification license(s). General Building Contractor (B-1) may bid 2 or more unrelated trades (not including framing or carpentry) provided listed subcontractors maintain appropriate listed specialty classification license(s).
General requirements, Contract Documents, and General Conditions apply to each category: Contractor as noted below. For special conditions for each category, Contractor refers to Specification Section 01 11 15 - Special Conditions Schedule.
PROCUREMENT REQUIREMENTS
00 11 13 Advertisement for Bids
00 21 13 Instructions to Bidders
00 24 13 Scope of Work Summary
00 41 26 Bid Form – Construction Management (Multi-Prime Contract)
00 43 13 Bid Bond
00 43 36 Designation of Subcontractors
00 45 19 Non-Collusion Declaration
00 45 46 Iran Contracting Act Certification
00 45 47 Certification of Recycled Content
00 45 48 Site Visit Certification
00 45 49 Employment Certification
00 45 50 Acknowledgement of Bidding Practices Regarding Indemnity
CONTRACTING REQUIREMENTS
00 52 24 Agreement Form
00 60 00 Project Standard Forms
00 61 13 Performance Bond Form
00 61 14 Payment Bond (Labor and Materials) Form
00 61 15 Guarantee
00 62 17 Contractor’s Certificate Regarding Worker's Compensation
00 62 90 Contractor’s Certificate Regarding Drug Free Workplace
00 62 91 Certification of Asbestos-Free Materials
00 62 92 Certification of Employee Status
00 63 58 Claim Certification
00 63 59 Contractor’s Certificate Regarding Alcoholic Beverage and Tobacco-Free Campus Policy
00 65 73 DVBE Participation
GENERAL CONDITIONS
00 72 26 General Conditions – Construction Management (Multi-Prime Contract)
00 73 00 Supplementary Conditions
DIVISION I - GENERAL REQUIREMENT
01 11 10 Summary of Work
01 11 15 Special Conditions Schedule for all Category Scope of Work
01 20 00 Price and Payment Procedures
01 25 13 Product Substitution Procedures
01 31 00 Project Management and Coordination
01 32 17 Construction Schedule - Bar Chart
01 33 00 Submittal Procedures (FF&J)
01 35 16 Alteration Project Procedures
01 35 23 Safety Requirements
01 40 00 Quality Requirements (FF&J)
01 41 00 Testing Laboratory Services (FF&J)
01 42 19 Reference Standards
01 43 10 Quality Assurace
01 50 00 Temporary Facilities and Controls
01 60 00 Product Requirements (FF&J)
01 73 00 Execution Requirements
01 73 29 Cutting and Patching
01 74 19 Construction Waste Management and Disposal
01 77 00 Closeout Procedures
Bid Package Categories are as follows:
Category 13 Electrical and Low Voltage
Prime contractors may submit individual bids for more than one category under the provisions of Instructions to Bidders, Specification Section 00 21 13. No combination bid proposals will be accepted. No bidder may withdraw his bid for a period of Sixty (60) days after the date set for the opening thereof. Bidders may not combine more than one category in a bid proposal. Bidders must submit a separate bid proposal for each category the bidder is interested in bidding. Proposals for individual category proposal(s) must be submitted as separate proposals, in separate envelopes, complete with ALL bid documents required including separate bid bonds.
A mandatory pre-bid conference has been scheduled for 9:00 a.m. on the 20th day of December 2022 at the District office located at 12555 Navajo Road, Apple Valley, CA 92308. The group will visit each campus for site review. All interested bidders are invited. Representatives of the District and Architect/Engineer/Construction Manager will be in attendance. For further information regarding the pre-bid conference refer to the Instructions to Bidders.
For further information consult the Instructions to Bidders and the Contract Documents.
First Publication: |
December 1, 2022 |
|
Matthew Schulenberg |
Second Publication: |
December 15, 2022 |
|
Assistant Superintendent, Administrative Services |
Bid Opening Date: |
January 12, 2023 |
|
|
END OF DOCUMENT
@ Dodge Data & Analytics. All Rights Reserved