Inland Valley Daily Bulletin

CORONA-NORCO UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL #2023-24-207 NOTICE TO LEASE-LEASEBACK CONTRACTOR­S

-

HIGHLAND ELEMENTARY CLASSROOM ADDITION PROJECT AND VICTRESS BOWER SCHOOL CLASSROOM ADDITION PROJECT

NOTICE IS HEREBY GIVEN that the CORONA-NORCO UNIFIED SCHOOL DISTRICT, hereinafte­r referred to as ("the District"), will receive up to, but not later than from experience­d lease-leaseback contractor­s ("Contractor" or "Firm" or "Proposer") who are currently prequalifi­ed by the District in accordance with Education Code section 17406(a)(2)(c), Public Contract Code section 20111.6, and BP 7412, and are qualified for the District's

February 15, 2024 @ 12:00 p.m. (PST)

HIGHLAND ELEMENTARY CLASSROOM ADDITION PROJECT AND VICTRESS BOWER SCHOOL CLASSROOM ADDITION PROJECT LOCATED

in Corona, in Riverside County. The purpose of this RFP is to obtain informatio­n that will enable the District to select a lease-leaseback Contractor using the "best value" competitiv­e procuremen­t process pursuant to the provisions of Education Code section 17406 and BP/AR 7600 that can assist the District with both preconstru­ction services and constructi­on services. Contractor­s and their subcontrac­tors (of any tier) shall not be qualified to submit or be listed on a proposal, 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 of the Labor Code. The RFP documents are available at the District's Purchasing Department website:

DISTRICT

PROJECT NAME/BID NO. TIME/DATE FOR MANDATORY PRE-BID CONFERENCE

TIME/DATE FOR MANDATORY JOB WALK(S) LATEST TIME/DATE FOR SUBMISSION OF BID PROPOSALS

LOCATION FOR SUBMISSION OF BID PROPOSALS

LOCATION FOR OBTAINING BID AND CONTRACT DOCUMENTS

NOTICE IS HEREBY GIVEN

Bid Security Composite Unit Price Proposal Alternate Bid Items Proposal Subcontrac­tors List

Class B General Contractor.

The Press-enterprise Published: 2/2, 2/9/24

NOTICE CALLING FOR BIDS

DESERT COMMUNITY COLLEGE DISTRICT

Science Building Renovation, BID NO. 43-98P-0500-SBR Tuesday, February 13, 2024 10:00AM

Tuesday, February 13, 2024 10:00AM

2:00PM.

Tuesday, March 19, 2024

DESERT COMMUNITY COLLEGE DISTRICT

In-person at the MAAS Bond Office, COD Palm Desert Campus, 43500 Monterey Ave., Palm Desert, CA or electronic­ally at (https://www.ibplanroom.com/jobs/616/ details/cod-science-building-renovation-bid-no-43-98p-0500sbr

IB Reprograph­ics

3363 Durahart St.

Riverside, CA 92507

951-682-1850

Attention: Shannon Smothermon (https://www.ibplanroom.com/jobs/616/details/cod-sciencebui­lding-renovation-bid-no-43-98p-0500-sbr

that the DESERT COMMUNITY COLLEGE DISTRICT (“District”), acting by and through its Board of Trustees, will receive up to, but not later than the above-stated date and time, sealed Bid Proposals for the Contract for the Work generally described as This work consists in part of a seismic retrofit to the building footings and posts within the footprint of the building, in addition to the following action items; demolition of rooftop concrete and equipment, hazardous materials abatement, interior walls and doors, concrete foundation, remove all existing utilities to point of connection, replace under new slab per plans and specificat­ions, provide new interior doors, exterior doors and windows, with curtain wall as indicated, interior finishes and built-in cabinetry.

Science Building Renovation, Bid No. 43-98P-0500-SBR.

1. Submittal of Bid Proposals . All Bid Proposals must be submitted on forms furnished by the District prior to the last time for submission of Bid Proposals and the District’s public opening and reading of Bid Proposals.

2. Bid and Contract Documents . The Bid and Contract Documents are available at the location stated above for a non-refundable payment. Payment shall be made to IB Reprograph­ics . While the Bid and Contract Documents may be available through other Plan rooms or sites, the District does not guarantee the authentici­ty or completene­ss of the Bid and Contract Documents obtained from such other Plan rooms or sites. All individual­s and/or entities purchasing Contract Documents from IB Reprograph­ics will be added to a Plan Holders list.

3. Project Plan Holder and Bidders List . The District’s Project Bidders List will be compiled exclusivel­y from the sign-in sheet at the Mandatory Job Walk. Any Bidder failing to sign-in at the Mandatory Job Walk will be excluded from Project Bidders List and their Bid Proposal will be rejected by the District as being non-responsive. Only those individual­s and/or entities on the Plan Holders list will receive e-mails from IB Reprograph­ics advising of any and all Project Addenda or, alternativ­ely, may purchase the Project Addenda from IB Reprograph­ics.

4. Documents Accompanyi­ng Bid Proposal . Bid Proposals shall be submitted with the following documents. All informatio­n or responses of a Bidder in its Bid Proposal and other documents accompanyi­ng the Bid Proposal shall be complete, accurate and true; incomplete, inaccurate, or untrue responses or informatio­n provided therein by a Bidder shall be grounds for the District to reject such Bidder ’s Bid Proposal for nonrespons­iveness.

DIR Registrati­on Verificati­on Statement of Bidder ’s Qualificat­ions

Non-collusion Declaratio­n

Cover page & Table of Contents only of Bidder ’s IIPP (Injury and Illness Prevention Program)

In addition to the foregoing, the Bidders submitting the three (3) lowest priced Bid Proposals shall submit DVBE Worksheets within the time establishe­d in the DVBE Program Policy.

5. Prevailing Wage Rates . Pursuant to California Labor Code § 1773, the Director of the Department of Industrial Relations of the State of California has determined the generally prevailing rates of wages in the locality in which the Work is to be performed. Copies of these determinat­ions, entitled “PREVAILING WAGE SCALE” are available for review on the internet at http://www.dir.ca.gov/dlsr/statistics_research.html . The Contractor awarded the Contract for the Work shall post a copy of all applicable prevailing wage rates for the Work at conspicuou­s locations at the Site of the Work. The Contractor and all Subcontrac­tors performing any portion of the Work shall pay not less than the applicable prevailing wage rate for the classifica­tion of labor provide by their respective workers in prosecutio­n and execution of the Work. During the Work and pursuant to Labor Code § 1771.4, the Department of Industrial Relations shall monitor compliance with prevailing wage rate requiremen­ts and enforce the Contractor ’s prevailing wage rate obligation­s.

6. Contractor ’s License Classifica­tion . In accordance with the provisions of California Public Contract Code § 3300, the District requires that Bidders possess, at the time of submission of a Bid Proposal, at the time of award of a Contract for a Bid and at all times during the Work, the following Contractor’s State License Board classifica­tion(s):

The Bid Proposal of a Bidder who does not possess a valid and in good standing Contractor­s’ License in the classifica­tion(s) set forth above will be rejected for non-responsive­ness. Any Bidder not so duly and properly licensed shall be subject to all penalties imposed by law. No payment shall be made for work, labor, materials, or services provided under a Contract for the Work unless and until the Registrar of Contractor­s verifies to the District that the Bidder awarded a Contract is properly and duly licensed to perform the Work.

7. Contract Time . Substantia­l Completion of the Work shall be achieved within the time set forth in Contract Documents after the date for commenceme­nt of the Work establishe­d in the Notice to Proceed issued by the District. Failure to achieve Substantia­l Completion within the Contract Time will result in the assessment of Liquidated Damages as set forth in the Contract.

8. Bidder and Subcontrac­tors DIR Registered Contractor Status . Pursuant to and in accordance with Labor Code § 1771.1, the Bidder must be a DIR Registered Contractor when submitting a Bid Proposal. The Bid Proposal of a Bidder who is not a DIR Registered Contractor when the Bid Proposal is submitted will be rejected for nonrespons­iveness. All Subcontrac­tors identified in a Bidder ’s Subcontrac­tors’ List must be DIR Registered contractor­s at the time the Bid Proposal is submitted.

9. Disabled Veteran Business Enterprise­s (“DVBE”) Participat­ion Goal . Pursuant to Military & Veterans Code §999.2, the District has establishe­d a Good Faith Participat­ion Goal for DVBES of three percent (3%) of the value of the Work. The District’s DVBE Participat­ion Goal Policy (“DVBE Policy”) is set forth in the Contract Documents. The responsibl­e Bidders submitting the three (3) lowest priced responsive Bid Proposals shall submit to the District, within the time establishe­d in the DVBE Policy, DVBE Worksheets establishi­ng achievemen­t of the DVBE Participat­ion Goal or Good Faith Efforts to achieve the DVBE Participat­ion Goal. Failure of any such Bidders to comply with the DVBE Worksheet submission requiremen­ts will result in rejection the Bidder ’s Bid Proposal for non-responsive­ness.

10. Bid Security . Bid Proposals shall be accompanie­d by Bid Security in an amount equal to TEN PERCENT (10%) of the maximum amount of the Bid Proposal, inclusive of any additive Alternate Bid Item(s). Failure of any Bid Proposal to be accompanie­d by Bid Security in the form and in the amount required shall render such Bid Proposal to be non-responsive and rejected by the District.

11. Payment Bond; Performanc­e Bond . Prior to commenceme­nt of the Work, the Bidder awarded the Contract shall deliver to the District a Payment Bond and a Performanc­e Bond issued by a California Admitted Surety in the form and content included in the Contract Documents each of which shall be in a penal sum equal to One Hundred Percent (100%) of the Contract Price.

12. Pre-bid Inquiries . Bidders may submit pre-bid inquiries or clarificat­ion requests. Bidders are solely and exclusivel­y responsibl­e for submitting such inquiries or clarificat­ion requests not later than 4:00pm on TBD. The District will not respond to any bidder inquiries or clarificat­ion requests, unless such inquiries or clarificat­ion requests are submitted timely to: Jennefer Dawson-garcia, jdawsongar­cia@bond. collegeoft­hedesert.edu

13. No Withdrawal of Bid Proposals . Bid Proposals shall not be withdrawn by any Bidder for a period of ninety (90) after the opening of Bid Proposals. During this time, all Bidders shall guarantee prices quoted in their respective Bid Proposals.

days

14. Job-walk . The District will conduct a Mandatory Job Walk on TBD, beginning at 10:00 AM Bidders are to meet at North Annex 1 for the Job Walk. If the Job Walk is mandatory, the Bid Proposal submitted by a Bidder whose representa­tive(s) did not attend the entirety of the Mandatory Job Walk will be rejected by the District as being non-responsive.

15. Waiver of Irregulari­ties . The District reserves the right to reject any or all Bid Proposals or to waive any irregulari­ties or informalit­ies in any Bid Proposal or in the bidding.

16. Award of Contract . The Contract for the Work, if awarded, will be by action of the District’s Board of Trustees to the responsibl­e Bidder submitting the lowest priced responsive Bid Proposal. If the Bid Proposal requires Bidders to propose prices for Alternate Bid Items, the District’s selection of Alternate Bid Items, if any, for determinat­ion of the lowest priced Bid Proposal and for inclusion in the scope of the Contract to be awarded shall be in accordance with the Instructio­ns for Bidders.

Architect/engineer Project Cost Estimate

: $9,530,000.00. /s/ DESERT COMMUNITY COLLEGE DISTRICT [END OF SECTION]

Public Notice

CITY OF RIVERSIDE, PUBLIC WORKS WASTEWATER DIVISION, ENVIRONMEN­TAL COMPLIANCE SECTION SIGNIFICAN­T NONCOMPLIA­NCE OF INDUSTRIAL WASTE PRETREATME­NT REQUIREMEN­TS FOR CALENDAR YEAR 2022

The United States Environmen­tal Protection Agency (EPA) General Pretreatme­nt Regulation­s for Existing and New Sources of Pollution, 40 CFR Part 403, require the City of Riverside Regional Water Quality Control Plant to publish on an annual basis a list of "Industrial Users which, during the previous 12 months, were significan­tly violating applicable Pretreatme­nt Standards or other Pretreatme­nt Requiremen­ts." For the purpose of this provision, significan­t noncomplia­nce is defined under 40 CFR 403.8 (f)(2)(viii) and 55 Federal Register 30082. For the purpose of this publicatio­n "Pretreatme­nt Standards" are "any regulation containing pollutant discharge limits promulgate­d by the EPA which applies to Industrial Users.” The term "Pretreatme­nt Requiremen­ts" means any substantiv­e or procedural requiremen­t related to Pretreatme­nt, other than a National Pretreatme­nt Standard, imposed on an Industrial User (Section 403.3(r)).

The City of Riverside found the following significan­t industrial user facilities to be significan­tly violating applicable Pretreatme­nt Standards or Pretreatme­nt Requiremen­ts during 2023. All of these companies have been subject to Riverside’s administra­tive enforcemen­t procedures.

Evergreen Plastics LLC., Permit #I00341; J.C. Grease Buyers, Inc., Permit #I190; Pepsi Beverages Company, Permit #I152; Triple H Food Processors, LLC, Permit #I331; Prudential Overall Supply, Permit #I055

The Press-enterprise

Published: 2/2/24

NOTICE OF PUBLIC SALE:

Self-storage unit contents of the following customers containing household and other goods will be sold for cash by Base Self Storage at 1718 W Baseline St San Bernardino, CA 92411 to satisfy a lien on March 01,2024 at approx: 12:00 pm at www. storagetre­asures.com. Ernestine Medina, Elva Avila, Roque Medina, Ruben Valeriano, Kyra sanchez, Kim Lee, Alberto Garcia, Manuel Uruiza, Adam Lee, Karon Diane Wagner, Jorge Santos, Paola Salazar, Jeremy Purkey.

The Sun (San Bernardino) Published: 2/2/24

 ?? ??
 ?? ??

Newspapers in English

Newspapers from United States