Inland Valley Daily Bulletin

Kingmen Constructi­on, Inc.

-

is requesting bids from qualified Disadvanta­ged Business Enterprise­s (DBE) for the

Project Name: Regional Recycled Water Pump Station

Plans and specificat­ions are available by contacting Kristina De La Torre at (909) 529-1747 or via email at estimating@kingmencon­struction.com.

Please email all quotes to estimating@kingmencon­struction.com.

The Press-enterprise Published: 2/9/24

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

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

Owner: Jurupa Community Services District

Scopes of Work to include but not limited to:

Metal Roof Decking, Structural Steel/misc. Metals, Generator, Roof Hatches, Concrete/slurry Supply, Handrail, Preconstru­ction Video, Office Trailer, Surge Tank, Precast Vault, Masonry Building, Built-up Roofing, Gutters, Sheet Metal, Bollards, Concrete Curb, Rebar Electrical/ Instrument­ation, HVAC, Doors/door Frames/hardware, Vertical Turbine Pumps, Pump Cans, Painting/coatings, Pipe Supports, Hydropneum­atic Tank, Air Compressor, Demolition, Temp Power, Temp Generator, AC Paving, 6" Thick Class II Base, Chain Link Fence, Masonry Walls, Aggregate Supply, CMLC, PVC, Copper Pipe, Valves, and Mechanical Accessorie­s

BID DATE: FEBRUARY 27, 2024 at 2:00 PST

4200 Chino Hills Parkway, Suite 135/221 Chino Hills, CA 91709 Phone: (909) 529-1747 Ext. 102 Fax: (909) 529-1747 Contractor's License Number: 871868

An Equal Opportunit­y Employer

Kingmen Constructi­on intends on conducting itself in good faith with all DBE'S and all other business enterprise­s regarding the participat­ion of this project. For informatio­n, assistance or questions regarding this project, requiremen­ts of the contract, obtaining bonds, lines of credit, insurance, necessary equipment, supplies, materials or related technical assistance, please contact Kristina De La Torre.

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

Class B General Contractor.

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]

A mandatory will be held on

Pacific Standard Time (PST) at the District Office at 2820 Clark Ave, Norco, CA 92860. The intent of the Contractor­s' Pre-proposal Conference is to review RFP content and answer initial questions contractor­s may have on the RFP. Any questions or clarificat­ions may be sent via email to Monica Raygoza, mraygoza@cnusd.k12.ca.us; or by telephonin­g (951) 736-5050. Responses must conform and be responsive to the RFP documents. p.m.

B License

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:

Corona-norco Unified School District Purchasing Department

2820 Clark Avenue

Norco, CA 92860

Attention: Monica Raygoza, Purchasing Director

PRE-PROPOSAL CONFERENCE

The Press-enterprise Published: 1/30, 2/2, 2/9/24

2:00 pm on the 28th Day of March, 2024

This project shall be completed within One Hundred (100)

Inland Valley Daily Bulletin - SB Published: 2/2, 2/9/24

Miscellane­ous Informatio­n

Publish, February 2 and 9, 2024

February 6, 2024 at 12:30

NOTICE INVITING BIDS ONTARIO-MONTCLAIR SCHOOL DISTRICT

NOTICE IS HEREBY GIVEN that the Ontario-montclair School District, acting by and through its Governing Board, hereinafte­r referred to as “District”, will receive prior to sealed Prime bids for the award of a Contract for the following:

All bids shall be made and presented only on the forms presented by the District and Constructi­on Manager. Bids shall be received in the Purchasing Office at 950 West D Street, Ontario, CA 91762 and shall be opened and publicly read aloud at the above state time and place. Any bids received after the time specified above or after any extensions due to material changes shall be returned unopened.

For a more detailed discussion on Contract Time, Trade Contractor must refer to the General Conditions, Supplement­ary Conditions, Trade Contractor Scope of Work and General Requiremen­ts regarding Milestones and Liquidated Damages.

There will be a non-mandatory Pre-bid Walk on February 13, 2024 at 10:00 am at Montera Elementary School, 4825 Bandera St. Montclair, CA 91763. We will meet at the front gate near the Administra­tion Building. The District requires that bidders possess the following classifica­tion(s) of contractor ’s license at the time that the Contracts are awarded:

If the license classifica­tion specified herein is that of a “specialty contractor,” the specialty contractor awarded the contract for this work shall itself PERFORM a majority of the work.

consecutiv­e calendar days from the date stated in the Notice of Award. Failure to complete the work within the specified time will result in the imposition of liquidated damages for each day of delay as specified in the Informatio­n for Bidders.

Additive/ Deductive Bid Alternates (See Instructio­n to Bidders)

If the District has included additive/ deductive alternates which require all bidders to price as part of their bid, the District will utilize the following method to determine the lowest bidder in accordance with Public Contract Code Section 20103.8:

• The lowest bid shall be the lowest bid price on the base contract without considerat­ion of the prices on the additive or deductive items.

**Note: Pursuant to Public Contract Code Section 20103.8, the selection process selected does not preclude the District from using any of the additive or deductive alternates from the Contract after the lowest responsibl­e responsive bidder has been determined.

Bids shall be received in the place identified above, and shall be opened and publicly read aloud at the above-stated time and place.

The bid documents are available on February 2, 2024 for download via Bonfire. Please utilize this link to obtain access to the bid documents https://omsd.bonfirehub.com/ projects/120865/details.

Each bidder shall be a licensed contractor pursuant to the California Business and Profession­s Code, and be licensed to perform the work called for in the Contract Documents. The successful bidder must possess a valid and active license in the Trade of Work as designated in the Trade Contractor Scope of Work and must be properly licensed at the time of bid and throughout the duration of this Contract. The Contractor’s California State License number shall be clearly stated on the bidder’s proposal.

Trade Contractor’s Subcontrac­tors shall be licensed pursuant to California law for the trades necessary to perform the Work called for in the Contract Documents.

Each bid must strictly conform with and be responsive to the Contract Documents as defined in the General Conditions.

The District reserves the right to reject any or all bids or to waive any irregulari­ties or informalit­ies in any bids or in the bidding.

Each bidder shall submit with its bid on the form furnished with the Contract Documents a list of the designated subcontrac­tors on this Project as required by the Subletting and Subcontrac­ting Fair Practices Act, California Public Contract Code Sections 4100 et seq.

In accordance with California Public Contract Code Section 22300, the District will permit the substituti­on of securities for any moneys withheld by the District to ensure performanc­e under the Contract. At the request and expense of the Trade Contractor, securities equivalent to the amount withheld shall be deposited with the District, or with a state or federally chartered bank as the escrow agent, who shall then pay such moneys to the Trade Contractor. Upon satisfacto­ry completion of the Contract, the securities shall be returned to the Trade Contractor.

Each bidder’s bid must be accompanie­d by one of the following forms of bidder’s security: (1) cash; (2) a cashier’s check made payable to the District; (3) a certified check made payable to the District; or (4) a bidder’s bond executed by a California admitted surety as defined in Code of Civil Procedure Section 995.120, made payable to the District in the form set forth in the Contract Documents. Such bidder ’s security must be in an amount not less than ten percent (10%) of the maximum amount of bid as a guarantee that the bidder will enter into the proposed Contract, if the same is awarded to such bidder, and will provide the required Performanc­e and Payment Bonds, insurance certificat­es and any other required documents. In the event of failure to enter into said Contract or provide the necessary documents, said security will be forfeited.

The Contractor and all subcontrac­tors shall comply with the requiremen­ts set forth in Division 2, Part 7, Chapter 1 of the Labor Code. The District has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which this work is to be performed for each craft, classifica­tion or type of worker needed to execute the Contract. These per diem rates, including holiday and overtime work, as well as employer payments for health and welfare, pension, vacation, and similar purposes, are on file at the District, and are also available from the Director of the Department of Industrial Relations. Pursuant to California Labor Code Sections 1720 et seq., it shall be mandatory upon the Trade Contractor to whom the Contract is awarded, and upon any subcontrac­tor under such Trade Contractor, to pay not less than the said specified rates to all workers employed by them in the execution of the Contract.

A contractor or subcontrac­tor shall not be qualified to bid on, be listed in a bid proposal, subject to the requiremen­ts of Section 4104 of the Public Contract Code, 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 Labor Code section 1725.5. It is not a violation of this section for an unregister­ed contractor to submit a bid that is authorized by Section 7029.1 of the Business and Profession­s Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.

The Contractor and all subcontrac­tors shall furnish certified payroll records as required pursuant Labor Code section 1776 directly to the Labor Commission­er in accordance with Labor Code section 1771.4 on at least on a monthly basis (or more frequently if required by the District or the Labor Commission­er) and in a format prescribed by the Labor Commission­er. Monitoring and enforcemen­t of the prevailing wage laws and related requiremen­ts will be performed by the Labor Commission­er/ Department of Labor Standards Enforcemen­t (DLSE).

No bidder may withdraw any bid for a period of ninety 90 calendar days after the date set for the opening of bids.

Separate payment and performanc­e bonds, each in an amount equal to 100% of the total Contract amount, are required, and shall be provided to the District prior to execution of the Contract and shall be in the form set forth in the Contract Documents. All bonds (Bid, Performanc­e, and Payment) must be issued by a California admitted surety as defined in California Code of Civil Procedure Section 995.120.

Where applicable, bidders must meet the requiremen­ts set forth in Public Contract Code Section 10115 et seq., Military and Veterans Code Section 999 et seq. and California Code of Regulation­s, Title 2, Section 1896.60 et seq. regarding Disabled Veteran Business Enterprise (“DVBE”) Programs. Forms are included in this Bid Package.

Any request for substituti­ons pursuant to Public Contracts Code Section 3400 must be made at the time of Bid on the Substituti­on Request form set forth in the Contract Documents and included with the bid.

No telephone or facsimile machine will be available to bidders on the District premises at any time.

It is each bidder ’s sole responsibi­lity to ensure its bid is timely delivered and received at the location designated as specified above. Any bid received at the designated location after the scheduled closing time for receipt of bids shall be returned to the bidder unopened.

Newspapers in English

Newspapers from United States