NEFF CONSTRUCTION, INC.
This project must conform to the revisions to California Education Code Section 17407.5 (mandated by AB 566 and SB 693), and Public Contract Code Section 2601 (as amended by SB418). As such, all Neff subcontractors, and their subcontractors at every tier, are required to provide a completely “
”.
Trained Workforce
A“
Skilled and Trained Workforce apprenticeship program
Notes:
Skilled and Trained Workforce
Labor Compliance Notice
JOB WALK:
Sealed Bids Due:
NOTICE INVITING BIDS
NOTICE IS HEREBY GIVEN that , (“LEASE-LEASEBACK CONTRACTOR”) on behalf of Ontario-montclair School District (“OWNER”), is requesting Subcontractor bids for the following project. Sealed bids must be submitted prior to .
Project:
” is defined as:
2:00 p.m. on Tuesday, October 17, 2023 Inland Valley Daily Bulletin - SB
Published: 9/15, 9/22/23 . 2:00 p.m. on TUESDAY, OCTOBER 17, 2023
NUTRITION CENTER COLD STORAGE REPLACEMENT PHASE 1
All bids shall be delivered to Neff Construction, Inc.’s office, 1701 S. Bon View Avenue, Ontario, CA 91761. All bids shall be sealed; no fax or e-mail bids will be accepted .
This is a Lease-leaseback project for Ontario-montclair SD, project involves the removal and replacement of all cooler freezer storage units within the facility along with new refrigeration systems. The replacement of the existing cook / chill equipment with a new system and individual refrigeration. There will be some associated site work and accessible upgrades at existing restrooms, per the Bid Specifications/drawings.
Bid Categories and corresponding licenses are as follows:
CATEGORY LICENSE SIGNATORY
22 - Kitchen Equipment B or C43 or C-61/D-34 NO
Bidders shall refer to Article 12 of the Subcontract Agreement for mandate on collective bargaining affiliation. Successful CONTRACTOR (and their subcontractor performing the work) must be signatory, or sign a “by-job” agreement, with the appropriate trade union having jurisdiction, based on the LEASELEASEBACK CONTRACTOR association with Carpenters and Laborers Unions . See table above for Signatory Requirement listed by Category .
Apprentice workers currently enrolled in a DAS approved apprenticeship program.
• All journeypersons* either:
(a) having graduated from a DAS approved apprenticeship program; or
Note: Workers conforming to (a) or (b) are considered to be “skilled journeypersons”.
Refer to SB418 for exceptions to the percentages listed above
Each bid must conform and be responsive to all pertinent Bidding and Contract Documents.
all
Further information may be obtained at the DIR website, www.dir.ca.gov/dlse/cmu .
The schedule of per diem wages is based upon a working day of eight (8) hours.
Although the job walk is highly recommended, it is not mandatory . 10:00 a.m. on Wednesday, October 4, 2023
For further information consult the Information for Bidders and the Contract Documents.
For questions relating to the project contact: Tom Wertanen via e-mail - Tomw@neffcon.com
Skilled and
(b) can demonstrate hours of on-the-job experience equivalent to the applicable apprenticeship program.
For work performed on or after January 1, 2020, at least 60 percent of the skilled journeypersons on the project by CONTRACTOR and each of its subcontractors at every tier for the respective occupation. must be graduates of an approved
· Within 24 hours of Bid Opening, the successful Bidder must demonstrate the ability to comply with the
requirements by producing certificates of graduation and documentation of equivalent hours for a sufficient number of skilled journeypersons. The successful Bidder must also demonstrate the commitment of a Skilled and Trained Workforce to the satisfaction of the LEASELEASEBACK CONTRACTOR, based on subcontract value and schedule durations.
Failure to provide the appropriate certificates and documentation shall deem the Bid Nonresponsive.
Monthly certification of a Skilled and Trained Workforce is required and a prerequisite for payment.
This project is subject to DIR Public Works Funding Legislation - SB 854. To bid on this Project, the CONTRACTOR and all of its lower-tier subcontractors are required to be registered online as a “Public Works Contractor” with the California Department of Industrial Relations at www.dir.ca.gov/publicworks/publicworks.html , and each shall pay an annual, non-refundable fee of $400.00.
Per PCC 20111.6, Bidders that must be pre-qualified by the Owner include the LEASE-LEASEBACK CONTRACTOR, and, if utilized, all 1 st tier subcontractors (performing work under) OR (holding) the following CSLB license classifications: C-4, C-7, C-10, C-16, C-20, C-34, C-36, C-38, C-42, C-43, and C-46. Pre-qualifications must be submitted no later than ten (10) business days prior to bid opening, and bidders must be Pre-qualified a minimum of five (5) business days prior to bid opening.
Bidder shall provide the surety Payment and Performance Bonds as specified in the General Conditions within ten (10) calendar days after notification of the LEASE-LEASEBACK CONTRACTOR’S award of the contract to the Bidder.
Bids must be submitted on the Contract Bid Forms, which are part of this Bid Package for the Project. Bid documents will be sent to SUBCONTRACTORS through Procore upon request; contact juliew@ neffcon.com .
Each bid must be on LEASE-LEASEBACK CONTRACTOR’S Bid Form and shall be accompanied by: Bid Security; Non-collusion Declaration; Site Visit Certification; Certification of Compliance with DVBE Policy; Proposed Subcontractors; Submittal Substitution Request (if applicable)
: The DISTRICT/LEASE-LEASEBACK CONTRACTOR, being the awarding body, is entitled to request certified payroll records for inspection, pursuant to Section 1776 of the Labor Code.
SUBCONTRACTORS assume responsibility to provide of their subcontractors with notification of prevailing wage requirements, as lower-tier subcontractors must also comply with prevailing wage laws and regulations.
SUBCONTRACTORS are advised that this contract is subject to monitoring by the Compliance Monitoring Unit (“CMU”), a Division of the Department of Industrial Relations (“DIR”). The Subcontractor and all lower-tier subcontractors shall be required to furnish electronic certified payroll reports (“CPR”) directly to the Labor Commissioner/cmu in accordance with Title 8, California Code of Regulations, Section 16460 et seq.
The successful Bidder and all subcontractors utilized by the successful Bidder on the project shall maintain and furnish to the DIR on a periodic basis as directed by the DIR, but in no event less frequent than once each month, certified copies of weekly payroll reports signed under penalty of perjury. The DIR shall review the payroll reports to verify compliance with the prevailing wage requirements and shall conduct audits and onsite investigation as it deems necessary. The prevailing rate of per diem wages and a description of employer payments are on file at the OWNER’S OFFICE and are available to any interested party upon request. If the payroll records or reports are delinquent or inadequate, the OWNER shall withhold contract payments. Additionally, if after an investigation it is established that an underpayment occurred, the OWNER shall withhold contract payments equal to the amount of underpayment and applicable penalties. The OWNER thereafter shall follow the requirements regarding notice to the CONTRACTOR or subcontractor as provided in Labor Code Section 1771.6 .
NOTE: Weekly CPR for Subcontractors and all lower tier subcontractors must be uploaded to LCP Tracker. NO FAXED OR HARD COPY CERTIFIED PAYROLL REPORTS WILL BE ACCEPTED . CPR must be sequentially numbered (1 through Final) and include “Non-performance” reports if no work was done during any specific week.
Each Bidder agrees that if its bid is accepted, it shall comply with all applicable provisions of: (1) the California Labor Code and (2) the DIR’S CMU.
The OWNER 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 the work is to be performed for each craft, classification, or type of work needed to execute the contract. Straight-time hourly rates and overtime hourly rates (daily, Saturday, Sunday, and holiday) shall be paid in accordance with the general prevailing wage determination issued by the Director of the Department of Industrial Relations. The general prevailing rate of per diem wages determined can also be located on the internet at the following web address: www.dir.ca.gov
Copies of schedules of rates so determined are on file at the OWNER’S principal office located at the Ontario-montclair School District, 950 W. “D” Street, Ontario, CA 91762 and are available to any interested party upon request.
In accordance with Sections 1773 and 1773.2 of the California Labor Code, the CONTRACTOR shall post a copy of the determination of prevailing rate of wages at each jobsite.
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.
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.
Contracts will be awarded in conformance with Education Code section 17406.a.4.b(iii), without consideration of any Alternates.
Pursuant to Section 7028.15 of the Business and Professions Code and Section 3300 of the Public Contract Code, all Bidders must possess proper licenses for performance of this Contract. At the time of bid, and through duration of project, CONTRACTORS shall possess the required California CONTRACTOR’S licenses in order to perform the specified Bid Category of Work.
Subcontractors must possess the appropriate licenses for each specialty subcontracted. Additionally, CONTRACTORS must verify license requirements of local jurisdictions.
No Bidder may withdraw his bid for a period of (120) calendar days after the date set for the opening thereof.
The OWNER and LEASE-LEASEBACK CONTRACTOR reserve the right to reject any and all bids and to waive irregularities in any bid.
A job walk will be held at the site for attendance by any interested Bidder with representatives of the OWNER, ARCHITECT, and LEASE LEASE-BACK CONTRACTOR.
The job walk will commence at . All attendees shall meet at the Nutrition Center Cold Storage , 1525 South Bon View Avenue, Ontario, CA 91762.
NOTICE INVITING BIDS
The Jurupa Unified School District (“DISTRICT”) will receive sealed bids for the
(“Project”) at the JUSD Purchasing Department, 4850 Pedley Road, Jurupa Valley, CA 92509 no later than
, per the Purchasing Bid Clock at which time or thereafter said sealed bids will be opened and read aloud. Bids received after this time will be returned unopened. Bids shall be valid for sixty (60) days after the bid opening date.
This project will be bid and constructed using the Single Prime delivery system with the individual package as described below:
Category 23 - Site Plumbing
REPLACEMENT
SINGLE-PRIME:
CONTRACTOR’S conduct two
Each bid must be submitted with security in an amount not less than ten percent (10%) of the maximum bid amount as a guarantee that the Bidder will enter into the proposed contract, including all required Contract Documents. Such security must be in one of the following forms: (1) a cashier’s check or certified check made payable to the DISTRICT; or (2) a bond made payable to the DISTRICT in the form set forth in the Contract Documents. Any bond must have been issued by a California-admitted surety as defined in Code of Civil Procedure Section 995.120.
Bids must be submitted on DISTRICT bid forms. No other forms will be accepted.
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. Except as provided in Public Contract Code Section 5100 et sq. , no Bidder may withdraw a bid for a period of sixty (60) calendar days after the opening of the bids.
The successful Bidder will be required to provide both a performance bond and a separate payment bond, each in an amount equal to 100% of the total contract amount. The forms of the bond are set forth in the Contract Documents and all bonds must be issued by a California-admitted surety as defined in California Code of Civil Procedure Section 995.120.
The successful Bidder and each of its subcontractors of any tier will be required to pay not less than the general prevailing rates of per-diem wages in the locality in which the work is to be performed for each craft or type of worker needed to execute the contract (“Prevailing Wages”). A copy of the perdiem rates of Prevailing Wages is available on the Department of Industrial Relations (“DIR”) website and a copy shall be posted at the Project site by Bidder. Pursuant to Labor Code sections 1725.5 and 1771.1, all CONTRACTORS and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work, must be registered with the DIR. No bid will be accepted nor any contract entered without proof of the CONTRACTORS and subcontractors current registration with the DIR to perform public work. If awarded a contract, the Bidder and its subcontractors, of any tier, shall maintain active registrations with the DIR for the duration of the Project. This Project is subject to compliance monitoring and enforcement by the DIR. In bidding on this Project, it shall be the Bidder ’s sole responsibility to evaluate and include the cost of complying with all labor compliance requirements under this contract and applicable law in its bid.
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. Bidders may contact the DISTRICT for details regarding the DISTRICT’S DVBE participation goals and requirements.
BID BOND:
BID FORMS:
BID PROCESS:
PAYMENT AND PERFORMANCE BONDS:
PREVAILING WAGES:
DVBE:
ALTERNATES:
Date:
NOTES:
DETERMINATION:
Planning Division. 23-24-05PD - JURUPA MS- DOMESTIC WATER LINE
Thursday, October 19, 2023
LICENSE:
PREQUALIFICATION: the mandatory job walks. BID DOCUMENTS:
Pre-bid RFI Due Date: Advertised:
The Press-enterprise Published: 9/15, 9/22/23
PROJECT LOCATION:
Candice Assadzadeh, Senior Planner
(951) 826-5667 cassadzadeh@riversideca.gov
PROJECT CONTACT: PHONE:
Maribeth Tinio, City Planner
The Press-enterprise Published: 9/15/23 hold
HAZARDOUS WASTE SITES:
Friday, September 15, 2023
October 6, 2023
Monday, October 16, 2023
E-MAIL:
DOCUMENT AVAILABILITY:
DATE: September 15, 2023
By:
NOTICE OF INTENT TO ADOPT MITIGATED NEGATIVE DECLARATION FOR THE CITY OF RIVERSIDE, CALIFORNIA
PLANNING CASE PR-2022-001293 (PM, GE):
PUBLIC REVIEW AND WRITTEN COMMENTS:
Comments should be addressed to:
Candice Assadzadeh, Senior Planner City of Riverside, Planning Division 3900 Main Street, 3rd Floor
Riverside , CA 92522 2:00 p.m. on
The class(es) of California CONTRACTOR’S license(s) required in order to bid on and perform the contract for this Project is/are:
Category 23 - Site Plumbing
License A or C-36
Licenses must be valid and active at the time of award of bid.
As a condition of submitting a bid for this Project, and in accordance with California Public Contract Code section 20111.6, prequalification of the CONTRACTOR is required. The DISTRICT has elected to prequalify Bidders on an annual basis. Bids will not be accepted if a CONTRACTOR has not been prequalified where prequalification is required. A list of prequalified CONTRACTORS will be published on the JUSD Purchasing website at least five (5) business days prior to the bid opening date. If this Project includes work that will be performed by mechanical, electrical or plumbing (“MEP”) subcontractors (CONTRACTORS that C-4, C-7, C-10, C-16, C-20, C-34, C-36, C-38, C-42, C-43 or C-46 licenses), such MEP CONTRACTORS must also be prequalified. It is the responsibility of the Bidder to ensure that all MEP subcontractors holding any of the licenses listed above are properly prequalified before submitting a bid.]
The DISTRICT will pre-bid conferences and site visits on
PRE-BID CONFERENCES AND SITE VISITS:
mandatory Tuesday, September 26, 2023, and Thursday, September 28, 2023 at 10:00 a.m.
for the purpose of acquainting prospective Bidders with the bid documents and the work site. The pre-bid conference will begin at Jurupa Middle School, 8700 Galena Street, Jurupa Valley, CA 92509. (Meet onsite in front of the Administration of Office
.) Bidders only need to attend one of
The DISTRICT’S Project Planholder List will be generated exclusively from the roster of CONTRACTORS securing Bid Documents from the DISTRICT’S authorized reproduction firm, A & I Reprographics, or the CONSTRUCTION MANAGER via download. CONTRACTORS may, at their expense, obtain the documents necessary to submit a bid (“Bid Documents”) from A & I Reprographics at (909) 514-0704, or e-mail a request to bid@ aandirepro.com. Additionally, CONTRACTORS may secure the Bid Documents via free Procore download by emailing a request to Julie Wilson, juliew@neffcon.com . Bids must be submitted to the DISTRICT on the Contract Bid Forms, which are part of the bid package for the Project. Reference bid documents will also be placed in the CONSTRUCTION MANAGER’S office, and can be viewed at Mcgraw-hill Construction’s website at www.construction.com/ projectcenter .
For information regarding this project, prospective Bidders are requested to contact Tom Wertanen , Neff Construction, Inc., tomw@ neffcon.com , (909) 947-3768.
All notices, clarifications, and addenda to this bid will be distributed by the above CM. The DISTRICT shall not be responsible for sending individual notification of changes or updates to any respondents. It is the sole responsibility of the Bidder to remain apprised of changes to this bid.
If the DISTRICT requires that bids include additive or deductive alternates, the Bid Form will describe the specific alternates required. The award of the contract for the Project will be based on the lowest responsive base bid
September 15, 2023
Purchasing
Jurupa Unified School District
4850 Pedley Road
Jurupa Valley, CA 92509
Wednesday, October 11, 2023
Friday, September 15 & Friday, September 22, 2023
Jeffrey Lewis, Director of
Proposal by Jerardo Reyes and Ryan Williams to consider the following entitlements: 1) Tentative Parcel Map (No. 39174) to subdivide a 5.74-acre parcel into four parcels for residential purposes; and 2) Grading Exception to allow grading within the Prenda Arroyo and the 50-foot arroyo setback. The Planning Division of the Community & Economic Development Department recommends the Community & Economic Development Director determine the project will not have a significant effect on the environment and adopt the Mitigated Negative Declaration and Mitigation Monitoring and Reporting Program (MMRP).
It should be noted that Tribal Consultations have been conducted pursuant to A.B. 52.
The 5.74-acre project site is developed with an existing single-family residence, located at 841 Alpine Meadows Lane, situated on the south side of Alpine Meadows Lane between Harbart Drive and Kingdom Drive, in the R-1-1/2-acre – Single Family Residential Zone, in Ward 4.
Pursuant to Section 15087.c.6 of the Guidelines for California Environmental Quality Act the City acknowledges the non-existence of hazardous waste sites within the project area reviewed by this Mitigated Negative Declaration.
The review period for submitting written comments on the Mitigated Negative Declaration pursuant to State CEQA Guidelines Section 15105 commences on
and will close on at 5:00 p.m. If you have any questions regarding the project or Mitigated Negative Declaration, please contact by e-mail or phone as indicated above.
Wednesday, October 4, 2023
The Mitigated Negative Declaration is available at the City Planning Division, located at the address above, and may also be viewed on the City's website at https://riversideca. gov/cedd/planning/development-projects-and-ceqa-documents as well as the Office of Planning & Research’s website at https:// ceqanet.opr.ca.gov .
The Community & Economic Development Department Director’s determination becomes final on
, unless appealed to the City Council no later than . Appeal procedures are available from the
Friday,
If you challenge the above proposed action in court, you may be limited to raising only those issues you or someone else raised in written comments delivered to the Planning Division of the City of Riverside during the comment period specified above.