West Coast Center of Excellence Invitation for Bids

Back to RFP Listing

Location

RFP ID: 
IFB 23-027
Issue Date: 
Thursday, January 5, 2023 - 11:30am
Due Date: 
Thursday, February 16, 2023 - 3:00pm
RFP Status: 
Cancelled

NOTICE INVITING BIDS
IFB 23-­027

ARTICLE 1 INVITATION TO BID

1.01      Notice Inviting Bids: Owner will receive sealed Bids at the office of SunLine Transit Agency, 32- 505 Harry Oliver Trail, Thousand Palms, CA 92276, 3:00pm on Thursday, February 9, 2023 for the following public work:

SUNLINE TRANSIT AGENCY

West Coast Center of Excellence Facility

32-505 Harry Oliver Trail

Thousand Palms, CA 92276

1.02      Project Description: New 4,000 s.f. training facility building and related site work.

1.03     Location of Work: 32-505 Harry Oliver Trail, Thousand Palms, CA 92276

1.04      The Engineer’s Opinion of Probable Costs is not disclosed.

1.05     Completion of Work: All work shall be completed within 220 Calendar Days for the date when the Contract Time commences to run.

1.06      Procurement of Bidding Documents: Bidding Documents contain the full description of the Work. Electronic copies of the Bidding Documents, Addenda, specifications and drawings can be viewed at sunline.org.

1.07      Instructions: Bidders shall refer to Document 00 2113 (Instructions to Bidders) for required documents and items to be submitted as set forth in Paragraph 1.01 above.

1.08      Optional Pre-Bid Site Visit and Meeting: Owner will conduct an optional Pre-Bid Meeting and Site Visit at 10:00am on Thursday, January 12, 2023 at SunLine Transit Agency, 32-505 Harry Oliver Trail, Thousand Palms, CA. All prospective bidders will have one (1) week

              (January 12, 2023-January 19, 2023) to self-inform on the site conditions and ask all questions in writing by January 19, 2023. Prospective bidders must schedule a time with Contracts Administrator, Sara Parrish, at sparrish@sunline.org in order to visit the site. If the prospective

              bidder chooses to not take advantage of visiting Owner’s site, bidder bears all responsibility from not self-informing.

1.09      Bid Preparation Cost: Bidders are solely responsible for the cost of preparing their Bids.

1.10      Reservation of Rights: Owner specifically reserves the right, in its sole discretion, to reject any or all Bids, to re-bid, or to waive inconsequential defects in bidding not involving time, price or quality of the work. Owner may reject any and all Bids and

             waive any minor irregularities in the Bids.

ARTICLE 2 LEGAL REQUIREMENTS

2.01      Required Contractor’s License(s): A California class B contractor’s license is required to bid this contract. Joint ventures must secure a joint venture license prior to award of this Contract. Specialty work may require a specialty contractor’s license held by Bidder or a listed subcontractor.

2.02       Required Contractor and Subcontractor Registration

A.      Owner shall accept Bids only from Bidders that (along with all Subcontractors listed in Document 00 4336, Subcontractor List) are currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5.

  B.      Subject to Labor Code Sections 1771.1(c) and (d), any Bid not complying with paragraph 0 above, shall be returned and not considered; provided that if Bidder is a joint venture (Business & Professions Code Section 7029.1) or if federal funds are

            involved in the Contract (Labor Code Section 1771.1(a)), Owner may accept a non-complying Bid provided that Bidder and all listed Subcontractors are registered at the time of Contract award.

2.03    Non-Substitutable Materials, Products, Things, or Services: No non-substitutable items are identified.

2.04   Substitution of Securities: Owner will permit the successful bidder to substitute securities for any retention monies withheld to ensure performance of the contract, as set forth in Document 00 6290 Escrow Agreement For Security Deposits

           in Lieu of Retention and incorporated herein in full by this reference, in accordance with Public Contract Code Section 22300.

2.05      Prevailing Wage Laws: The successful Bidder must comply with all prevailing wage laws applicable to the Project, and related requirements contained in the Contract Documents. Copies of the general prevailing rates of per diem wages for each

              craft, classification, or type of worker needed to execute the Contract, as determined by Director of the State of California Department of Industrial Relations, are on file at the Owner’s Facilities Development and Management Division, may be obtained from

              the California Department of Industrial Relations website (http://www.dir.ca.gov/OPRL/dprewagedetermination.htm) and are deemed included in the Bidding Documents. Upon request, Owner will make available copies to any interested party.

             Also, the successful Bidder shall post the applicable prevailing wage rates at the Site.

2.06      Prevailing Wage Monitoring: This Project is subject to prevailing wage compliance monitoring and enforcement by the Department of Industrial Relations.

2.07      Bid Forms and Bid Security. Each Bid shall be submitted on the Owner’s forms as provided. If any Bidder makes any alteration, strike-through or deviation in any of the printed matter of the Bid, or makes any qualifications of the Bid Forms in separate

              documents submitted with the Bid, the Bid may be considered non-responsive. Each Bid must include a cashier’s check or certified check drawn on a solvent bank payable to “SunLine Transit Agency”, cash, or a Bid Bond executed by a California admitted

              surety insurer which must be in the form furnished by the Owner, or approved by Owner’s Attorney, in an amount equal to ten percent (10%) of the total maximum Bid Price amount (including any Bid Alternate prices used to determine the lowest Bid Price) payable

              to the “SunLine Transit Agency”. Said Bid Security shall serve as a guarantee that the selected Design-Builder will, enter into a valid contract with Owner in accordance with the Bidding Documents and that the Bidder will furnish the Performance Bond, Payment Bond,

              and insurance documentation as more particularly described in the Bidding Documents.

2.08     Federal Funding Requirements: This Project is funded using funds from the Federal Transportation Administration. Accordingly, federal requirements apply and Contractor will be required to comply with the provisions set out in

              Document 00 7301 (Supplemental Conditions – Federal Requirements), as well as in the other Contract Documents.

 

 

 

 
1 Start 2 Complete

Please complete the form below to access documents for this project.

Please Note:

Where proposals are sent by mail, delivery service or delivered in-person to the SunLine Transit Agency Procurement Office, the proposors shall be responsible for the delivery to SunLine before the advertised date and hour for the opening of the proposals. Proposors should follow the instructions for submittal in the bidding documents. To pick up proposals or any questions about downloading proposals, please call SunLine at 760-343-3456.

Feedback