INVITATION TO BID-NEW CONSTRUCTION

Similar documents
City of Eagle Point 2017 Paving Instruction to Bidders

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

~lamance <tount!' 9'~UUJ ;i)epwdment 124 We6t ElmStltm (j,taluun,.ncjjdli &vwfina 27253!Jefepfwae(336) :Jax(336)

INTRODUCTION. A. Overview. A. Scope of Work. B. Additional Requirements

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

Finance & Technology Administrator (815) ext 223

DEAN + TYLER + BURNS ARCHITECTURE

The Bid Date has changed to 03/16/2010 at 2:30 PM.

Herrington Architects PC 101 Richard Arrington Jr. Blvd. S. Birmingham, AL phone fax

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

INSTRUCTIONS TO BIDDERS

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

ADVERTISEMENT FOR BIDS

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Itt UNITE EDUCATE EMPOWER. SAN JUAN school

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

CITY OF MARSHALL, MINNESOTA

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

INVITATION TO BID CITY OF HOPKINSVILLE

Bids Due and Opening Tuesday, December 12, 2017 Time 10:00 a.m.

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

WINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m.

REQUEST FOR QUALIFICATIONS STATEMENT (RFQ) CONSTRUCTION MANAGEMENT AT RISK SERVICES FOR THE GREENWOOD HIGH SCHOOL GYMNASIUM GREENWOOD, SOUTH CAROLINA

BOONE COUNTY PUBLIC LIBRARY (859) 342-BOOK (2665)

Invitation for Bid - Standard Office Furniture / Task Chair

Generator for Maintenance/Police Complex

STANTEC ARCHITECTURE ARCHITECTS PLANNERS ENGINEERS 3001 Bee Caves Road Suite 300 Austin, TX April 29, 2016

NOTICE TO BIDDERS FOR

ALASKA. Request for. Anchorage, AK. com. the following: a.) Offeror s Name b.) c.) Project title. e: A Pre-Bid

ADVERTISEMENT FOR BIDS

City of Jacksonville Finance Department

DINÉ COLLEGE Request for Proposals (RFP)

NOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT. Revised February 11, 2015

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR, 2018 I. BACKGROUND AND OVERVIEW

ADDENDUM #1 FOR RFP #PC507 Tree Removal and Sewer/Water Line Rehab at Medical Center PH Community

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

RFQ Drainage Ditching and Culvert Replacement

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR PROSPECTIVE LEASE-LEASEBACK DEVELOPERS 2017/2018 I. BACKGROUND AND OVERVIEW

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

The Home Depot U.S.A., Inc. Instructions to Bidders

Both envelopes must have the following information in the lower left hand corner:

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

Addendum No. 1 Page 1 of 2

Invitation for Bids for Armed and Unarmed Security Guard Services ADDENDUM NO. 1 ACKNOWLEDGEMENT NOTICE

REQUEST FOR PROPOSAL

Mainelli Wagner & Associates, Inc.

ATTACHMENT A. Bid # 6793

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131

PRIVATE PLAN ROOM. Document Information Sheet

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

Mainelli Wagner & Associates, Inc.

UNC Charlotte Parking Lot 8 Expansion Charlotte, North Carolina SCO #: McAdams Project #: CLT-17010

CITY OF DE SOTO Miller Park Trail Extension and Picnic Table Pads

Addendum No. TWO Date:

PROJECT MANUAL BID DOCUMENT 95% REVIEW CHECKLIST PROJECT BID NO EPWU PEM. CONSULTANT SUBMITTED ON / / as a 95% (A) original

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

DOCUMENT POST BID INTERVIEW

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

FACILITIES MANAGEMENT

DOCUMENT BID PROPOSAL

EXHIBIT A - INSTRUCTIONS TO BIDDERS

ADVERTISEMENT FOR BIDS

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

TRAVELING FINE SCREEN - INSTALLATION

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY

Bidding Conditions Attachment C

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

Pre-Construction Meeting Minutes

INVITATION TO BID CITY OF HOPKINSVILLE

Owner's Representative Scope Matrix - D/B Rev 10/28/2013

REQUEST FOR PROPOSALS

Document B252TM 2007

ADVERTISEMENT FOR BIDS

1.1 THE ARCHITECT S SPECIFICATIONS AND DRAWINGS 1.2 THE BIDDING CONTRACTORS

Facilities Planning and Construction (FP&C)

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

Wastewater Treatment Plant Dewatering Pad

SECTION SUPPLEMENTARY GENERAL CONDITIONS

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

PUBLIC WORKS DEPARTMENT

Request for Bids Capital Region Airport Authority

REQUEST FOR WRITTEN BIDS

Request For Proposals

Transcription:

INVITATION TO BID-NEW CONSTRUCTION Date: 6/23/2015 To: All Invited Bidders You are invited to submit a bid for the commercial landscape for the Morongo Trail Roundabouts. Per attached plans and specs. The new building location and important dates are described below: Project Location: Morongo Trail and Interstate 10 Freeway, cross street: Job Walk will start at Ruby's Diner Job Walk Bid Due Date by: Project Address City State Zip Monday at 9:00 AM Monday at 3:00 PM Seminole Dr. Cabazon CA 92230 JULY 13, 2015 AUGUST 10, 2015 PLEASE NOTE: Attendance at the Job Walk is mandatory to have your bid considered for this project. The following criteria must be met on each bid received or your bid shall be considered invalid: All bids must be submitted on the provided Bid Proposal Form in XSL format, and shall conform to the other requirements as set forth in this Invitation to Bid. All bids must be signed and dated by an authorized representative of your company. Review Bid Submittal Requirements to be sure that your submitted bid includes ALL items. Failure to include all documents could result in disqualification. Provide (3) Separate Sealed Bid Envelopes, Including the following: 3 copies of your bid: Signed and Dated, 1 CD with electronic files: Sign and Dated. Deliver bids by 3:00 pm on Monday August 10, 2015 to this following individual, department and address: Attention: Karen Woodard, Administrator Morongo Realty Department Morongo Band of Mission Indians 12700 Pumarra Road Banning, CA 92220 Invitation to Bid Page 1 of 5

BID DOCUMENTS The following documents are available at the following web site, www.morongonation.org (or we can put in dropbox) If you are having difficulty obtaining the documents from the web site, please contact Ariana Munoz at 951-755-5207 for assistance. Landscape Improvement Plans (8p)-Dated 06.22.15-Van Dyke Landscape Architects Details and Specifications(36p)-Dated 06.22.15 - Morongo Roundabouts Detailed List of Landscape Improvements(28P)-Dated 06.22.15-Country or Riverside Traffic Control Plans (15p)-Dated 06.17.15-TPR Traffic Solutions Nolina Nelsoni Info Sheet(1p) Dated 06.30.15-Mountain States Wholesale Nursery Nolina Nelsoni(1p) Dated 06.30.15-Mountain States Wholesale Nursery Morongo Bid Form XLS Format(3p)- Dated 06.22.15- Morongo Construction Services BID DUE DATE For your bid to be accepted and considered, your Bid Proposal and Bid Documents must be received no later than 3:00pm PST on August 10, 2015. DISCREPANCIES OR OMISSIONS Landscape Architect: Owner s Representative: Brett Allen, Project Manager Ariana Munoz Van Dyke Landscape Architects 12700 Pumarra Road 619-294-8484, ext 24 Banning, CA 92220 Cell: 619-300-2782 (951)755-5207 2970 Fifth Avenue, Suite 240 amunoz@morongo-nsn.gov San Diego, CA 92103 If awarded the contract you will be required to furnish the following prior to the commencement of the work: 1. Performance and Payment Bond (unless waived by Owner/Developer) 2. Construction Schedule; Cal Trans Encroachment Permit; and 3. Certificate of Insurance: See attachment StandspecLIABILITYins.pdf NOTE: All bids must be submitted in accordance with the Plans and Specifications notes thereon. Any and all qualifications, exclusions, alternates, deviations, code requirements, etc., shall not be included in the attached bid breakdown. All of these items shall be noted on a SEPARATE PAGE on the Contractor's letterhead, with an explanation of and pricing for same, in the same format as the itemized bid breakdown. Invitation to Bid Page 2 of 5

EQUIPMENT AND INSTALLATION RESPONSIBILITIES 1. The cobble is supplied by Morongo, the Contractor is responsible to set up a screening/sorting station with dust control onsite at the rock pile and will be held responsible for cleaning and hauling cobble from stock pile to site. The site must be clean and in graded condition when finished. 2. Due to wear and tear some concrete curbs within the Roundabout s have been cracked or portions are missing. It will be the Contractor s responsibility to replace curbs and roll curbs as needed throughout the project. 3. NOTE: Thirty (30) 24 box Nolina are being held by Mountain States Wholesale Nurseries for this project in lieu of the Yuccas specified. Contractor shall be responsible for the purchase, delivery and installation of this plant material. Contact: Wendy Proud California Sales Representative Mountain States Wholesale Nursery Cell: 626-274-1956 Fax: 623-247-6354 Office: 760-539-7099 www.mswn.com OTHER IMPORTANT INFORMATION 1. Owner/Developer shall be responsible for the cost of the Cal Trans Encroachment Permit. It shall be the Contractor s responsibility to post insurance, business licenses or other municipality requirements, and obtain all permits prior to the commencement of the work. 2. No deviation from the Specifications on the base bid shall be considered unless presented in writing and approved by Owner/Developer prior to the bid due date. Any alternates must be noted as such on a separate page on Contractor s letter head. 3. The Invitation to Bid shall become a part of the final contract documents. 4. By submitting a bid, the Contractor acknowledges that it has visited the site and is aware of all conditions which relate to the work and have addressed them in the bid. 5. Owner/Developer has a proactive minority vendor program and encourages its contractors to utilize minority subcontractors whenever possible. 6. Owner/Developer reserves the right to discontinue negotiations at any time with Contractor if an acceptable agreement on the construction price cannot be reached. Owner/Developer s policy recommends constructions contracts be award to the lowest bidder. However, Owner/Developer reserves the right to include other criteria when awarding a contract, including, but not limited to, the number of calendar days to complete the project, past performance of repeat contractors, quality of workmanship, and contractor s financial ability. In addition, no work shall commence until Contractor has signed Owner/Developer s form of Construction Contract, attached hereto for reference. 7. Miscellaneous Requirements: a. Contractor must have a representative on site all day at store opening to handle any Invitation to Bid Page 3 of 5

problems that may be encountered. b. Contractor is responsible for all temporary facilities such as, but not limited to, construction trailer, storage, site security, power, hand wash & toilet facilities per O.S.H.A. requirements. c. The day before final inspection the site must be organized, free of debris and trash. d. No job will be started without a pre construction meeting and formal Notice to Proceed. Construction schedules will be adhered to. e. All existing structures, etc. (not to be reused) shall be demolished and removed from the site and disposed of in accordance with local codes, at the contractor's expense. It shall be the contractor's responsibility to preserve all utility connections and re-use where applicable. The Contractor shall be responsible for all utility connections. f. A qualified/competent job superintendent must be on the job site at all times during the course of construction and completion of the punch list. g. During Construction the Contractor must notify the Construction Manager, Ross Kriso at (951)203-6833, one week prior to installation of the following items, and inspection prior to proceeding: In the event you are unable to submit a bid, please provide the Owner/Developer with written notification of your inability to provide a bid, prior to the Bid Due Date. Failure to do so may result in being removed from the Owner/Developer s list of approved contractors. Sincerely, Director of the Construction Services Department CONTRACTOR'S ACKNOWLEDGMENT ATTACHED Invitation to Bid Page 4 of 5

CONTRACTOR'S ACKNOWLEDGMENT PROJECT: COMMERCIAL LANDSCAPE, MORONO TRAIL ROUNDABOUTS I hereby certify that I have read and fully understand the foregoing. I acknowledge that this Invitation to Bid shall become a fully enforceable part of the construction contract if I am awarded the project. (No initialed modification of this form shall be allowed.) Company Name: Signature: Print Name: Title: Date: Invitation to Bid Page 5 of 5