The Almanac 04.11.2012 - Section 1

Page 4

NOTICE TO BIDDERS PROJECT: 12-01: Bear Gulch Creek - Creek Bank Stabilization for the Woodside Elementary School (“Project”). Engineer’s estimate: $150,000 1.

Notice is hereby given that the governing board (“Board”) of the Woodside Elementary School District will receive sealed bids for the following project (“Project”), Bear Gulch Creek Creek Bank Stabilization at Woodside Elementary School.

2.

Sealed bids will be received until 2:30 P.M. on Monday, April 30 2012, at the Woodside Elementary School District office, 3195 Woodside Road, Woodside, CA 94062, at which time the bids will be opened and publicly read aloud. Any claim by a bidder of error in its bid must be made in compliance with section 5100 et seq. of the Public Contract Code. Any bid that is submitted after this time shall be non-responsive and returned to the bidder. Faxed or emailed Bid Documents will not be accepted.

3.

The project consists of construction services for stitch piers and associated work to stabilize Bear Gulch Creek as described in the contract documents.

4.

All bids shall be on the form provided by the District. Each bid must conform and be responsive to all pertinent Contract Documents, including but not limited to, the Instructions to Bidders.

5.

It is the responsibility of the bidder to be licensed by the State of California to perform the work as described in the scope of work noted above. Bidding Contractors shall possess a Class A or B California Contractor’s license(s) in order to perform the work. The Bidder’s license(s) must remain active and in good standing throughout the term of the Contract, including any extension periods granted in accordance with the project contract.

6.

A bid bond by an admitted surety insurer on the form provided by the District, cash, or a cashiers check or a certified check, drawn to the order of the Woodside Elementary School District, in the amount of ten percent (10%) of the total bid price, shall accompany the Bid Form and Proposal, as a guaranteed that the Bidder will, within seven (7) calendar days after the date of the Notice of Award, enter into a contract with the District for the performance of the services stipulated in the bid.

7.

The successful Bidder shall be required to furnish a 100% Performance Bond and a 100% Payment Bond, if it is awarded the contract for the Work.

8.

Pursuant to section 22300 of the Public Contract Code, the successful Bidder may substitute securities for any monies withheld by the District.

9.

The Contractor and all Subcontractors under the Contractor shall pay workers on all work performed pursuant to this Contract not less than the general prevailing wage rate of per diem wages and the general prevailing rate for holiday and overtime work as determined by the Director of the Department of Industrial relations, State of California, for the type of work performed and the locality in which the work is to be performed within the boundaries of the District, pursuant to sections 1770 et Seq. of the California Labor Code. Prevailing wage rates are available on the Internet at: http://www.dir.ca.gov.

10. A mandatory pre-bid conference and site visit will be held on Thursday, April 19, 2012 at 3:45 PM and will run for 45 minutes. All participants are required to sign in the Administration Building at 3195 Woodside Road, Woodside, CA 94062. Bidders that fail to attend, or are more than fifteen (15) minutes late to, the mandatory pre bid conference shall be ineligible to respond to this Notice. 11. Each bid shall be in accordance with the Contract Documents. Contract Documents will be available for review after Tuesday April 17, 2012 at the District office (3195 Woodside Road, Woodside, CA 94062), or may be requested electronically, free of charge, from Bruce Thompson, WESD Facilities Consultant (bthompson@woodside.k12.ca.us). Hard copies of the documents may be requested in writing to the District at the time of the Pre-Bid Conference, and shall include a non-refundable deposit in the form of a cashiers check in the amount of fifty ($50.00) dollars. 12. All project inquiries shall be directed to:

s " RUCE 4HOMPSON 7%3$ &ACILITIES #ONSULTANT s 7OODSIDE %LEMENTARY 3CHOOL $ISTRICT 7OODSIDE 2OAD 7OODSIDE #! 4ELEphone: (650) 851-1571 Ext. 284; Fax: (650) 851-5577 s %MAIL bthompson@woodside.k12.ca.us).

13. The Board reserves the right to reject any and all bids and/or waive any irregularity in any bid received. If the District awards the Contract, the security of unsuccessful bidder(s) shall be returned within sixty (60) days from the time the award is made. Unless otherwise required by law, no bidder may withdraw its bid for ninety (90) days after the date of the bid opening. 14. The District shall award the Contract, if it awards it at all, to the lowest responsive and responsible bidder, qualified to complete the scope of work for the project. The Basis of Award shall be on the Base Bid amount. 4 N The Almanac N April 11, 2012

ADVERTISEMENT FOR REQUEST FOR PROPOSALS NOTICE IS HEREBY GIVEN the Town of Atherton invites proposals from Civil Engineering firms with expertise in the detailed design of a site specific retaining wall. The purpose of this RFP is to select a Consultant with the capability and experience to efficiently and cost-effectively satisfy and deliver all of the requirements described in the RFP. Request for Proposal documents can be found at: www.ci.atherton.ca.us under the “RFP/Bid Solicitations” Proposal Format: The Town of Atherton seeks a proposal for Municipal Engineering services to provide engineering design and related services for the Marsh Road Retaining Wall. The Proposal should include the following: 26736. Cover Letter - Statement of firm’s background and technical capabilities. 26737. Organization Chart - Identify Project Manager, members of the project team, their classifications and any sub-consultants that will be used. 26738. Detailed Work Plan - Demonstrate your understanding of the project by presenting your approach to the work and the tasks that will be performed for the identified project. Tasks, milestones, and deliverables should be described in sufficient detail to serve as a contractual basis for the contract. 26739. Personnel Allocations - For each task, indicate the staff members and sub-consultants assigned to the task and the amount of hours planned. The firm’s management and internal review and quality control should be included. 26740. Experience - Provide a short summary of the firm’s previous work related to the qualifications needed for this project. Provide qualifications and summaries of experience for each person assigned to the project demonstrating relevant experience performing similar work. Describe specific qualifications and related experience of sub-consultants with focus on experience from projects of a similar nature. 26741. References - Include at least four specific examples of similar project work and include names and telephone numbers of individuals involved as the clients’ project managers. Please verify that the telephone numbers will reach the individuals named so that we can call them for references. 26742. Schedule - Provide a schedule identifying task durations, milestones, progress review meetings with Town staff and key project deliverables for the identified project. 26743. Cost Proposal – A separate cost proposal in a sealed enveloped Submittal of Proposal: Proposals are due no later than 3:00 p.m. Friday, May 11, 2012. 1. 2.

Submit five (5) letter-sized copies with one (1) unbound copy of the technical proposal to: Atherton City Clerk Town Of Atherton 91 Ashfield Road Atherton, CA 94027


Issuu converts static files into: digital portfolios, online yearbooks, online catalogs, digital photo albums and more. Sign up and create your flipbook.