Project Documents
.zip file containing 36
individual documents

NOTICE TO CONTRACTORS CALLING FOR BIDS

DISTRICT:
VENTURA COUNTY COMMUNITY COLLEGE DISTRICT

PROJECT IDENTIFICATION:
Variable Frequency Drives for WAM Building (S Bldg.) at Ventura College

VCCCD PROJECT NO:
#39082 / Exhibit B Ref. #47

BIDS DUE BY:
Thursday, Sept. 27, 2012 / 3:00 p.m. Pacific Time

SUBMIT BIDS TO:
Ventura County Community College District
Attn: Heery International, Inc.
Capital Planning, Design and Construction
255 West Stanley Avenue, Ventura, CA 93001
(805)384-8152

BID AND CONTRACT DOCUMENTS AVAILABLE:
CyberCopy
3020 Sherwin Avenue,Suite A
Ventura, CA 91361
Ph: (805) 642-3292 Fax: (805) 642-3601
www.cybercopyusa.com

or

Ventura County Community College District's website at www.vcccd.edu
under Bond Measure S projects

MANDATORY PRE-BID JOB WALK LOCATION:
Heery Construction Management Trailer
Ventura College
4667 Telegraph Rd.
Ventura, CA 93003

JOB WALK DATE/TIME:
Thursday, Sept. 20, 2012 / 2:00 p.m. Pacific Time

NOTICE IS HEREBY GIVEN that Ventura County Community College District, acting by and through its Board of Trustees, hereinafter referred to as the "District," 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 Variable Frequency Drives for WAM Building at Ventura College.

1.01 Submittal of Bid Proposals
All Bid Proposals shall be submitted on forms furnished by the District. Bid Proposals must conform with, and be responsive to, the Bid and Contract Documents, copies of which may be obtained from the District as set forth above. Only Bid Proposals submitted to the District prior to the date and time set forth above for the public opening and reading of Bid Proposals shall be considered.

1.02 Bid and Contract Documents
Bidder may obtain, at Bidder's sole cost and expense, the Bid and Contract Documents at the location stated above.

1.03 Bid Proposal
Each Bid Proposal shall consist of:

  1. Bid Proposal
  2. Bid Security
  3. List of Subcontractors
  4. Non-Collusion Affidavit
  5. Statement of Bidder's Qualifications

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 may be grounds for the District to reject such Bidder's Bid Proposal for non-responsiveness.

1.04 Job-Walk
The District will conduct a ONE TIME ONLY MANDATORY PRE-BID JOB WALK for the work to be held at the location, date and time stated above. Failure to attend will render the Bid Proposal of such bidder to be non-responsive.

1.05 Prevailing Wage Rates; Employment of Apprentices and Labor Compliance Program
The Project is subject to the provisions of Labor Code §§1720 et seq. and regulations set forth in Title 8 §§16000 et seq. of the California Code of Regulations which govern the payment of prevailing wages on public works projects. All bidders shall be governed by and required to comply with these statutes and regulations in connection with the Project. Pursuant to Labor Code §1771, the Contractor receiving award of the Contract and Subcontractors of any tier shall pay not less than the prevailing wage rates to all workers employed in the execution of the Contract. Bidders shall comply with applicable statutes and regulations, including but not limited to Labor Code §§1771, 1775, 1777.5, 1813 and 1815.

Pursuant to Labor Code §1773, the Director of the DIR has determined the generally prevailing rates of wages in the locality in which the Work is to be performed. Pursuant to Labor Code §1773.2, copies of these determinations, entitled "PREVAILING WAGE SCALE", are maintained at the District's Capital Planning, Design and Construction offices located at 103 Durley Avenue, Camarillo, CA 93010, and are available to any interested party upon request.  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.

Bidders are directed to Article 4.21 of Section 00700 (General Conditions) for detailed requirements concerning payment of prevailing wage rates, payroll records, hours of work, employment of apprentices, and the District's LCP requirements and enforcement procedures.

1.06 Contractors License Classification
In accordance with the provisions of California Public Contract Code §3300, the District requires that Bidders possess the following classification(s) of California Contractors License at the time that the Contract for the Work is awarded: Class C-20 or C-10.

1.07 Contract Time
Substantial Completion of the Work shall be achieved within Thirty (30) Calendar Days after the date for commencement of the Work as set forth 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.

1.08 Bid Security
Each Bid Proposal shall be accompanied by Bid Security in an amount not less than 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.

1.09 No Withdrawal of Bid Proposals
No Bidder shall withdraw its Bid Proposal for a period of ninety (90) days after the award of the Contract by the District's Board of Trustees. During this time, all Bidders shall guarantee prices quoted in their respective Bid Proposals.

1.10 Substitute Security
In accordance with the provisions of California Public Contract Code §22300, substitution of eligible and equivalent securities for any monies withheld by the District to ensure the Contractor's performance under the Contract will be permitted at the request and expense of the Contractor. The foregoing notwithstanding, the Bidder to whom the Contract is awarded shall have thirty (30) days following action by the District's Board of Trustees to award the Contract to such Bidder to submit its written request to the District to permit the substitution of securities for retention. The failure of the Bidder to make such written request to the District within said thirty (30) day period shall be deemed a waiver of the Bidder's rights under California Public Contract Code §22300.

1.11 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.

1.12 Award of Contract
The Contract for the Work, if awarded, will be by action of the District's Board of Education to the responsible Bidder submitting the lowest 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 this Notice and the Instructions for Bidders.

1.13 Inquiries and Clarifications
This document is for informational purposes and shall not relieve the Bidder of the requirements to fully familiarize themselves with all the factors affecting the Project and his Bid. The Bidder is advised that all inquiries and clarifications about the Bid Documents, Drawings, Specifications, etc., shall be submitted to the District in writing at least seven (7) days before the bid opening date. The District will respond at its earliest possible opportunity. Verbal communication by either party with regard to this matter is invalid.

Inquiries shall be sent to:
Gary Kuppenbender, Heery International, Inc.,
c/o Ventura County Community College District,
Capital Planning, Design and Construction,
103 Durley Avenue, Camarillo, CA 93010,
PH: (805) 654-6445, Fax: (805) 384-8155,
Email: gkuppenbender@vcccd.edu