NOTICE TO CONTRACTORS INVITING BIDS

The County of San Diego, Owner, invites sealed bids for:

INSTALLATION OF 
LIVE OAK PARK ROAD PRECAST BOX CULVERT
AND CHANNEL IMPROVEMENTS
ACTIVITY NO. 4C2005

Sealed bids will be received at the Office of Purchasing and Contracting, Building 11, County Operations Center, 5555 Overland Avenue, San Diego, California, 92123, until 2:00 p.m. on August 21, 2002, at which time they will be publicly opened and read aloud at said office.

The Contractor shall possess, at the time the Contract is awarded, a California contractor's license, Classification A, General Engineering Contractor or Classification C-12, Earthwork and Paving Contractor.

Engineer's Estimate of the work is as follows:

Item No. Quantity Description
1 Lump Sum Mobilization
2 1 EA Project Identification Sign
3 Lump Sum Traffic Control
4  Lump Sum Clearing and Grubbing
5 1 EA Relocate Water Service
6  9 CY Remove Asphalt Concrete
7 Lump Sum Trench Safety and Shoring of Excavations
8 1 EA Temporary Stabilized Construction Entrance
9 1 EA Temporary Concrete Washout Facility
10 236 CY Structure Excavation
11 3 CY Minor Concrete (Minor Structure)
12 26 CY Crushed Rock Bedding
13 1 CY Minor Concrete (Gravity Wall)
14 32 LF Precast Concrete Box Culvert
15 32 LF  48" Reinforced Concrete Pipe (Class III)
16 30 CY Structural Concrete (R.C.B.)
17 48 CY Structure Backfill
18 22 CY Aggregate Base, Class 2
19 36 Ton Asphalt Concrete, Type B
20 775 CY Channel Excavation
21 1,300 SY Erosion Control (Hydroseeding)
22 360 SY Rock Slope Protection Fabric
23 325 CY Rock Slope Protection (1/4 Ton, Method A)
24 72 LF Chain Link Fence (H=5 Ft.)
25 53 LF Reconstruct Chain Link Fence
26 250 LF Temporary Fiber Roll
27 300 LF Temporary Silt Fence
28 255 EA Temporary Gravel Bag
29 10,000 DLR Field Orders

Work to be Done consists in general of furnishing and installing a 32-foot long by 10-foot wide by 4-foot high precast reinforced concrete box culvert and an adjacent 48 inch reinforced concrete pipe culvert under Live Oak Park Road and upstream and downstream channel improvements. The project includes earthwork, constructing concrete wingwalls, parapet walls, cutoff walls, nose pier, gravity walls, pipe encasement and pipe cradle, placing rock slope protection, rock slope protection fabric, crushed rock bedding, aggregate base and asphalt concrete, constructing and reconstructing chain link fence, implementing water pollution control measures and traffic control.

The project is located in the vicinity of Fallbrook. The cost of construction is estimated to be from $150,000 to $200,000.

Contract Documents, including reduced Plans only, Specifications and Proposal Forms, may be examined or purchased for the sum of $11.00 (including tax) per set at the County of San Diego, Office of Purchasing and Contracting, Cashier, Building 11 (MS O32), County Operations Center, 5555 Overland Avenue, San Diego, CA 92123. Make checks payable to County of San Diego; no refund will be made. Mail service is available only to those prospective bidders outside a 30-mile radius of the County Operations Center and at an additional cost of $3.50 per set of documents.

Full-size plans may be obtained at the Office of Purchasing and Contracting, referenced above, at an additional cost of $0.50 per sheet (including tax). Only complete sets of full-size plans will be sold. No refund for the cost of full-size plans will be made.

Full-size plans will not be sent to full-size plan holders when plans are revised and issued as addenda unless re-ordered. Only revised reduced plans will be issued as necessary with addenda.

Full-size plans will contain only the revisions made to the plans at the time of issuance.

The Standard Specifications for this project are the Standard Specifications of the State of California, Department of Transportation, dated July 1992, as modified in Part VI of these Contract Documents except that for Section 20, "Erosion Control and Highway Planting," the Standard Specifications are the Standard Specifications of the State of California, Department of Transportation, dated July 1999.

The State Department of Transportation publication "Labor Surcharge and Equipment Rental Rates" in effect the date the work is accomplished, is incorporated by reference into these Contract Documents.

Disabled Veterans Business Enterprise (DVBE) Participation: The Owner, as a matter of policy, encourages the participation of disabled veteran owned businesses. DVBE firms may be found on the web site at http://www.osmb.dgs.ca.gov/bis_queries/gengry_selects1.asp.

Bid Security in the form of cash, or a certified or cashier's check, or a Bidder's Bond for at least ten percent of the bid amount executed by a corporation duly authorized to issue bonds in the State of California shall accompany the bid.

Performance and Payment Bonds: The successful bidder will be required to furnish a Payment Bond for one hundred percent, and a Performance Bond for one hundred percent of the Contract amount.

Wage Rates: The Owner has obtained from the Director of the Department of Industrial Relations said Director's General Prevailing Wage Determinations for the locality in which the work is to be performed. Said determinations are on file and available in the Office of Purchasing and Contracting, Building 11 (MS O32), County Operations Center, 5555 Overland Avenue, San Diego, CA 92123 and are available from the Department of Industrial Relations on the INTERNET at http://www.dir.ca.gov/DLSR/PWD. The Adobe Acrobat Reader (available at http://www.adobe.com) is required to view these pages. Not less than these rates shall be paid to all workers employed on the project.

Contractors Licensing Laws: Attention is directed to the Contractors License Law, Section 7000 and following of the Business and Professions Code concerning the licensing of contractors. Any bidder or contractor not properly licensed may be subject to the penalties provided and will not be considered for award of this Contract. Contractors are required by law to be licensed and are regulated by the Contractors State License Board. Any questions concerning a contractor may be referred to the Registrar, Contractors State License Board, 3132 Bradshaw Road, Sacramento, CA, 95826. Contractors are required to be properly licensed in California on the date bids are submitted (Bus. & Prof. Code, § 7028.15), unless federal funds are involved. If federal funds are involved, the bidder shall be properly licensed in California at the time the contract is awarded (Pub. Contract Code, § 20103.5). In this case, failure of the bidder to obtain proper and adequate licensing for an award of this Contract shall constitute a failure to execute the Contract and shall result in the forfeiture of the security of the bidder.

Each Bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, bidder's address, the name of the project for which the bid is submitted, and the appropriate State Contractor's License designation held by the bidder. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed to the Office of Purchasing and Contracting, Building 11 (MS O32), County Operations Center, 5555 Overland Avenue, San Diego, CA 92123.

It is the responsibility of the bidder to ensure the bid is submitted in proper time.

The Board reserves the right to reject any or all bids and to waive any informality or irregularity in the bids or bidding.

Withdrawal of bids shall not be permitted for a period of seventy-five (75) days after the date set for the opening thereof.

Monies withheld by the Owner to ensure performance under the Contract may be released in accordance with Public Contract Code Section 22300 and these Contract Documents.

WINSTON F. MC COLL, Director
Purchasing and Contracting

INFORMATION FOR BIDDERS

The bidder's attention is directed to Section 2, "Proposal Requirements and Conditions," of the Standard Specifications and the modifications to said Section 2 contained in Part VI of these Contract Documents.

The prospective bidder shall prepare the Proposal and Bond as provided therein, and failure to do so may be cause for rejection.

PREPARATION OF PROPOSAL FORMS

Preparation: The Owner invites proposals, on the forms attached under "Documents to be Executed by Bidder," to be submitted on or before the time and place set for the opening of bids in the published "Notice to Contractors Inviting Bids." Proposals not presented on forms so furnished will be disregarded.

This Contract Documents book, numbered serially and not transferable, contains the Proposal forms, together with the Notice to Contractors, Contract and Special Provisions. Neither the Proposal forms nor any other portion of these Contract Documents shall be detached therefrom. Project plans not bound in the Contract Documents book need not be returned with the submittal.

The Proposal must be executed in accordance with the instructions contained on the forms provided. If the bidder is an individual or a partner, the signature on the Proposal and the Bidder's Bond must be the same as the name of the bidder shown on other parts of these forms, (showing the name as "J. E. Doe" and the signature as "John E. Doe" may be considered as an irregularity).

Modifications on the Submitted Proposal: Modifications, changes or additions to the Proposal may be considered an irregularity. Erasures or corrections in preparing the bids must be initialed by the person(s) signing the Proposal. Alternate proposals will not be considered unless called for.

Competency of Bidders: No award will be made to a Contractor who, in accordance with Chapter 9, Division 3, Business and Professions Code, is not properly licensed to do the described work and who has not purchased Contract Documents as specified in the "Notice to Contractors Inviting Bids."

Prospective bidders may be required to file with the Owner answers to questions contained in a questionnaire and a financial statement including a complete statement of their financial ability and experience in performing previous public works of a similar nature.