Active SLED Opportunity · CALIFORNIA · WILLIAM S. HART UNION HIGH SCHOOL DISTRICT
AI Summary
William S. Hart Union High School District seeks bids for a three-year contract for hazardous waste removal services including collection, disposal, and field chemist support. Contractors must hold specific California licenses and comply with public works regulations. Bids due April 29, 2026, submitted via the District's eProcurement Portal.
Package # | Scope of Work | License |
HAZ2604A | Hazardous Waste Removal Services | One of the following: A, B, C-12, C-21, C-36, C-57 or C-61/D40 along with a HAZ-Hazardous Substance Removal Certification |
The William S. Hart district is seeking proposals from qualified vendors to bid on a three-year contract for Hazardous Waste Removal Services. Competitive proposals will include providing a field chemist, routine collection, shipping, transportation, disposal, supplies, labels, and documentation. The District requires two annual visits to all District sites, with a bi-annual clarifier tank neutralization service and or inspection at the Transportation department. Please reference Exhibit A in the project manual for additional information.
Please upload completed pricing tables to Section 4 - Required Bid Forms Section, Question #19 - Price Sheet.
Exhibit D - Price Work Sheet Revised.
Please upload signed addendums No. 1, 2, and 3 to questions 20, 21, and 22 respectively in the Required Bid Forms Section.
Question 12 - Site Visit Certification has been revised.
Please see the project details under the section entitled Attachments.
The Authorized District Officers for the Project are: (1) Carle Manley, the District’s Director of Maintenance and Operations, who may be reached at cmanley@hartdistrict.org, (661) 259-0033 ext. 324; and (2) Jeff Lindstrom, the District's Supervisor of Maintenance and Operations, who may be reached at: jlindstrom@hartdistrict.org, (661) 259-0033 ext. 323.
The Authorized District Officers for the Project are: (1) Carle Manley for this Project, the District’s Director of Maintenance and Operations, who may be reached at cmanley@hartdistrict.org, (661) 259-0033 ext. 324; and (2) Jeff Lindstrom for this Project, the District's Supervisor of Maintenance and Operations, who may be reached at: jlindstrom@hartdistrict.org, (661) 259-0033 ext. 323.
Refer to the section entitled Attachments.
The Project is being completed on the basis of a single general contract for all or the majority of the Project. If the District either contracts for work in connection with the Project in addition to the Work or performs such work using its own forces (in each case, “Work by Others”), the scheduling, performance and priority of the Work is subject to coordination with the Work by Others. In submitting a bid for the Work, a bidder shall be deemed and construed to have acknowledged that: (i) each milestone and period of time for completion of the various portions of the Work, is sufficient and reasonable considering the scope of the Work and the Project, and considering the need to coordinate the Work with the Work by Others; and (ii) if the Contract is awarded to the bidder, the bidder shall have no Claim for delay arising from the need to coordinate the Work with Work by Others.
The Architect for the Project is N/A. The Architect contact person for the Project is N/A, who may be reached at: N/A.
that the William S. Hart Union High School District (“District”) is seeking sealed bids for the award of the following contract, including all appurtenant work, for the named (“Project”) Hazardous Waste Removal Services.
The Wm. S. Hart Union High School District is a participating member of the California Uniform Public Construction Cost Accounting Act pursuant to Public Contract Code section 22030.
The Architect for the Project is N/A. The Architect contact person for the Project is The Architect contact person for the Project is N/A, who may be reached at: N/A.
The Construction Manager for the Project is N/A The Construction Manager contact person for the Project is N/A.
There is not an Architect for this project.
Bids must be submitted electronically via OpenGov through the District’s eProcurement Portal: https://procurement.opengov.com/portal/hartdistrict
The Project Manager for the Project is Maintenance and Operations. The Project Manager contact person for the Project is Jeff Lindstrom, who may be reached at jlindstrom@hartdistrict.org, (661) 259-0033.
Not sooner than five calendar days after the date of the Notice of Award, the District will issue a Notice to Proceed with the Work to the Contractor. The Contractor must commence performance of the Work on the Commencement Date set forth in the Notice to Proceed. The Contractor shall complete all Work in accordance with any and all schedule milestones established for the Project pursuant to the Master Construction Schedule and other Contract Documents and within a total of 1,096 consecutive calendar days after the Commencement Date. Such milestone periods and time for completion of the Work shall be deemed to include, without limitations, any and all federal and state holidays observed by the Contractor and/or any of its Subcontractors, and any and all Rain Days. In submitting its bid, the Contractor is deemed to have accepted and agreed that performance of the Work within such total period and in accordance with all such milestones is reasonable and attainable. The District anticipates, but does not guarantee, that the foregoing will occur in accordance with the Timeline Section above in the Introduction Section of this document.
District issues Notice of Award: 5/21/2026
District issues Notice to Proceed: 6/1/2026
Prime Contractor commences Work: 7/01/2026
Prime Contractor completes Work: 6/30/2029
Bids must be received via the District's eProcurement Portal no later than Wednesday, April 29, 2026 at 11:00 am (“Bid Deadline”).
Notwithstanding that the Project is being completed on a general contract basis, the District may contract for the services of a project manager or other consultant (“Project Manager”) in connection with the Project. If known, the Project Manager is identified in the Special Provisions. The Project Manager’s role is described in the General Provisions and is subject to provisions of the agreement between the District and the Project Manager. The Project Manager will be the District’s representative during the bidding, construction and close-out of the Work and will assist the District in the administration of the Contract. Communications from the District to bidders prior to award of the Contract may be directed through the Project Manager. If the District does not contract for the services of a Project Manager in connection with the Project, or if the District terminates and does not replace the Project Manager, then the District may delegate some or all of the Project Manager’s responsibilities pursuant to the Contract Documents to the Architect, District staff and/or others.
Not sooner than five calendar days after the date of the Notice of Award, the District will issue a Notice to Proceed with the Work to the Contractor. The Contractor must commence performance of the Work on the Commencement Date set forth in the Notice to Proceed. The Contractor shall complete all Work in accordance with any and all schedule milestones established for the Project pursuant to the Master Construction Schedule and other Contract Documents and within a total of 1,096 consecutive calendar days after the Commencement Date. Such milestone periods and time for completion of the Work shall be deemed to include, without limitations, any and all federal and state holidays observed by the Contractor and/or any of its Subcontractors, and any and all Rain Days. In submitting its bid, the Contractor is deemed to have accepted and agreed that performance of the Work within such total period and in accordance with all such milestones is reasonable and attainable. The District anticipates, but does not guarantee, that the foregoing will occur in accordance with the Timeline Section above in the Introduction Section of this document.
District issues Notice of Award: 5/21/2026
District issues Notice to Proceed: 6/1/2026
Contractor commences Work: 7/01/2026
Contractor completes Work: 6/30/2029
If, in accordance with the Master Construction Schedule, the Project Site will not immediately be available to the Prime Contractor as of the Commencement Date (e.g., due to coordination with other contractors or priority of work on the Project), the Prime Contractor must use the time prior to commencing the Work for administrative tasks, initial mobilization ordering of long lead items and offsite work, and shall coordinate such activities with the Construction Manager.
If the Notice Inviting Bids provides that prequalification of prospective bidders is required, then, under Public Contract Code Section 20111.6,
each contractor having a class A or B license, or a license in any of certain classes of mechanical, electrical and plumbing (“MEP”) license categories as described below, must be prequalified in order to bid on the Project. In addition, subcontractors having a license in any of those MEP license categories must be prequalified in order to be listed in any bid for the Project. In accordance with Section 20111.6: (i) the District will consider a bid from a contractor subject to the prequalification requirements only if the contractor has been prequalified by the District; and (ii) the District will consider a bid that lists any MEP subcontractor subject to the prequalification requirements only if all such MEP subcontractors listed in the bid have been prequalified by the District. The prequalification requirement applies to each MEP contractor with any of the following licenses: C-4 (boiler, hot water, and steam fitting); C-7 (low-voltage systems); C-10 (electrical); C-16 (fire protection); C-20 (HVAC); C-34 (pipeline); C-36 (plumbing); C-38 (refrigeration); C-42 (sanitation systems); C-43 (sheet metal); or C-46 (solar). Contractors that desire to bid on the Project should ensure that their potential MEP subcontractors have been prequalified by the District. The terms and conditions for prequalification are set forth in the prequalification questionnaire and instructions, which may be obtained from the District.
THE DISTRICT WILL REJECT ANY PREQUALIFICATION SUBMITTAL THAT DOES NOT FULLY COMPLY WITH THE REQUIREMENTS OF THE PREQUALIFICATION QUESTIONNAIRE AND INSTRUCTIONS, OR THAT IS NOT TIMELY RECEIVED BY THE DISTRICT. IF PREQUALIFICATION REQUIREMENTS ARE APPLICABLE, THE DISTRICT WILL, TO THE EXTENT REQUIRED OR PERMITTED BY LAW, REJECT EACH BID FOR WHICH THERE IS NOT FULL COMPLIANCE WITH THE PREQUALIFICATION REQUIREMENTS.
Bidders may obtain the documents necessary to submit a bid (“Bid Documents”) via the District's eProcurement Portal.
Each bid must be submitted with security as described in the instructions for Bidders.
Strict Scheduling Requirements for Operating Schools. The Prime Contractor acknowledges that the District has scheduled the Work for a specific time period, in order to facilitate efficient allocation of District administrative and financial resources, to promote the best usage of school facilities, to provide an appropriate learning environment for students, and to avoid interference with the District’s educational, recreational and other programs. Prime Contractor further acknowledges that strict compliance with scheduling requirements for the Work is mandatory in order to accomplish the foregoing goals. Therefore, in submitting a bid for the Work, the Prime Contractor is deemed to have agreed that it will have materially breached the contract if it fails to do all things necessary to timely complete the Work, including, without limitation, failing to provide submittals within the time required by the Contract Documents or to provide an adequate workforce or proper and sufficient materials and equipment.
Each bidder, prior to submitting a bid for the Work and at its own expense, must thoroughly review and become familiar with all of the requirements for the Work.
Project Site Not Immediately Available. If, in accordance with the Master Construction Schedule, the Project Site will not immediately be available to the Contractor as of the Commencement Date the Contractor must use the time prior to commencing the Work for administrative tasks, initial mobilization ordering of long-lead items and offsite work, and shall coordinate such activities with the Project Manager.
The Contractor acknowledges that the District has scheduled the Work for a specific time period, in order to facilitate efficient allocation of District administrative and financial resources, to promote the best usage of school facilities, to provide an appropriate learning environment for students, and to avoid interference with the District’s educational, recreational and other programs. Contractor further acknowledges that strict compliance with scheduling requirements for the Work is mandatory in order to accomplish the foregoing goals. Therefore, in submitting a bid for the Work, the Contractor is deemed to have agreed that it will have materially breached the contract if it fails to do all things necessary to timely complete the Work, including, without limitation, failing to provide submittals within the time required by the Contract Documents or to provide an adequate workforce or proper and sufficient materials and equipment.
Each bidder, prior to submitting a bid for the Work and at its own expense, may visit the site where the Project is located and the on-site portion of the Work is to occur (“Project Site”) and become fully acquainted with the conditions in and under which the Work will be performed, so that the bidder fully understands the facilities, difficulties, restrictions and requirements attendant to the performance of the Work on and at the Project Site. Prospective bidders in attendance at any pre-bid conference or other site visit must be dressed appropriately and with safety in mind, including, at a minimum, by wearing closed-toe and closed-heel shoes, with regular heels (i.e., tennis shoes or work boots, but not shoes with high or tapered heels). Prospective bidders must gather in front of the place where the pre-bid conference or site visit is to occur, any may in no event enter the Project Site unless and until a District representative is present and directs them to do so. In addition, each bidder must thoroughly examine and develop an understanding of all of the Contract Documents, including, without limitation, the Project Manual, Agreement, General Provisions, Special Provisions, Required Bidding Forms, Required Contract Forms, and Required Project Forms. The failure of a bidder to understand the conditions in and under which the Work is to be performed, or to examine and understand any of the Contract Documents, shall not relieve the bidder from any obligations pursuant to its bid or the Contract Documents.
The Required Contract Forms include various form documents that the Prime Contractor must complete and submit in connection with the execution of the Contract. The Prime Contractor must complete, execute, and submit each such form within seven days of the date of the Notice of Award or prior to the Commencement Date, whichever is sooner.
The class or classes of California contractor licenses required to bid on and perform the work are listed as follows:
Package # | Scope of Work | License |
HAZ2604A | Hazardous Waste Removal Services | One of the following: A, B, C-12, C-21, C-36, C-57 or C-61/D40 along with a HAZ-Hazardous Substance Removal Certification |
The District Board has by resolution made findings that the materials, products, things and/or services specified in this Section 8 (each a “Sole-Source Item”) are necessary for reasons permitted in accordance with Public Contract Code Section 3400, and no substitutions shall be permitted with respect to any such Sole-Source Item. Each of the following is a Sole-Source Item: NO VALUE
Tuesday, March 17, 2026, at 8:00 am, at PLEASE NOTE: THERE IS NOT A PRE-BID CONFERENCE SCHEDULED FOR THIS PROJECT.. Attendance at the job walk is mandatory, any bidder that does not attend shall be deemed non-responsive.
If a bidder is in doubt as to the true meaning of any part of the Contract Documents, or finds any conflict, omission or other discrepancy in any
Drawings, Specifications or other Contract Documents, the bidder must submit a written request to the Owner for an interpretation or correction of the applicable Contract Documents. Questions must be submitted through OpenGov no later than April 16, 2026 by 2:00 PM. Prior to the opening of bids, the Owner will issue interpretations or corrections of the Contract Documents only by addendum or addenda to the Contract Documents. A copy of each addendum will be mailed or delivered to each contractor that has obtained a copy of the Bid Documents by paying a deposit. No person or entity shall be authorized to provide any oral interpretation of any provision of the Contract Documents, and no oral interpretation shall be binding on the District. If the Owner does not issue an addendum to interpret or correct any conflict, omission or other discrepancy in the Drawings, Specifications or other Contract Documents, the bidder must include in its bid the material, item, process, method, et cetera, that results in the higher bid amount. THE SUBMISSION OF A BID SHALL BE DEEMED AND CONSTRUED AS A REPRESENTATION AND WARRANTY BY THE BIDDER THAT IT HAS COMPLIED WITH THE REQUIREMENTS OF THIS SECTION AND SECTION 6 OF THESE INSTRUCTIONS FOR BIDDERS, AND AT NO TIME AFTER SUBMITTING A BID MAY THE BIDDER ASSERT, CLAIM OR ALLEGE THAT IT HAD ANY DOUBT OR MISUNDERSTANDING AS
TO THE NATURE OR SCOPE OF THE WORK.
The Required Contract Forms include various form documents that the Contractor must complete and submit in connection with the execution of the Contract. The Contractor must complete, execute, and submit each such form within seven days after the date of the Notice of Award or prior to the Commencement Date, whichever is earlier.
Tuesday, March 17, 2026, at 8:00 am, at PLEASE NOTE: THERE IS NOT A PRE-BID CONFERENCE SCHEDULED FOR THIS PROJECT.. Attendance at the job walk is highly recommended.
The District expects each bidder to maintain high ethical standards with respect to bidding on the Work. Prior to the award of the Contract, no bidder shall disclose the amount of any prospective subcontractor’s bid or proposal, or any element thereof, to any other prospective subcontractor. Bidders must not engage in or permit either of the unethical and unfair practices commonly known as bid shopping (e.g., the bidder uses a subcontractor’s proposal in an attempt to obtain a lower-cost proposal from another subcontractor) and bid peddling (e.g., a subcontractor attempts to obtain a job by offering to work for less than the amount specified in another subcontractor’s proposal). If the District determines prior to opening of bids that any bidder has violated any of the foregoing requirements or any other prohibitions set forth in the Subletting and Subcontracting Fair Practices Act (Public Contract Code Section 4100 et seq.), the District may reject the bidder’s bid as non-responsive and report the bidder’s actions to the Contractors State License Board.
Not Applicable.
The District Board has by resolution made findings that the materials, products, things and/or services specified in this Section (each a “Sole-Source Item”) are necessary for reasons permitted in accordance with Public Contract Code Section 3400, and no substitutions shall be permitted with respect to any such Sole-Source Item. Each of the following is a Sole-Source Item:
TBD
At the time it submits its bid for the Work, each bidder must have a contractor license in the class(es) specified in the Notice Inviting Bids, issued by and in good standing with the State of California. A bidder’s failure to be so properly licensed shall result in the bidder being deemed non-responsive, and the District will reject that bidder’s bid. Each bidder must clearly specify its California contractor’s license number where indicated in the Bid Proposal. The bidder to which the District awards the Contract must maintain the required license throughout the duration of the Work.
Not Applicable.
A jobwalk for this project is not currently scheduled. Please see the Project Manual for additional details.
The District requires that separate prices be submitted for each of the additive and/or deductive alternates described generally in this Section titled ,Additive and/or Deductive Alternates, and in more detail in the other Bid Documents. Failure of a bidder to submit separate prices for such alternates shall result in its bid being rejected as non-responsive. The required alternates for the Project are as follows: NO VALUE
In accordance with the Subletting and Subcontracting Fair Practices Act, each bidder must submit with its bid a list setting forth the name, location of the place of business, and California contractor license number of each subcontractor that will perform any portion of the Work, or that, under subcontract to the bidder, will specially fabricate and install a portion of the Work, in an amount in excess of ½ of 1 percent of the total amount of the bidder’s bid. A bidder may not list more than one subcontractor for any one portion of the Work. A bidder that fails to list a subcontractor for any portion of the Work represents that it is fully qualified to, and agrees that it shall, perform such Work using its own forces. If the Bid Documents require the bidder to submit alternate bids and the bidder intends to use different or additional subcontractors for the alternates, the bidder must submit a separate list of Subcontractors for each such alternate. A bidder must submit its lists of Subcontractors only on the “Subcontractor Listing” form included in the Required Bidding Forms. addition to providing the subcontractor lists, upon request of the District at any time after bids are opened, a bidder must provide the address and telephone number for each listed subcontractor.
Not Applicable.
The award of the Contract will be based on the following method of determining the lowest bid: lowest responsive bid.
The District requires that separate prices be submitted for each of the additive and/or deductive alternates described generally in this Section and in more detail in the other Bid Documents. Failure of a bidder to submit separate prices for such alternates shall result in its bid being rejected as non-responsive. The required alternates for the Project are as follows:
TBD
The Contractor must obtain and maintain, and must require that each Subcontractor obtain and maintain, Insurance Policies as required pursuant to Part 6 of the General Provisions and having the following minimum coverage amounts:
(i) Commercial General Liability Insurance coverage limits of not less than:
Per occurrence (combined single limit): $2,000,000
Project specific aggregate (for this Project only): $4,000,000
Products/Completed Operations: $1,000,000
Personal & advertising Injury limit: $1,000,000
Materials hoist where used: N/A
Explosion, collapse & underground (XCU): NO VALUE
Excess Liability coverage: $2,000,000
(ii) Vehicle Liability Insurance coverage limits of not less than:
Per occurrence (combined single limit): $1,000,000
Project Specific Aggregate (for this Project only): N/A
(iii) Professional Liability Insurance coverage limits of not less than:
For the Prime Contractor: Pollution Liability Insurance - $2,000,000 per occurrence and $2,000,000 general aggregate
For Subcontractors (when applicable): N/A
Prequalification pursuant to Public Contract Code Section 20111.6 is required in connection with the Project.
Not Applicable.
Not required for this project.
Each bid must be submitted via the District's eProcurement Portal at https://procurement.opengov.com/portal/hartdistrict
Unless expressly permitted by the Bid Documents, a bidder shall not:
(i) make any changes, additions or other modifications to the Bid Form or other documents to be
submitted with the Bid Form;
(ii) restate or recharacterize the Work in the bid; or
(iii) submit any alternative proposals not authorized by the Bid Documents.
The District may reject as non-responsive any bid that does not strictly comply with the foregoing.
Prequalification pursuant to Public Contract Code Section 20111.6 is not required in connection with the Project.
The District may implement a program of owner-controlled, wrap-around, or similar insurance coverage (“OCIP”), through a joint-powers insurance cooperative. The OCIP will provide certain insurance coverage in connection with the Project for the District, the Contractor and the Subcontractors. A minimum level of participation by qualified contractors is required for the OCIP. Among other requirements, the Contractor and each Subcontractor must submit an application and qualification information to the OCIP administrator. If applicable, the OCIP requirements are described in detail in the General Provisions and Attachment A to the General Provisions included in the Contract Documents. The OCIP requirements described in the General Provisions shall be in effect and apply to the Contract.
As described in the General Provisions, the successful bidder must provide a Performance Bond and a separate Payment Bond, each in an amount equal to 100% of the total Contract Price, and each issued by a California-admitted surety as defined in Code of Civil Procedure Section 995.120.
Bidders must fully and properly complete all information required to be included on the Bid Form. Amounts must be stated in both words and numbers where indicated. In the event paper bids are being accepted, prices, wording and notations must be in ink or typewritten. The signatures and/or initials of each person signing the bid and other documents to be submitted with the bid must be in permanent ink, preferably blue in color. A bid may contain an erasure, interlineation, or other correction only if the correction is made to the information entered by the bidder (not to any pre-printed text in the Bid Form or other documents to be submitted with the bid), does not result in any inconsistency or ambiguity, and is authenticated by affixing, in the margin immediately adjacent to the correction, the initials of the person or persons signing the bid. In the event of inconsistency between words and numbers in any bid, words shall govern over numbers, and the District may consider such inconsistency to be a minor irregularity.
The Contractor must obtain and maintain, and must require that each Subcontractor obtain and maintain, Insurance Policies as required pursuant to Part 6 of the General Provisions and having the following minimum coverage amounts:
(i) Commercial General Liability Insurance coverage limits of not less than:
Per occurrence (combined single limit): $2,000,000
Project specific aggregate (for this Project only): $4,000,000
Additional Insured Endorsements for Ongoing and Completed Operations naming the Wm. S. Hart Union High School District, its board, agents and employees as additional insured : $1,000,000
Personal & advertising Injury limit: $1,000,000
Materials hoist where used: N/A
Explosion, collapse & underground (XCU): NO VALUE
Excess Liability coverage: $2,000,000
(ii) Vehicle Liability Insurance coverage limits of not less than:
Per occurrence (combined single limit): $1,000,000
Project Specific Aggregate (for this Project only): N/A
(iii) Professional Liability Insurance coverage limits of not less than:
For the Prime Contractor: Pollution Liability Insurance - $2,000,000 per occurrence and $2,000,000 general aggregate
For Subcontractors (when applicable): N/A
The District may implement a program of owner-controlled, wrap-around, or similar insurance coverage (“OCIP”), through a joint-powers insurance cooperative. The OCIP will provide certain insurance coverage in connection with the Project for the District, the Contractor and the Subcontractors. A minimum level of participation by qualified contractors is required for the OCIP. Among other requirements, the Contractor and each Subcontractor must submit an application and qualification information to the OCIP administrator. If applicable, the OCIP requirements are described in detail in the General Provisions and Attachment A to the General Provisions included in the Contract Documents. The OCIP requirements described in the General Provisions shall NOT be in effect and apply to the Contract.
The District may implement a program of owner-controlled, wrap-around, or similar insurance coverage (“OCIP”), through a joint-powers insurance cooperative. The OCIP will provide certain insurance coverage in connection with the Project for the District, the Contractor and the Subcontractors. A minimum level of participation by qualified contractors is required for the OCIP. Among other requirements, the Contractor and each Subcontractor must submit an application and qualification information to the OCIP administrator. If applicable, the OCIP requirements are described in detail in the General Provisions and Attachment A to the General Provisions included in the Contract Documents. The OCIP requirements described in the General Provisions shall be in effect and apply to the Contract.
Each bid must be submitted with security in an amount equal to 10% of the maximum bid, in one of the following forms: (i) a cashier’s or certified check payable to the District; or (ii) a bid bond. The security must be submitted with a completed and executed copy of the “Bid Security” form included in the Required Bidding Forms. A bid bond must be an executed copy of the “Bid Bond” form included in the Required Bidding Forms and must be issued by a California-admitted surety as defined in Code of Civil Procedure Section 995.120. Cashier's or certified checks must be delivered to the District for electronically submitted bids prior to the date and time the bids are due. Unless forfeited, the District will return security to the bidders within a reasonable time, but not more than sixty days after award of the Contract for the Work.
A District All-Risk Policy, as described in Section 6.3 of the General Provisions, shall be in effect and apply to the Contract.
The Project is a “public work” project that is subject, among other provisions, to Labor Code Sections 1720 through 1861, inclusive. As described in the Instructions for Bidders, each contractor (including subcontractors) must be registered with the California Department of Industrial Relations (“DIR) in accordance with Labor Code Section 1725.5, and subject to the deadlines listed in Labor Code Section 1725.5(e). The Project is subject to compliance monitoring and enforcement by the DIR. The successful bidder will be required to post all job-site notices required by DIR regulations and other applicable law. If so specified in the Special Provisions, the District will conduct a mandatory conference for the purpose of describing labor-law requirements.
The Owner has a policy to obtain Disabled Veterans Business Enterprises (DVBE) participation for this project. All bidders are required to comply with Military and Veterans Code Section 999 et seq. and California Code of Regulations, Title 2, Section 1896.60 et seq. regarding Disabled Veteran Business Enterprise (“DVBE”) Programs. Bidders must provide proof of said compliance no later than 48 hours after bid opening.
A District All-Risk Policy, as described in Section 6.3 of the General Provisions, shall NOT be in effect and apply to the Contract.
The District may implement a program of owner-controlled, wrap-around, or similar insurance coverage (“OCIP”), through a joint-powers insurance cooperative. The OCIP will provide certain insurance coverage in connection with the Project for the District, the Contractor and the Subcontractors. A minimum level of participation by qualified contractors is required for the OCIP. Among other requirements, the Contractor and each Subcontractor must submit an application and qualification information to the OCIP administrator. If applicable, the OCIP requirements are described in detail in the General Provisions and Attachment A to the General Provisions included in the Contract Documents. The OCIP requirements described in the General Provisions shall NOT be in effect and apply to the Contract
Each bidder must complete, execute, and submit with its bid each of the forms included in the Required Bid Forms; provided that: (1) the “Bidder References and Information” form shall be required only pursuant to these Instructions for Bidders; and (2) the “Declaration of Compliance with California Disabled Veteran Business Enterprise Program Requirements” form shall be required only if DVBE requirements are made applicable under the Special Provisions. If a bidder fails to properly complete, execute and submit any of the Required Bid Forms, the District may determine that the bidder’s bid is non-responsive.
A District All-Risk Policy, as described in Section 6.3 of the General Provisions, shall be in effect and apply to the Contract.
The Bid Form and other Required Bidding Forms, the bid bond, and all other documents to be submitted with the bid that require an original signature of the bidder must be signed using permanent blue ink (if submitting paper submission is required), and must be signed by a person duly authorized to sign documents and thereby contractually bind the bidder in connection with the Work (each an “Authorized Contractor Officer”). The District may reject as non-responsive any Bid Form containing a stamped or mechanically-printed signature. Depending on whether the bidder is an individual or another type of business entity, signatures must comply with the following:
16.1 Corporations. If bidder is a corporation, each document must set forth the full, legal name of the corporation and must be signed by both the bidder’s President and the bidder’s Secretary or Assistant Secretary as the Authorized Contractor Officers for the bidder. Alternatively, the signature of another Authorized Contractor Officer may be affixed to the document if the bidder includes with its bid a certified copy of a resolution of the corporation’s board of directors authorizing such person to sign the document as an Authorized Contractor Officer of the bidder. Documents submitted with the bid must include the title of each signatory below the signature and must bear the corporate seal.
16.2 Limited Liability Companies. If bidder is a limited liability company, each document must set forth the full, legal name of the company and the names of all members of the company, and all such members must sign the document as the Authorized Contractor Officers for the bidder. Alternatively, the document may be signed by a representative of the managing member of the company if the bidder includes with its bid a certified copy of a statement of the managing member’s authority and the specific signatory’s authority to sign the document as an Authorized Contractor Officer of the bidder.
16.3 Partnerships. If bidder is a partnership of any type, each document must set forth the full, true name of the partnership and the names of all persons and/or entities comprising the partnership, and all such persons and entities (or their legal representatives as determined pursuant to this Section) must sign the document. Alternatively, the document may be signed by a general partner of the partnership if the bidder includes with its bid a certified copy of a statement of the partnership acknowledging the signatory as a general partner (or a representative of the general partner) with authority to sign the document.
16.4 Sole Proprietorships. If the bidder is a sole proprietorship, each document must set forth the true name of the sole proprietorship and its owner, and such owner must sign the document. Alternatively, an agent of the owner may sign a document if the bidder has included in the bid a certified copy of a current and valid power-of-attorney authorizing the agent to sign the document.
16.5 Fictitious Names and Joint Ventures. If the bidder is an entity using a fictitious business name or a joint venture of two or more parties, documents must satisfy the requirements set forth above for signatures on behalf of corporations or partnerships, as applicable. The signature on any document signed on behalf of any entity using a fictitious business name must so indicate in the signature block. Documents submitted by parties acting as joint venturers must so indicate in the signature block and must be signed by or on behalf of each and every joint venturer.
Prime Contractor will be required to procure insurance pursuant to Section 6.5.5 of the General Provisions.
Substitution of securities in lieu of retention, pursuant to Public Contract Code Section 22300, will be permitted as provided in the General Provisions.
Publication Dates: 3/17/2026 and 3/24/2026
Prime Contractor will NOT be required to procure insurance pursuant to Section 6.5.5 of the General Provisions.
If submitting a paper bid is required, the completed Bid Form, other Required Bidding Forms, and all additional documents and other materials to be submitted with the bid must be enclosed in a sealed envelope, except that a completed copy of the “Bid Label” form included in the Required Bidding Forms must be securely fastened to the outside of the bid envelope. No other information must be apparent on the outside of the bid envelope. The District may reject any bid if the outside of the bid envelope is not properly labeled or shows extraneous information or marks.
A District All-Risk Policy, as described in Section 6.3 of the General Provisions, shall NOT be in effect and apply to the Contract
The District will conduct a pre-construction conference to discuss labor-law requirements applicable to the Work. Attendance at the conference is mandatory. The Prime Contractor and each of its listed Subcontractors must attend. The conference will occur on [DATE], at [TIME], at [LOCATION].
For purposes of the Notice Inviting Bids and these Instructions for Bidders, any reference to the “Bid Deadline” shall mean the date and time specified as the Bid Deadline in the Notice Inviting Bids and any authorized extension(s) thereto. The District must receive any bids prior to the Bid Deadline and at the Place for Submitting Bids set forth in the Notice Inviting Bids. The e-Procurement system is designated as the official bid clock and shall be used in determining whether bids have been timely received by the District, regardless of whether the time shown on the official bid clock is precisely accurate. Each bidder is solely responsible for ensuring that its bid is timely received by the District. A bidder must submit its bid to the District via personal or other delivery. The District will not accept any oral bid or bid sent via facsimile or electronic transmission. At no time will District telephones or facsimile machines be available for use by bidders. Any bid received by the District after the Bid Deadline will be returned to the bidder unopened.
The District will conduct a pre-construction conference to discuss labor-law requirements applicable to the Work. Attendance at the conference is mandatory. The Contractor and each of its listed Subcontractors must attend. The conference will occur on [DATE], at [TIME], at [LOCATION].
For purposes of Section 13.9 of the General Provisions, “Regular Working Hours” shall mean any weekday, Monday through Friday, inclusive:
between the hours of: __7:00 a.m. and 3:00 p.m. ____ commencing at or after such time, and ending by or prior to such time, as may be specified in either an applicable local ordinance or the Mitigation Monitoring Plan adopted by the District pursuant to the California Environmental Quality Act, whichever is more restrictive
For purposes of Section 13.9 of the General Provisions, “Regular Working Hours” shall mean any weekday, Monday through Friday, inclusive:
between the hours of: __7:00 a.m. and 3:00 p.m. ____ commencing at or after such time, and ending by or prior to such time, as may be specified in either an applicable local ordinance or the Mitigation Monitoring Plan adopted by the District pursuant to the California Environmental Quality Act, whichever is more restrictive
If a party is responsible for any liquidated damages in accordance with the General Provisions, the agreed amount of the liquidated damages, for each day or portion thereof, shall be $250 per day for reporting failures, $500 per day for performance delays; and $1,500 per occurrence for safety/regulatory violations..
No person or entity shall submit or have any interest in more than one bid for the Work except to the extent the Bid Documents expressly call for alternate bids. The District will not accept more than one bid for the Work from any person or entity, under the same or different names. A reasonable belief by the District that any person or entity has an interest in more than one bid or has submitted more than one bid for the Work may result in the District rejecting all bids in which the bidder has an interest. A person or entity that has submitted to a bidder any sub-bid or proposal to furnish labor, materials or services in connection with the Work is not thereby prohibited from submitting a sub-bid or proposal to any other bidder(s) on the Work, but that person or entity shall be prohibited from submitting its own bid for the Work. Any person or entity that has participated in the preparation of any Specifications for the Work (other than submitting manufacturer specifications) shall be prohibited from bidding on the Work, and the District shall deem any such bid to be non-responsive.
If a party is responsible for any liquidated damages in accordance with the General Provisions, the agreed amount of the liquidated damages, for each day or portion thereof, shall be $250 per day for reporting failures, $500 per day for performance delays; and $1,500 per occurrence for safety/regulatory violations..
The District has considered the totality of the circumstances concerning the Project and determined that Section 10.3 of the General Provisions shall be in effect and apply to the Contract.
The District has considered the totality of the circumstances concerning the Project and determined that Section 10.3 of the General Provisions shall be in effect and apply to the Contract.
If submitting a paper bid is required, not later than the Bid Deadline, a bidder may modify its original bid by submitting the written modification to the District. The bid modification must be submitted in a sealed and labeled envelope as provided in Section 17 of these Instructions for Bidders, but must also include the words “Bid Modification” on the label. The District shall reject any bid modification that is not received by the District prior to the Bid Deadline. The late receipt and rejection of a bidder’s bid modification shall not be deemed or construed to constitute a withdrawal of the original bid by the bidder, and the District still may accept the original bid if responsive and the bidder is a responsible contractor. The District may reject any modified bid if the modification creates an ambiguity or inconsistency, including, without limitation, if the modification makes the bid unintelligible. A bidder must submit any bid modification to the District via personal or other delivery. The District will not accept any oral bid modification or any bid modification sent via facsimile or electronic transmission. Any bid modification received by the District after the Bid Deadline will be returned to the bidder unopened.
The District has considered the totality of the circumstances concerning the Project and determined that Section 10.3 of the General Provisions shall NOT be in effect nor apply to the Contract. Contract.
The District has considered the totality of the circumstances concerning the Project and determined that Section 10.3 of the General Provisions shall NOT be in effect and apply to the Contract.
If submitting a paper bid is required, not later than the Bid Deadline, a bidder may supersede its original bid by withdrawing its original bid in accordance with Section 22 of these Instructions For Bidders and concurrently submitting a new bid for the Work to the District. The superseding bid must be submitted in a sealed and labeled envelope as provided in Section 17 of these Instructions for Bidders, but must also include the words “Superseding Bid” on the label. The District shall reject any withdrawal and superseding bid that is not received by the District prior to the Bid Deadline. The late receipt and rejection of a bidder’s withdrawal and superseding bid shall not be deemed or construed to constitute a withdrawal of the original bid by the bidder, and the District still may accept the original bid if responsive and the bidder is a responsible contractor. A bidder must withdraw its original bid and submit its superseding bid to the District via personal or other delivery. The District will not accept any oral withdrawal and superseding bid, or any withdrawal and superseding bid sent via facsimile or electronic transmission. Any withdrawal and superseding bid received by the District after the Bid Deadline will be returned to the bidder unopened.
If submitting a paper bid is required, a bidder may withdraw its bid at any time prior to the Bid Deadline by submitting a written request to the District via personal or other delivery. The District will not accept any oral withdrawal request or any withdrawal request sent via facsimile or electronic transmission. A withdrawal request must be signed by an Authorized Contractor Officer determined in accordance with Section 16 of these Instructions for Bidders. A withdrawal request received by the District after the Bid Deadline shall in no event be deemed or construed to constitute a withdrawal of the bid, and the District still may accept the bid if it is responsive and the bidder is a responsible contractor. After receipt of a timely withdrawal request, the District shall return the bidder’s bid security upon request. Except as provided in Public Contract Code Section 5100 et seq., if a bidder has not withdrawn its bid prior to the Bid Deadline, the bidder thereafter may not withdraw its bid for a period of sixty days after the Bid Deadline.
The NPDES and SWPPP requirements set forth in the General Provisions shall be in effect and apply to the Contract.
The NPDES and SWPPP requirements set forth in Section 8.13 of the General Provisions shall be in effect and apply to the Contract.
Except for any Sole-Source Items described in the Section titled "Sole-Source Items" of the Special Provisions, the requirement for any Specified Item shall be interpreted as if followed by the words “or equal,” and a bidder may offer in place of such Specified Item any material, product, service, or other thing that the bidder can demonstrate is, in every respect, materially equal to or better than the Specified Item and that will completely accomplish the intended aesthetics, purposes and/or functions of the Specified Item. Each substitution request is subject to and must conform with the requirements of Sections 14.4 through 14.10, inclusive, of the General Provisions, including, without limitation, requirements for submitting documentation in support of the request. Requests for substitution must be submitted to the District using a completed and executed copy of the “Substitution Request” form included in the Required Contract Forms.
The bidder shall be responsible for establishing that a proposed substitution satisfies all requirements of the Contract Documents, including, without limitation, that the proposed substitute item is, in every respect, materially equal to or better than the Specified Item. The District may at any time request any additional information regarding the proposed substitute item. The District, in consultation with the Architect and the Project Manager as applicable, will decide whether to approve a substitution based on the information provided by the bidder. The District has the sole discretion to determine whether a proposed substitute item is equal to or better than a Specified Item. Any request for substitution that is granted by the District shall be documented and processed by means of a Change Order after execution of the Contract. The District may condition its approval of any substitution upon delivery to the District of an extended warranty or other assurances of adequate performance of the substitute item. The bidder shall be responsible for and shall bear any and all risks, expenses and costs of delay arising from review or approval of a substitution by the DSA or other governmental agency.
A substitution request must be submitted to the District not later than seven days prior to the Bid Deadline specified in the Notice Inviting Bids. The District will not consider any substitution request received thereafter, except to the extent provided in Section 14.5 of the General Provisions. Concurrently with submitting a substitution request the bidder must provide all information required pursuant to Section 14.6 of the General Provisions to substantiate the request. The District shall not be required to make a determination in regard to any substitution request and/or substantiating information prior to award of the Contract. If the District gives a Notice of Award for the Contract to a bidder, but subsequently disapproves a substitution proposed by that bidder, the bidder must provide the Specified Item in accordance with the Contract Documents and at no additional cost to the District.
The NPDES and SWPPP requirements set forth in the General Provisions shall NOT be in effect nor apply to the Contract.
The NPDES and SWPPP requirements set forth in Section 8.13 of the General Provisions shall NOT be in effect and apply to the Contract.
The DVBE requirements set forth in the Instructions for Bidders shall apply to the Contract.
The District, in accordance with applicable law, may waive any minor irregularity or informality in any bid or in the bidding process.
The DVBE requirements set forth in the Instructions for Bidders shall apply to the Contract.
The DVBE requirements set forth in the Instructions for Bidders shall NOT apply to the Contract.
The District will reject as non-responsive any bids containing irregularities that are not minor irregularities, including, by way of example and not as a limitation, any bid that is materially incomplete and any bid that includes any additions or conditional or alternate bids not permitted pursuant to the Bid Documents. In addition, the District may reject as non-responsive any bid in which component bid amounts are obviously unbalanced or inconsistent. The District may, but is not required to, seek information from any bidder that may resolve an ambiguity in the bidder’s bid.
The DVBE requirements set forth in the Instructions for Bidders shall NOT apply to the Contract.
If a bid fails to conform to requirements set forth in the Notice Inviting Bids, these Instructions For Bidders, or any of the other Bid Documents (including, without limitation, if the District reasonably determines that the bid is unintelligible, internally inconsistent, or otherwise ambiguous), the District may reject the bid as non-responsive. The District may, but is not required to, seek information from any bidder that may resolve an ambiguity in the bidder’s bid.
DVBE requirements set forth in the Instructions for Bidders are applicable to the Contract, the Project Manager will advertise for DVBE in connection with the Project.
DVBE requirements set forth in the Instructions for Bidders are applicable to the Contract, the Project Manager will advertise for DVBE in connection with the Project.
DVBE requirements set forth in the Instructions for Bidders are not applicable to the Contract, therefore the Project Manager will NOT advertise for DVBE in connection with the Project.
In determining whether a bidder is a responsible bidder, the District may consider, among other possible factors, the financial standing and general competency of the bidder with respect to the Work being bid. Within two business days of the District’s request, a bidder must submit to the District a completed and executed copy of the “Bidder References and Information” form included in the Required Bidding Forms. The purpose of the Bidder References and Information is to assist the District in evaluating the bidder’s construction experience, current and anticipated workload, organizational resources available for performance of the Contract, any terminations from projects prior to completion, references for public works and public school projects, financial resources, surety and insurance claims experience, stop notice and other legal proceedings, and other factors pertinent to determining the responsibility of the bidder. The District in its sole discretion may require submittal of the “Bidder References and Information” form regardless of whether the bidder was prequalified as described in these Instructions for Bidders.
DVBE requirements set forth in the Instructions for Bidders are applicable to the Contract, the Project Manager will NOT advertise for DVBE in connection with the Project.
Prior to award of the Contract, the District may provide to a bidder notice that it is the apparent low bidder and that the District may award the Contract to such bidder. In its discretion, the District Board may award the Contract to such bidder, may award the Contract to another bidder in the event of a bid protest or other issue, or may reject all bids and either rebid or not rebid the Work. If the District Board awards the Contract, the award will be to the responsible bidder with the lowest responsive bid from among all responsible and responsive bidders (“Successful Bidder”). If two or more responsive and responsible bidders have submitted the same low bid, the District shall determine the Successful Bidder by means of a coin toss or some other random method. The District will issue notice of the award of the Contract to the Successful Bidder (“Notice of Award”).
Public Contract Code Section 7201, among other things, permits the District to withhold Retention in excess of five percent if the District Board finds during a properly-noticed and normally-scheduled public hearing conducted prior to bidding of a project that the project is substantially complex and, therefore, requires a higher retention amount, and such finding and the required Retention amount is specified in the bid documents for the project. The District Board or its designee has, in the case of this Project made a finding, as specified in Section 21 of these Special Provisions, that
Retention in excess of five percent is required for the Project.
Public Contract Code Section 7201, among other things, permits the District to withhold Retention in excess of five percent if the District Board finds during a properly-noticed and normally-scheduled public hearing conducted prior to bidding of a project that the project is substantially complex and, therefore, requires a higher retention amount, and such finding and the required Retention amount is specified in the bid documents for the project. The District Board or its designee has, in the case of this Project has made a finding, as specified in the below Section titled "Finding Retention" of these Special Provisions, that Retention in excess of five percent is required for the Project.
Public Contract Code Section 7201, among other things, permits the District to withhold Retention in excess of five percent if the District Board finds during a properly-noticed and normally-scheduled public hearing conducted prior to bidding of a project that the project is substantially complex and, therefore, requires a higher retention amount, and such finding and the required Retention amount is specified in the bid documents for the project. The District Board or its designee has NOT, in the case of this Project made a finding, as specified in Section 21 of these Special Provisions, that
Retention in excess of five percent is required for the Project.
The Successful Bidder shall have seven calendar days after the date of the Notice of Award to execute and deliver to the District the Services Agreement and all other documents required in accordance with the Contract Documents. If the bidder fails to execute and provide all such documents within that seven-day period: (i) the bidder will forfeit the bid security submitted with its bid; and (ii) the District may award the Contract to one of the other responsible and responsive bidders or release all bidders.
If the Notice Inviting Bids provides that Bid Documents may be obtained upon payment of a refundable deposit, a contractor may obtain a refund of its deposit by returning the Bid Documents to the Place for Submitting Bids specified in the Notice Inviting Bids not later than seven days after the opening of bids. A contractor will be entitled to refund of its deposit only if the Bid Documents are complete, in a useable condition, and free of any and all pen, pencil or other markings, erasure marks, rips, tears, et cetera. If the Notice Inviting Bids provides that the Bid Documents may be obtained for a non-refundable charge, the District will not refund the amount of the charge to the contractor.
If the Retention Section above of these Special Provisions indicates that the District Board or its designee has made a finding that the Project is substantially complex and, therefore, requires Retention in excess of five percent, such finding is as follows: Retention finding: TBD
Public Contract Code Section 7201, among other things, permits the District to withhold Retention in excess of five percent if the District Board finds during a properly-noticed and normally-scheduled public hearing conducted prior to bidding of a project that the project is substantially complex and, therefore, requires a higher retention amount, and such finding and the required Retention amount is specified in the bid documents for the project. The District Board or its designee has, in the case of this Project NOT made a finding, as specified in the below Section titled "Finding Retention" of these Special Provisions, that Retention in excess of five percent is required for the Project
If Section Finding Regarding Retention above of these Special Provisions indicates that the District Board or its designee has made a finding that the Project is substantially complex and, therefore, requires Retention in excess of five percent, then, notwithstanding Section 21.14 of the General
Provisions, the Retention required for the Project shall be: TBD
Any bidder that has duly submitted a bid for the Work may protest the process used to seek bids for the Work, another bid for the Work and/or the intended award of the Contract for the Work only by filing a written protest with the District in accordance with the procedures set forth in this Section (each a “Bid Protest”). The District will not accept or consider any oral Bid Protest (e.g., by telephone) or any Bid Protest sent via electronic transmission (e.g., email). In order for a Bid Protest to be valid and be considered by the District, the Bid Protest:
If a Bid Protest does not comply with each and all of the foregoing requirements (provided that a bidder will be deemed to have submitted all documentation that it desires in accordance with clause (vii) of the foregoing), the District will reject the Bid Protest as invalid. Upon receipt of a valid Bid Protest, the District and/or its legal counsel will review the Bid Protest and all relevant information and documents and will provide a written response to the protesting bidder setting forth a recommendation for District Board action in response to the Bid Protest. A bidder may at any time withdraw its Bid Protest. In response to a Bid Protest that a bidder has not withdrawn, the District Board may decline to award the Contract, may award the Contract to a bidder other than as previously intended, or may award the Contract to a bidder as previously intended despite the Bid Protest. Such action by the District Board shall be a condition precedent to the filing of any claim or demand and to the initiation of any action (legal or equitable) or other proceeding arising from the matter(s) protested.
COMPLIANCE WITH THE FOREGOING BID PROTEST REQUIREMENTS IS MANDATORY. EACH BIDDER THAT DESIRES TO PROTEST MUST FILE ITS OWN BID PROTEST IN ACCORDANCE WITH THE FOREGOING REQUIREMENTS, AND NO BIDDER MAY RELY ON A BID PROTEST BY ANOTHER BIDDER AS A MEANS OF SATISFYING SUCH REQUIREMENTS. COMPLIANCE WITH THE FOREGOING REQUIREMENTS IS THE SOLE AND EXCLUSIVE MEANS OF PROTESTING A BID, THE BIDDING PROCESS AND/OR THE INTENDED AWARD OF THE CONTRACT, AND FAILURE TO SO COMPLY SHALL BE DEEMED AND CONSTRUED AS A WAIVER OF ANY AND ALL RIGHTS THE BIDDER MAY HAVE TO PURSUE A CLAIM, DEMAND OR ACTION ARISING FROM ANY SUCH MATTER.
If the Retention Section above of these Special Provisions indicates that the District Board or its designee has made a finding that the Project is substantially complex and, therefore, requires Retention in excess of five percent, such finding is as follows: TBD
If Section Finding Regarding Retention above of these Special Provisions indicates that the District Board or its designee has made a finding that the Project is substantially complex and, therefore, requires Retention in excess of five percent, then, notwithstanding Section 21.14 of the General
Provisions, the Retention required for the Project shall be: TBD.
The Contractor may obtain copies of the Plans and Specifications by downloading them from the District website. The Primes Contractor should contact the Construction Manager for the appropriate link to such documents.
The Project is a “public work” and “public project” within the meaning of various provisions of the Public Contract Code, Labor Code, Civil Code, and other applicable legal requirements. Therefore, the performance of the Work is subject to such requirements. The Contract Documents include various provisions relating to public works and public projects as provided by law, and each bidder must thoroughly review and become familiar with the Contract Documents as described above in these Instructions for Bidders. However, the Contract Documents do not include comprehensive statements of all requirements of law applicable to public works and public projects, and each bidder shall be deemed and construed to have acknowledged that fact by submitting a bid for the Work. In addition, by submitting a bid for the Work, each bidder represents and warrants that it is familiar and knowledgeable with respect to all requirements of law applicable to public works and public projects generally and to the Work specifically.
No contractor may submit a bid for any work on a public works project unless the contractor is, and no subcontractor may be listed in any bid for work on a public works project unless the subcontractor is, currently registered with the California Department of Industrial Relations (“DIR”) and qualified to perform public work pursuant to Labor Code Section 1725.5. Additionally, no contractor or subcontractor may be awarded a contract for work on a public works project, or may perform any work on a public works project, unless the contractor or subcontractor is currently registered with the DIR and qualified to perform public work pursuant to Labor Code Section 1725.5. It is not a violation of Labor Code Section 1725.5 for an unregistered contractor to submit a bid authorized by Business and Professions Code Section 7029.1 or Public Contract Code Section 20103.5, if the contractor is registered at the time the contract is awarded. Notwithstanding anything to the contrary, if at any time during the performance of the Work, the Contractor or any of its Subcontractors is not duly registered pursuant to Labor Code Section 1725.5 (including, without limitation, if the registration expires or the DIR revokes the registration), the District in its sole discretion may cancel the Contract and/or replace the Contractor or Subcontractor with a contractor or subcontractor that is duly registered pursuant to Labor Code Section 1725.5.
The following shall apply to the Work if the Project involves work on or at an existing, operating school:
(i) No materials, equipment, et cetera, may be delivered to the Project Site between the hours of 7:45 a.m. - 8:30 a.m. or 2:15 p.m. - 2:45 p.m. on any school day.
(ii) No materials and/or personal vehicles may be placed or parked in any fire lane on or adjacent to the Project Site. A construction vehicle or machinery then being used in connection with the Work may be parked in any such fire lane only temporarily and, if unattended, the vehicle or machinery must remain unlocked and the key thereto left in the ignition switch so that it can be moved if necessary, but the Contractor shall at all times remain liable for any injury or damage resulting from unauthorized or improper use of the vehicle or machinery by others.
(iii) Not more than one vehicle per trade will be permitted on the Project Site at any one time. All tools, materials, equipment, et cetera, are to be dropped off and vehicles removed from the Project Site immediately. Vehicles used in connection with the Work must be legally parked on public streets in the vicinity of the Project Site, and, except as authorized by the Construction Manager, no such vehicles may be parked in the school parking lot.
(iv) The Prime Contractor must coordinate with the Construction Manager all traffic and pedestrian controls required for the operations of the Prime Contractor and its Subcontractors and suppliers.
(v) All areas of the Project Site on which the Work is to occur may not be available at the same time, and the Prime Contractor may need to mobilize more than once to complete the Work.
(vi) Existing landscaped areas and plants on and adjacent to the Project Site must be avoided and otherwise protected, and the Prime Contractor shall be responsible for repairing any damage to landscaping, irrigation systems, and plants.
The Contractor may obtain copies of the Plans and Specifications by downloading them from the District's eProcurement Portal The Contractor should ask any questions regarding these documents via the District's eProcurement Portal Q&A feature.
The Successful Bidder shall in no event permit a subcontractor to perform any of the Work if that subcontractor is ineligible to work on a public works or public project. Each subcontractor that the Successful Bidder intends shall perform any portion of the Work must be licensed in accordance with law by the Contractors State License Board prior to commencing its portion of the Work.
Capitalized terms used, but not defined, in these Special Provisions shall have the meanings ascribed to such terms in other of the Contract Documents.
(End of Special Provisions.)
The following shall apply to the Work if the Project involves work on or at an existing, operating school:
(i) No materials, equipment, et cetera, may be delivered to the Project Site between the hours of 7:45 a.m. - 8:30 a.m. or 2:15 p.m. - 2:45 p.m. on any school day.
(ii) No materials and/or personal vehicles may be placed or parked in any fire lane on or adjacent to the Project Site. A construction vehicle or machinery then being used in connection with the Work may be parked in any such fire lane only temporarily and, if unattended, the vehicle or machinery must remain unlocked and the key thereto left in the ignition switch so that it can be moved if necessary, but the Contractor shall at all times remain liable for any injury or damage resulting from unauthorized or improper use of the vehicle or machinery by others.
(iii) Not more than one vehicle per trade will be permitted on the Project Site at any one time. All tools, materials, equipment, et cetera, are to be dropped off and vehicles removed from the Project Site immediately. Vehicles used in connection with the Work must be legally parked on public streets in the vicinity of the Project Site, and, except as authorized by the Project Manager, no such vehicles may be parked in the school parking lot.
(iv) The Contractor must coordinate with the Project Manager all traffic and pedestrian controls required for the operations of the Contractor and its Subcontractors and suppliers.
(v) All areas of the Project Site on which the Work is to occur may not be available at the same time, and the Contractor may need to mobilize more than once to complete the Work.
(vi) Existing landscaped areas and plants on and adjacent to the Project Site must be avoided and otherwise protected, and the Contractor shall be responsible for repairing any damage to landscaping, irrigation systems, and plants.
Capitalized terms used, but not defined, in these Special Provisions shall have the meanings ascribed to such terms in other of the Contract Documents
(End of Special Provisions.)
The Successful Bidder and each of its subcontractors of any tier shall pay not less than the applicable prevailing rates of per-diem wages in the locality in which the Work is to be performed for each craft or type of worker (“Prevailing Wages”) needed to execute the Contract. A copy of the per-diem rates of Prevailing Wages applicable to the Work is on file with the District and is available for review at the location specified in the Notice Inviting Bids as the Place for Submitting Bids, and a copy will be posted at the Project Site. The Work will be subject to compliance monitoring and enforcement by the DIR, as described in more detail in the Special Provisions and General Provisions.
Education Code section 45125.1, subdivision (a), requires that entities under contract with the District shall ensure that each employee who interacts with a student outside the immediate supervision and control of the student’s parent or guardian, or of a District employee, shall have a valid criminal records summary as described in Education Code section 44237. Education Code section 45125.1, subdivision (c), authorizes the District to require compliance with the foregoing requirements with respect to employees in addition to those within the scope of Education Code section 45125.1, subdivision (a). Therefore, the Successful Bidder and its Subcontractor shall comply in all respects with the requirements of Education Code section 45125.1. To the greatest extent permitted by law, the District may impose other requirement designed to protect students in connection with the performance of the Work. Any Successful Bidder that is a sole proprietor shall have an immediate and affirmative duty to inform the District of such status so as to allow the District to comply with Education Code section 45125.1. Notwithstanding the foregoing, compliance with Education Code Section 45125.1 shall be subject to the District’s sole discretion to grant alternative compliance requirements per Education Code section 45125.2, subdivision (a).
No bidder, in preparing and submitting its bid for the Work, shall discriminate in violation of any applicable law, including, without limitation, those specified in Section 3.6 of the General Provisions. In connection with performance of the Work, neither the Successful Bidder nor any of its subcontractors of any tier shall illegally discriminate against any prospective or active employee in violation of applicable law, including, without limitation, those specified in Section 3.6 of the General Provisions. The Successful Bidder must comply with applicable federal and California laws prohibiting such discrimination and must require like compliance by any subcontractors performing any of the Work.
Subject to certain exceptions, the Iran Contracting Act of 2010 (Public Contract Code Section 2200 et seq.) prohibits a party that engages in investment activities in Iran, as described in Public Contract Code Section 2202.5, from entering into any contract of $1,000,000 or more for goods or services to be provided to a public entity. Each bidder must complete, execute, and submit with its bid the “Iran Contracting Act Certification” form, included in the Required Bidding Forms, to thereby certify to the District that: (i) the bidder is not identified on any list prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code Section 2203; (ii) the bidder is not a financial institution that, for 45 days or more, extends $20,000,000 or more in credit to any other person or entity identified on any list prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code Section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran; (iii) the District has exempted the bidder from the prohibition after making a public finding that, absent the exemption, the District will be unable to obtain the goods and/or services to be provided pursuant to the Contract; or (iv) the bidder’s bid, including any and all additive alternates, does not exceed $1,000,000.
The Successful Bidder must complete the Work in accordance with the Contract Documents and within the time period specified in the Special Provisions and the Master Schedule as adjusted in accordance with the Contract Documents. The failure of such bidder to fully complete the Work within such time period(s) may result in the District assessing liquidated damages against the bidder as provided in the General Provisions.
(End of Instructions for Bidders.)
TO THE GOVERNING BOARD OF
WILLIAM S. HART UNION
HIGH SCHOOL DISTRICT
BID PACKAGE NO. HAZ2604A
The undersigned, having carefully examined the proposed site, all of the bidding documents, including but not limited to, the Plans and Specifications, the Notice Inviting Bids, the Instructions to Bidders, the Agreement Form, The Bond Forms, and the General Conditions for:
PROJECT: Hazardous Waste Removal Services
Hereby proposes and agrees to furnish all tools, equipment, services, apparatus, facilities, transportation, labor and materials necessary to complete the above named project in strict conformity with the Plans and Specifications, including all work specified in any and all addenda issued for the total sum entered electronically with this Response (base bid) including all applicable taxes, permits and licenses.
The Prime Contractor’s Base Bid Proposal Price includes all Allowances, if any, set forth herein. The Bidder confirms that they have checked all of the figures and understands that neither the Owner nor any of its agents, employees or representatives shall be responsible for any assumptions, errors or omissions on the part of the undersigned Bidder in preparing and submitting this Bid Proposal.
Allowance: The Bidder confirms that the Bid Proposal Price set forth above includes the Allowances in the allowance amounts set forth below:
| Allowance Amount | TBD |
Although included in the Bid Proposal Price, Allowances belong solely to the Owner and shall be expended only upon written direction by the Owner, to be granted or denied in its sole discretion. Any Allowance amount not fully consumed shall belong solely the Owner and shall be refunded to the Owner by a deductive change order. By submitting this Bid Proposal, the Bid confirms that the Base Bid Proposal Price proposed herein is inclusive of all Allowances.
Bidder acknowledges the Owner may award the Contract to the responsible bidder submitting the lowest responsive bid considering base bid alone or any combination of base bid and alternates (if applicable). The Owner reserves the right to include or not include any, all or none of any alternates in the award.
It is understood that the Owner reserves the right to reject this bid and that this bid shall remain open and not be withdrawn for the period specified in the Notice Inviting Bids.
The required bid security is hereto attached.
The required list(s) of proposed subcontractors is attached hereto. The undersigned represents and warrants that such list(s) is complete and in compliance with the Subletting and Subcontracting Fair Practices Act.
The required non-collusion declaration is hereto attached.
Bidder, by signing and submitting this proposal, declares that he/she understands the bidders' requirements to adhere to the state laws regarding prevailing wages and apprenticeship standards for public works.
The undersigned fully understands that the Prime Contract is formed upon the acceptance of this Proposal by the Owner. The undersigned further agrees that upon request he will promptly execute and deliver to Owner a written memorial of the prime contract together with the required Labor and Material and Performance Bonds.
IMPORTANT NOTICE:
If bidder or other interested person is a corporation, state legal name of corporation. If bidder or other interested person is an individual, state first and last names in full.
If the bidder is a corporation, the undersigned hereby represents and warrants that the corporation is duly incorporated and is in good standing in the State of California and that the Bidder confirming these Bid statements is authorized to act for and bind the corporation.
It is understood and agreed that, should Bidder fail or refuse to return executed copies of the Agreement, Contractor’s Certificate, Certification of Insurance, and required bonds to the Owner within seven (7) days of actual notice of the award of the contract to bidder, then the security may be forfeited to the Owner as liquidated damages.
The undersigned hereby warrants that the bidder has an appropriate license, that such license entitles bidder to provide the work; that such license will be in full force and effect throughout the duration of performance under this contract; and that any subcontractors to be employed will have appropriate licenses.
TO THE GOVERNING BOARD OF
WILLIAM S. HART UNION
HIGH SCHOOL DISTRICT
BID PACKAGE NO. HAZ2604A
The undersigned, having carefully examined the proposed site, all of the bidding documents, including but not limited to, the Plans and Specifications, the Notice Inviting Bids, the Instructions to Bidders, the Agreement Form, The Bond Forms, and the General Conditions for:
PROJECT: Hazardous Waste Removal Services
Hereby proposes and agrees to furnish all tools, equipment, services, apparatus, facilities, transportation, labor and materials necessary to complete the above named project in strict conformity with the Plans and Specifications, including all work specified in any and all addenda issued for the total sum entered electronically with this Response (base bid) including all applicable taxes, permits and licenses.
The Prime Contractor’s Base Bid Proposal Price includes all Allowances, if any, set forth herein. The Bidder confirms that they have checked all of the figures and understands that neither the Owner nor any of its agents, employees or representatives shall be responsible for any assumptions, errors or omissions on the part of the undersigned Bidder in preparing and submitting this Bid Proposal.
Bidder acknowledges the Owner may award the Contract to the responsible bidder submitting the lowest responsive bid considering base bid alone or any combination of base bid and alternates (if applicable). The Owner reserves the right to include or not include any, all or none of any alternates in the award.
It is understood that the Owner reserves the right to reject this bid and that this bid shall remain open and not be withdrawn for the period specified in the Notice Inviting Bids.
The required bid security is hereto attached.
The required list(s) of proposed subcontractors is attached hereto. The undersigned represents and warrants that such list(s) is complete and in compliance with the Subletting and Subcontracting Fair Practices Act.
The required non-collusion declaration is hereto attached.
Bidder, by signing and submitting this proposal, declares that he/she understands the bidders' requirements to adhere to the state laws regarding prevailing wages and apprenticeship standards for public works.
The undersigned fully understands that the Prime Contract is formed upon the acceptance of this Proposal by the Owner. The undersigned further agrees that upon request he will promptly execute and deliver to Owner a written memorial of the prime contract together with the required Labor and Material and Performance Bonds.
IMPORTANT NOTICE:
If bidder or other interested person is a corporation, state legal name of corporation. If bidder or other interested person is an individual, state first and last names in full.
If the bidder is a corporation, the undersigned hereby represents and warrants that the corporation is duly incorporated and is in good standing in the State of California and that the Bidder confirming these Bid statements is authorized to act for and bind the corporation.
It is understood and agreed that, should Bidder fail or refuse to return executed copies of the Agreement, Contractor’s Certificate, Certification of Insurance, and required bonds to the Owner within seven (7) days of actual notice of the award of the contract to bidder, then the security may be forfeited to the Owner as liquidated damages.
The undersigned hereby warrants that the bidder has an appropriate license, that such license entitles bidder to provide the work; that such license will be in full force and effect throughout the duration of performance under this contract; and that any subcontractors to be employed will have appropriate licenses.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Vendors will be able to upload documents here.
Please download the below documents, complete, and upload.
Bidder Certifies that I will conform to the State of California Public Works Contract Requirements regarding wages, benefits, on site audits with 48-hour notice, payroll records, and apprentice and trainee employment requirements.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Bidder certifies that an authorized representative of our company has visited the site of the proposed work and has been fully acquainted with the conditions relating to construction and labor. The facilities, difficulties, and restrictions attending the execution of the work under contract are fully understood.
Bidder certifies under penalty of perjury under the laws of the State of California that the foregoing is true and correct.
Bidder agrees to fully indemnify, defend, and hold harmless the William S. Hart Union High School District, the architect, the Construction Manager (where applicable), and all of their respective officers, agents, employees, and consultants from any and all damages and costs or omissions related to conditions that could have been identified during the visit to the site.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
PLEASE CONFIRM THAT YOU HAVE READ, UNDERSTOOD AND AGREED TO ALL THE TERMS AND CONDITIONS IDENTIFIED IN THS SOLICITATION. ALSO THAT YOU HAVE PROVIDED ALL OF THE DOCUMENTS AND CONFIRMATIONS REQUIRED HEREIN VIA THIS VENDOR QUESTIONNAIRE.
Required documents include: Bid Security, Bid Bond, Bidder's References and Responsibility Information, Designation of Subcontractors, Certificate Regarding Worker's Compensation, Non-Collusion Declaration, California Labor Code Compliance, Declaration of Compliance with DVBE Program Requirements, Certification of Immigration Laws, Iran Contracting and the Contractor's Proposal Form.
Upload completed Price Sheet here.
Is Prequalification pursuant to Public Contract Code Section 20111.6 required in connection with the Project?
Please Provide CSLB License Requirement:
EXAMPLE: C10, Electrical
Please list full name of officer #1
Please enter the title for Officer #1.
Please enter email and phone for Officer #1
Example: jolson@vendor.com, (951) 555-1212
Please enter full name of officer #2
Please enter title for Officer #2
Please enter email and phone for Officer #2
Example: jolson@vendor.com, (951) 555-1212
Enter Full Name of contact for Architect
Please enter email and phone for Architect contact person
Example: jolson@vendor.com, (951) 555-1212
Please provide the name for the Construction Manager Firm
Please add the name of the Construction Manager Contact., as well as their full name, email and phone number.
EXAMPLE: Jim Olson, jolson@vendor.com, (951) 555-1212
Enter the name of the firm or the internal department name that will manage this project on behalf of the district.
Please enter the Project Manager's full name
Please enter email and phone for the Project Manager
Example: jolson@vendor.com, (951) 555-1212
Please enter the number of consecutive calendar days after commencement within which the contractor must complete the work.
The District Board has by resolution made findings that the materials, products, things and/or services specified in this Section (each a “Sole-Source Item”) are necessary for reasons permitted in accordance with Public Contract Code Section 3400, and no substitutions shall be permitted with respect to any such Sole-Source Item.
Provide an itemized list of each item that has been identified as a Sole Source Item by the Board:
The District requires that separate prices be submitted for each of the additive and/or deductive alternates described generally in this Section and in more detail in the other Bid Documents. Failure of a bidder to submit separate prices for such alternates shall result in its bid being rejected as non-responsive. The required alternates for the Project are as follows.
The District requires that separate prices be submitted for each of the additive and/or deductive alternates described generally in this Section and in more detail in the other Bid Documents. Failure of a bidder to submit separate prices for such alternates shall result in its bid being rejected as non-responsive.
Please provide itemized list of the required alternates for the Project:
Please enter the dollar amount for Liquidated Damages as shown. Your answer will populate the blank item below:
EXAMPLES:
$1,5000
$250
Will the Project Manager advertise for DVBE in connection with the Project?
Has the District Board or its designee in the case of this Project has made a finding, as specified in Section 21 of these Special Provisions, that Retention in excess of five percent is required for the Project?
Please complete the following statement:
If the Retention Section above of these Special Provisions indicates that the District Board or its designee has made a finding that the Project is substantially complex and, therefore, requires Retention in excess of five percent, such finding is as follows: ___________________________
Please enter the required retention. Your answer will populate the blank space below:
If Section Finding Regarding Retention above of these Special Provisions indicates that the District Board or its designee has made a finding that the Project is substantially complex and, therefore, requires Retention in excess of five percent, then, notwithstanding Section 21.14 of the General
Provisions, the Retention required for the Project shall be: __________
What is the Notice of Award date?
What is the Notice to Proceed Date?
Enter the Date the Contractor will commence the work.
Enter the date the work will be complete.
For purposes of Section 13.9 of the General Provisions, “Regular Working Hours” shall mean any weekday, Monday through Friday, inclusive:
Select the required General Liability insurance limits for the project
What is the aggregate for this project?
What is the Excess Liability coverage for this project?
What is the Vehicle Liability Insurance required for this project?
Please enter Publication Dates (First Publication and Second Publication Date as listed in the Introduction Section Timeline).
The award of the Contract will be based on the following method of determining the lowest bid: the lowest responsive bid.
Q (Confirmation on pre-bid meeting ): Could you please confirm whether a non-mandatory pre-bid meeting is scheduled for this bid. As per the portal, it appears to have been held on March 17, the same day the bid was published.
A: There is not a pre-bid conference scheduled for this project. Should multiple bidders request a tour, a date and time will be established and communicated to all invited bidders.
Q (No subject): Who is the current/most recent contract holder?
A: The recent contract holder is Republic Services, Inc. dba - Advanced Chemical Transport, ACTENVIRO.
Q (No subject): The RFP references Liquidated Damages. How much are the liquidated damages and under what circumstances would they be assessed and what is the process?
A: Please refer to the Services Agreement, Section 20 - Liquidated Damages. The agreement can be found in the Attachments section of the project documents.
Q (No subject): What amount should the bid bond be based on? Should it be the lump sum yr total or the lump sum yr total x3 for the full contract?
A: The Bid Bond should be 10% of the lump sum total for a three year contract.
Q (No subject): Please expand on the clarifier tank neutralization service and/or inspection at the Transportation department. Does this include PH neutralization or is it just pumping down? Does it include pressure washing? If this does include pumping down the clarifier, can a vacuum truck be added to the rate sheet?
A: Pumping services only. No pressure washing or neutralization. Vacuum truck rates can be added
Q (No subject): Please confirm whether prevailing wage requirements apply to this project.
A: Yes, prevailing wages apply.
Q (No subject): For Exhibit C, may bidders choose which pricing structure to complete (Cost per Gallon, Cost per Pound, Cost per Unit, or Disposal Method), or are all sections required?
A: Please select the pricing structure that applies to your organization.
Q (No subject): Where should the completed pricing sheet be uploaded within the submission portal?
A: Completed price sheets can be uploaded in Section 4 - Required Bid Forms, Question 19.
Q (No subject): Is pricing permitted on a per container basis rather than per pound?
A: Pricing on a per-container basis is permitted only where the exhibit allows flexibility in the unit of measure. Please follow the requirements for each exhibit as outlined below: Exhibit B - Provide pricing using the unit of measure and quantity exactly as stated in the spreadsheet. Exhibit C - Provide pricing using the unit of measure that is most appropriate for your organization. Exhibit D - Provide pricing using the unit of measure specified in the spreadsheet.
Q (No subject): Can you share the current contract and the three most recent invoices?
A: Please refer to Addendum No. 1 for details.
Q (No subject): We acknowledge that a bid bond is required; however, given the modest total contract value, would the Owner consider revisiting the bid bond requirement or allowing an alternative form of bid security?
A: Changes will not be made for the Bid Bond requirement.
Q (No subject): What is the value of this contract?
A: There is no fixed, committed, or guaranteed contract value. We can share that expenditures for hazardous waste removal services for fiscal year 2024-2025 were $58,314.00. The figures provided in the solicitation are estimates based on historical usage and are intended for planning purposes only. For the scope and estimated quantities, please refer to Exhibits A and B of the Project Manual.
Q (No subject): Please provide or direct us to the Services Agreement.
A: You may access the Services Agreement by going to Project Documents > Attachments > Attachment C.
Q (No subject): Item 16.1 Corporations of the RFP states Documents submitted with the bid must include the title of each signatory below the signature and must bear the corporate seal. Can you please remove the requirement of the corporate seal. Under the law of the State of California, the use of a corporate seal is not legally required for the execution of company documents or for the conduct of business activities. Many companies have chosen not to adopt or maintain a traditional corporate seal. This requirement could potentially eliminate otherwise qualified bidders.
A: The District has reviewed the requirement for a corporate seal. Section 16.1 is hereby amended to remove the requirement for a corporate seal. In its place, the District will accept the signature of an authorized officer, provided their title is clearly stated. The District reserves the right to request a Secretary's Certificate or Corporate Resolution to verify signing authority if necessary.
Q (Bid Bond Total Calculation): Please confirm we are to use the total for exhibit B to base 10% of.
A: Use Exhibit B to calculate a three year contract grand total. Then, use the grand total to calculate the bid security.
Q (Pricing Work Book): Can you provide the pricing sheet in an Excell version to make it easier to populate and total?
A: You can download and export the pdf file into a Spreadsheet to populate and total.
Q (No subject): The Project manual states "each bidder may visit the site", but the Response section of the bid portal requires us to certify "Bidder certifies that an authorized representative of our company has visited the site of the proposed work and has been fully acquainted with the conditions relating to construction and labor. The facilities, difficulties, and restrictions attending the execution of the work under contract are fully understood." We have team members that have previously managed this contract and are familiar with it. Are we required to visit the site? If not, can the bid portal be changed so we aren't required to certify that we have visited the site?
A: Please refer to Addendum #3.
Q (No subject): Your answer #17 referring to Addendum #3 for the bid site visit doesn't appear to answer the question. Section 2.6. Examination of Project Site and Contract Documents has not changed. Since Addendum 3 is a reupload of the RFP, can you please highlight what has changed? Also, the bid site still appears to require certification of a site visit. 12. Site Visit Certification* Bidder certifies that an authorized representative of our company has visited the site of the proposed work and has been fully acquainted with the conditions relating to construction and labor. The facilities, difficulties, and restrictions attending the execution of the work under contract are fully understood. Bidder certifies under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Bidder agrees to fully indemnify, defend, and hold harmless the William S. Hart Union High School District, the architect, the Construction Manager (where applicable), and all of their respective officers, agents, employees, and consultants from any and all damages and costs or omissions related to conditions that could have been identified during the visit to the site. Please confirm Confirmation is required Please clarify if a site visit is required.
A: Section 2.6 Examination of Project Site and Contract Documents will not change. This section specifically states that the bidder "may" visit the site. This is at the bidders discretion. Addendum #3 replaces the language of question #12 - Site Visit Certification. The original language stated that the bidder certified "they visited the site." Addendum #3 states that the bidder was "given the option to visit" the site. On page #4 of the project manual it is clearly stated that a pre-bid conference will not be conducted. Prospective bidders may contact the maintenance and operations supervisor if they are interested in a site tour. Please read the documents thoroughly.
Q (Forms not populating from RFP doc): Hello, We need the following two forms to download for the bid bond and continuously get an error message when clicking the links. Can you please provide the following two forms 4.5 Bid Security (Project Manual Bid Security) and 4.6 Bid Bond (Bid Bond Blank) from page 19 of the RFP?
A: When you click on the blue links, the file will download as a PDF automatically. Have you checked your downloads folder? I tried the links and they worked for me. Please try again and let us know if the links worked.
Q (Forms still not populating): Hello, Still receiving the error message when clicking the two links I'm looking for (4.5 and 4.6 of the RFP). I don't see a POC email where I can send the error screenshot. Thank you.
A: Please go to Section 4 Required Bid Forms Section. Click on the blue links under question #5 Bid Security and question #6 Bid Bond. Use these two forms to respond to the bid.
Q (Bi-Yearly Service Calls): For cost estimating purposes, approximately how many containers of waste would the Contractor generally expect to pick up during each bi-yearly service call? Providing an approximate range is fine. Bidders need an idea of what will be encountered for estimating Transportation Fees.
A: Please refer to the answer to question #12.
Q (Emergency Response Services): If emergency response services are required for this contract, what will the Contractors expected response time be for 1) first responder to assess the situation; and 2) all crew and equipment onsite?
A: Once notified, response time with in 5 days is applicable.
Q (Exhibit D (Addendum 2 Version), Item 11): On Exhibit D, item 11 is for "Transportation Fee - Misc." with a unit of measure of "Each"? How does this line item differ from the separate transportation fees that are included in Exhibit B?
A: The Transportation Fees on Exhibit B are in connection with the bi-annual pickups during the school year. The Transportation Fee - Misc. on Exhibit D would be emergency pick up service.
Q (Exhibit D (Addendum 2 Version)): Exhibit D includes various line items for emergency response. Are emergency response services required for this contract? If so, please provide bid specifications that cover emergency response services that may be encountered.
A: In the event of an actual emergency, 911 would be notified.
Q (Exhibit D (Addendum 2 Version), Item 18): On Exhibit D, item 18 is for "Emergency - Urgent Response" with a unit of measure of "Hour". Will this line item be invoiced on top of each labor rate utilized (items 12 thru 17) when responding to an emergency? Please explain how this line item will be utilized.
A: Exhibit D - Price Reference Sheet will not be used to award the bid. These prices are to be provided for reference should any of these line items be required. Yes, line item #18 would be invoiced separately.
Q (Exhibit D (Addendum 2 Version), Item 17): On Exhibit D, item 17 is for "Labor - EH&S Consulting/Training" with a unit of measure of "Hour". How frequently might the Contractor be asked to provide safety training?
A: Consulting and training beyond normal instructions for collection and pick up details are not required.
Q (Exhibit D (Addendum 2 Version), Item 11): On Exhibit D, item 11 is for "Transportation Fee - Misc" with a unit of measure of "Each". What costs are to be included in this line item, and when would the Contractor be allowed to invoice under this line item?
A: Item #11 refers to the minimum or pick up charge. Invoices shall designate a NET thirty (30) payment term.
Q (Exhibit D (Addendum 2 Version), Item 17): On Exhibit D, item 17 is for "Labor - EH&S Consulting/Training" with a unit of measure of "Hour". What is the scope of work for this bid item?
A: Please see answer provided to question #26
Q (Exhibit D (Addendum 2 Version), Item 17): On Exhibit D, item 17 is for "Labor - EH&S Consulting/Training" with a unit of measure of "Hour". What costs are to be included in this line item?
A: Please provide pricing for the standard EH&S Consulting/Training that your organization provides. This cost is only for reference should the service be required. Exhibit B is the price sheet that will be used to evaluate the bidder's proposal.
Q (Upload of Signed Addendum): Could you please confirm where we should upload the signed addendums?
A: Please upload signed addendums No. 1, 2, and 3 to questions 20, 21, and 22 respectively in the Required Bid Forms Section.
Q (Exhibit C: Item 21 - Aerosol Cans ): What is the hazard class for this line item?
A: Class 2: gases
Q (Exhibit D (Addendum 2 Version), Item 11): On Exhibit D, item 11 is for "Transportation Fee - Misc." with a unit of measure of "Each". The answer to question 23 states that this line item would be for emergency pick up service. Does this transportation fee apply to transportation for disposal of "Each" container picked up during an emergency cleanup?
A: Yes.
Q (Exhibit B: Expired Chemical Loose Packs ): What is the hazard class of these 3 items?
A: Per the manifests received from the current vendor, these items are Non-RCRA Hazardous Waste Liquid. A hazardous class was not provided.
Q (Exhibit C: Item 54): Are these RCRA or Non-RCRA? If RCRA, what is the hazard class?
A: These are Non-RCRA. Hazardous Class: 2 or 3.
Q (Price sheet exhibit C): For Exhibit C, could you please confirm whether line items 5–17 refer to full drums or lab packs? If they are full drums, kindly provide examples of what the district may have.
A: Items 5-17 refer to lab packs at the school sites.
Q (Term of Fixed Pricing): For what period (month and year) must the pricing submitted at the time of bid remain fixed? The bid specs (page 25, section 34) illude to the Contractor being able to request CPI increases during the initial 3-year term, and the sample Service Agreement (page 2, section 3) states that price adjustments are only allowed after the initial 3-year term. Which is correct?
A: The correct language is in the Services Agreement, Section 3-Term. Price adjustments: Prices shall remain firm for the initial three-year Agreement. Increases for any Amendment to the contract must be submitted ninety (90) days prior to the anniversary date. Increases are capped at the annual percentage change in the Consumer Price Index (CPI-U) for the Los Angeles-Long Beach-Anaheim area. Unless otherwise stated, the vendor agrees that, in the event of a price decline, the benefit of such lower price shall be extended to the District. Any price increases or decreases for subsequent contract terms may be negotiated between Contractor and District only after completion of the initial term.
Q (No subject): Exhibit B, for items that are listed in container sizes, but you are asking for per lb pricing, can they be priced out for the container size. For instance, Animal Specimens (55 gal) - we would give a rate to dispose of the 55 gal container of Animal Specimen. For us to give you a per lb rate, we will have to guestimate what the 55 gal will weigh and there may be a large variance. This would apply to all waste items with container sizes listed.
A: The container sizes are provided for reference to show the types of containers the district may utilize. Containers may or may not be filled to capacity at the time of collection. Please submit pricing in pounds, based on the quantities given.
Q (Exhibit B: Lab Debris and Lab Pack ): What is the hazard class of these 2 items?
A: These are Non-RCRA Hazardous Waste Solid. No Hazard Class listed on the manifest.
Q (Exhibit C: Items 55-57): What is the hazard class for these three items?
A: Please note that the generated waste type may vary. These materials may fall under hazard class 4.1 PGII and or hazard class 5.1 PGII. The pricing requested on Exhibits C and D is for reference only. In the overall evaluation, the pricing submitted for Exhibit B will be the main focus for the lump sum bid.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.