Similar Projects
UCI Acute Care Hospital
New Construction - 350,000 SF
Design
$10,000,000 CJ est. value
Irvine, CA 92697

UCI Ambulatory Care Center
New Construction
Design
Irvine, CA 92697

RFQ Contractor - Saddleback College Science Math Building Project
Renovation
Bidding
$40,400,000 CJ est. value
Mission Viejo, CA 92675

RFQ D/B - State Funds 2021 Building Envelope, SLH, CTT, Studio 4 and HH
Renovation, Infrastructure
Bidding
$6,000,000 CJ est. value
Irvine, CA 92606

Katella High School Roofing Project
Renovation
Sub-Bidding
$400,000 CJ est. value
Anaheim, CA 92806

Oxford Academy Roofing Project
Renovation
Sub-Bidding
$400,000 CJ est. value
Cypress, CA 90630

CHP Capistrano Roof Maintenance
Renovation, Alteration
Post-Bid
San Juan Capistrano, CA 92675

CHP Santa Ana Roof Maintenance
Renovation, Alteration
Post-Bid
Santa Ana, CA 92705

Fullerton College Swing Space
Renovation, Alteration
Results
$420,000 est. value
Fullerton, CA 92832

Golden West College LRC Duct Work Replacement
Renovation, Alteration
Results
$400,000 est. value
Huntington Beach, CA 92647

UCI Central Plant
New Construction
Design
Irvine, CA 92697

Roofing Maintenance Services
Term Contract
Sub-Bidding
$290,000 CJ est. value
Tustin, CA 92780

CHP Westminster Roof Maintenance
Renovation, Alteration
Post-Bid
Westminster, CA 92683

Roof Replacement Project at Robinson Elementary School
Alteration
Results
Trabuco Canyon, CA 92679

UCI Parking Garage
New Construction
Design
Irvine, CA 92697

Last Updated 08/11/2022 07:02 PM
Project Title

Buildings F, I, J Roof Replacement Project at Santa Ana College

Physical Address View project details and contacts
City, State (County) Santa Ana, CA 92706   (Orange County)
Category(s) Education, Single Trades
Sub-Category(s) College/University, Roofing
Contracting Method Competitive Bids.
Project Status Results,
Bids Due View project details and contacts
Estimated Value $1,380,788 [brand] Estimate
Plans Available from
Owner View project details and contacts
Architect View project details and contacts
Description

Contractors License Classification. Bidders must possess the following classification(s) of California Contractors License at the time that the Bid Proposal is submitted and at time the Contract for the Work is awarded: C-39 Roofing. The Bid Proposal of a Bidder who does not possess a valid and in good standing Contractors License in the classification(s) set forth above will be rejected for non-responsiveness. Any Bidder not duly and properly licensed is subject to all penalties imposed by law. No payment shall be made for the Work unless and until the Registrar of Contractors verifies to the District that the Bidder awarded the Contract is properly and duly licensed for the Work. 2. Contract Time. The Contract Time is 180 calendar days from date of Notice to Proceed to Final Completion. A Bid Proposal submitted by a Bidder whose representative(s) did not attend the entirety of the Mandatory Job Walk will be rejected by the District as being non-responsive. Visitor parking stalls may be utilized for the duration of the job walk, if available. (Lot 3 at Santa Ana College and Lot 6 at Santiago Canyon College). No day parking permit is required for the job walk. 4. Submittal of Bid Proposals. All Bid Proposals must be submitted on forms furnished by the District prior to 2:00 P.M., Thursday, June 30, 2022 , the last time for submission of Bid Proposals and the District s public opening and reading of Bid Proposals. Submit Bids to RSCCD Facility Planning, District Construction and Support Services at 2323 North Broadway, Suite 112, Santa Ana, CA 92706. Bidders are solely responsible for timely submission of Bid Proposals to the District at the designated location. The District shall not be responsible for any delays or issues with mail delivery. Any bid received after the scheduled closing time for receipt of bids shall be returned to the bidder unopened. Contract Documents are available to all Bidders online at the District website, no later than 5:00 P.M . on Tuesday, May 31, 2022 . The Bid and Contract Documents may be available from sources other than the Purchasing Webpage, including plan rooms. The District is not responsible for the accuracy or completeness of Bid or Contract Documents obtained from any source other than the Purchasing Webpage. Bidders are solely responsible for the risk of inaccurate or incomplete Bid or Contract Documents obtained from any source other than the Purchasing Webpage. 6. CUPCCAA . This Project is being let in accordance with the California Uniform Public Construction Cost Accounting Act ( CUPCCAA ) set forth in Public Contract Code section 22000 et seq. Contractors are invited to complete and submit the Contractors Letter of Interest Application to Purchasing Services Department as instructed on the application. The Contractors Letter of Interest Application is available on the District s webpage on Departments, Purchasing Services and then click on Contractors Letter of Interest Application ). 7. Purchasing Webpage Posting of Addenda and Bidder Questions Responses. During the course of bidding, the District may issue addenda ( Addenda ) or issue responses to bidder questions that do not result in issuance of Addenda ( Bidder Questions Responses ). The District will not distribute Addenda or Bidder Questions Responses; Addenda and Bidder Questions Responses will be posted on the Purchasing Webpage. The District s posting of Addenda and/or Bidder Questions Responses on the Purchasing Webpage is deemed the District s distribution of Addenda and/or Bidder Questions Responses to all bidders. 8. Project Plan Holder List. The District s Project Plan Holder List will be compiled exclusively from the sign-in sheet at the Mandatory Job Walk. Any Bidder failing to sign-in at the Mandatory Job Walk will be excluded from Project Plan Holder List and their Bid Proposal will be rejected by the District as being non-responsive. The District will not have a third party maintain a bid registry/plan holder list and will not distribute addenda directly to bidders/plan holders. 9. Prevailing Wage Rates. Pursuant to California Labor Code 1773, the Director of the Department of Industrial Relations of the State of California ( DIR ) has determined the generally prevailing rates of wages in the locality in which the Work is to be performed. Copies of the prevailing wage rates in the locality where the Work is to be performed, entitled PREVAILING WAGE SCALE are available to any interested party. The Contractor awarded the Contract for the Work shall post a copy of all applicable prevailing wage rates for the Work at conspicuous locations at the Site of the Work. The Contractor and all Subcontractors performing any portion of the Work shall pay not less than the applicable prevailing wage rate for the classification of labour provided by their respective workers in prosecution and execution of the Work. During the Work and pursuant to Labor Code 1771.4(a)(4), the DIR shall monitor compliance with prevailing wage rate requirements and enforce the Contractor s prevailing wage rate obligations. 10. Bidder and Subcontractors DIR Registered Contractor Status. Each Bidder must be a DIR Registered Contractor when submitting a Bid Proposal. The Bid Proposal of a Bidder who is not a DIR Registered Contractor when the Bid Proposal is submitted will be rejected for no responsiveness. All Subcontractors identified in a Bidder s Designated Subcontractors List must be DIR Registered contractors at the time the Bid Proposal is submitted. The Contractor may be subject to penalties by DIR of up to $10,000 for contracting with any subcontractor that is not DIR registered. The foregoing notwithstanding, a Bid Proposal is not subject to rejection for no responsiveness for listing Subcontractor the Subcontractors List who is/are not DIR Registered contractors if such Subcontractor(s) complete DIR Registration pursuant to Labour Code 1771.1(c)(1) or (2). Further, a Bid Proposal is not subject to rejection if the Bidder submitting the Bid Proposal listed any Subcontractor(s) who is/are not DIR Registered contractors and such Subcontractor(s) do not become DIR Registered pursuant to Labour Code 1771.1(c)(1) or (2), but the Bidder, if awarded the Contract, must request consent of the District to substitute a DIR Registered Subcontractor for the non-DIR Registered Subcontractor pursuant to Labour Code 1771.1(c)(3), without adjustment of the Contract Price or the Contract Time. 11. Bid Security. Each Bid Proposal shall be accompanied by Bid Security in an amount equal to Ten Percent (10%) of the maximum amount of the Bid Proposal, inclusive of any additive Alternate Bid Item(s). Failure of any Bid Proposal to be accompanied by Bid Security in the form and in the amount required shall render such Bid Proposal to be non-responsive and rejected by the District. 12. Labour & Materials Payment Bond; Performance Bond. Prior to commencement of the Work, the Bidder awarded the Contract shall deliver to the District two (2) Surety in the form and content included in the Contract Documents each of which shall be in a penal sum equal to One Hundred Percent (100%) of the Contract Price. 13. No Withdrawal of Bid Proposals. Bid Proposals shall not be withdrawn by any Bidder for a period of 90 calendar days after the opening of Bid Proposals. During this time, all Bidders shall guarantee prices quoted in their respective Bid Proposals. 14. Award of Contract. The Contract for the Work, if awarded, will be by action of the District s Board of Trustees to the responsible Bidder submitting the lowest priced responsive Bid Proposal. If the Bid Proposal requires Bidders to propose prices for Alternate Bid Items, the District s selection of Alternate Bid Items, if any, for determination of the lowest priced Bid Proposal and for inclusion in the scope of the Contract to be awarded shall be in accordance with the Instructions to Bidders. The District reserves the right to waive immaterial irregularities or informalities in any Bid Proposal or in the bidding process. Additionally, the District reserves the right to reject all Bid Proposals. The lowest responsive bid for the Work shall be determined as follows: Base Bid Amount, plus Allowance. 15. Disabled Veteran Business Enterprises ( DVBE ) Participation Goal. Pursuant to Military & Veterans Code 999.2 and the District s Board Policy, the District has established a Good Faith Participation Goal for DVBEs of Three Percent (3%) of the value of the Work. 16. American Disabilities Act (ADA). It is the intention of the Rancho Santiago Community College District to comply with the Americans with Disabilities Acts (ADA) in all respects. If, as an attendee or a participant at this meeting, you will need special assistance, the Rancho Santiago Community College District will attempt to accommodate you in every reasonable manner. Please contact the Rancho Santiago Community College District, Facility Planning, District Construction and Support Services at 2323 N. Broadway, Suite 112, Santa Ana, California, 714-480-7510, three business days prior to the meeting to inform us of your particular needs so that appropriate accommodations may be made.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Concrete Finishing, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Specialty Doors and Frames, Entrances, Automatic Entrances, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Acoustical Ceilings, Acoustical Ceiling Suspension Assemblies, Flooring, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Lockers, Protective Covers, Flagpoles, Flags and Banners.
Division 11 - Equipment, Foodservice Storage Equipment, Food Preparation Equipment, Food Cooking Equipment, Food Dispensing Equipment, Service Line Equipment, Soda Fountain Equipment, Coffee and Espresso Equipment, Ice Machines, Cleaning and Disposal Equipment, Library Equipment, Audio-Visual Equipment, Laboratory Equipment, Broadcast, Theater, and Stage Equipment, Athletic and Recreational Equipment, Athletic Equipment, Play Field Equipment and Structures, Exterior Court Athletic Equipment, Athletic Field Equipment.
Division 12 - Furnishings, Window Treatments, Casework, Countertops, Rugs and Mats, Office Furniture, Seating, Institutional Furniture, Classroom Furniture, Library Furniture, Book Shelves, Multiple Seating.
Division 21 - Fire Suppression.
Division 22 - Plumbing, Plumbing Insulation, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution, Ventilation Hoods, Central Heating Equipment, Central Cooling Equipment.
Division 26 - Electrical, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting, Lighting Poles and Standards, Parking Lighting, Roadway Lighting, Area Lighting, Flood Lighting, Exterior Athletic Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Call Management, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems.
Division 28 - Electronic Safety and Security, Access Control, Electronic Surveillance, Fire Detection and Alarm.
Division 31 - Earthwork, Clearing and Grubbing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Athletic and Recreational Surfacing, Fences and Gates, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities, Electrical Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents