Similar Projects
Last Updated | 02/10/2023 06:50 AM |
Project Title | Newhall Tanks 1 and 1A - Tank Upgrades |
Physical Address | View project details and contacts |
City, State (County) | Santa Clarita, CA 91321 (Los Angeles County) |
Category(s) | Heavy and Highway, Sewer and Water |
Sub-Category(s) | Site Development, Storage/Water Tanks |
Contracting Method | Competitive Bids |
Project Status | Results, Construction start expected December 2022 |
Bids Due | View project details and contacts |
Estimated Value | $299,500 [brand] Estimate |
Plans Available from | Agency's Affiliate |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | **As of September 9, 2022, this project has not yet been awarded. A timeline for award has not yet been established.** Construction of the NEWHALL TANKS 1 AND 1A - TANK UPGRADES PROJECT is located at 21575 Deputy Jake Drive, Newhall, CA 91321. The project generally consists of stairway and catwalk improvements on the tanks. The work includes but is not limited to the removal of the existing tank ladder at each tank, installation of a tank stairway, catwalk, handrails, non-skid paint, and all associated work ("Work") as indicated in the Contract Documents. The AGENCY shall award the contract for the Work to the lowest responsive and responsible bidder as determined from the Base Bid Price. The AGENCY anticipates the Base Bid Price to range between $350,000 to 400,000. This estimate is intended to serve merely as a guideline of the magnitude of work. Neither the Bidders nor the Contractor shall be entitled to claims because of any inaccuracy in the estimated construction cost range. Bids must be submitted on the AGENCY's Bid Forms. Bidders may obtain a copy of the Contract Documents from PlanetBids at no charge. To the extent required by section 20103.7 of the Public Contract Code, upon request from a contractor plan room service, the AGENCY shall provide an electronic copy of the Contract Documents at no charge to the contractor plan room. For questions regarding accessing the Contract Documents, please contact Margret Aragon at (661) 513-1207 or email maragon@scvwa.org. Discrepancies or omissions in, and/or questions about, the Contract Documents shall be submitted to the AGENCY, in writing, via PlanetBids and shall be received by the AGENCY no later than 5:00 pm on August 10, 2022. It is the Bidder's responsibility to confirm that the AGENCY has received the correspondence. The AGENCY will not be responsible for any oral explanations or instructions. As determined by the AGENCY, a written addendum may be issued. Bidder is responsible for receipt of addenda, which will be posted on PlanetBids. All bids shall be accompanied by a cashier's or certified check payable to the order of the AGENCY, or by a Bid Bond in favor of the AGENCY in an amount not less than ten percent (10%) of the Base Bid Price. The Bid Guarantee must be received prior to the specified date and time for bid opening. The Bid Guarantee shall be submitted in a sealed envelope with the Bidder's name, marked with the name of the project, the date and time to be opened, and addressed and delivered or mailed, postage prepaid, to: Margret Aragon, Santa Clarita Valley Water Agency, 26515 Summit Circle, Santa Clarita, CA 91350. It is each Bidder's responsibility to ensure that his/her Bid Guarantee is received by the AGENCY prior to the time set for bid opening. No Bidder may withdraw its bid for a period of ninety (90) days after the date of opening the bids, within which time an award may be made. The AGENCY reserves the right to reject any or all bids, or to waive any irregularities or informalities in any bid or in the bidding. Bids are required for the entire Work, and the Work will be let under a single contract. Each Bidder shall be a licensed contractor pursuant to sections 7000 et seq. of the Business and Professions Code in the following classification(s) throughout the duration of the Contract: Class A, General Engineering Contractor License. Bidders should be aware that the AGENCY has established the following responsiveness criteria and shall be required to complete the related bid form demonstrating that they can meet the following criteria: The Contractor shall have completed at least three (3) similar projects between January 1, 2015 and August 15, 2022. The Contractor's Superintendent shall have satisfactorily completed at least one (1) similar project between January 1, 2015 and August 15, 2022. Pursuant to Public Contract Code Section 3400 (c), the AGENCY has made findings designating certain materials, products, things, or services by specific brand or trade, that shall be provided by the Contractor under the Contract, and such findings and the materials, products, things, or services and their specific brand or trade names are set forth in the Special Conditions, SC-13 "Designated Materials, Products, Things or Services". The successful Bidder will be required to furnish the AGENCY with Payment and Performance Bonds equal to 100% of the Contract Price. Liquidated damages : CONTRACTOR one hundred fifty and no/100 dollars ($150.00) for each day of compensable delay. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. |
||||||||||||||
Details |
|
||||||||||||||
Bidder's List | View project details and contacts | ||||||||||||||
Prospective Bidders | View project details and contacts | ||||||||||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |