POLICY SUMMARY CHART
APPENDIX A - EXAMPLE OF REQUEST FOR
INFORMAL MATERIALS AND EQUIPMENT BIDS
GREAT BASIN UNIFIED
AIR POLLUTION CONTROL DISTRICT
REQUEST FOR BIDS
WINDOW UNIT AIR CONDITIONER
The Great Basin Unified Air Pollution Control District is
requesting bids for a Window Unit Air Conditioner. Bids will be
accepted until 2:00 pm on October 8, 1993. Bids may be delivered
or FAXed to the District office at 157 Short Street, Bishop,
California 93514, FAX (619) 872-6109, TEL (619) 872-8211. Verbal
bids will not be accepted.
Questions should be directed to Mr. Ted Schade at (619) 872-8211.
SPECIFICATIONS
Item: Window Unit Air Conditioner
Size: To fit double hung window space 40" wide by 24" high
Power: 12,000 BtuH
Voltage: 115 volts
Maximum Running Amperage: 15 amps
Minimum Air Flow: 250 cubic feet per minute
Features: 2-speed fan (minimum)
Adjustable thermostat
4 ft power cord (minimum)
Warranty: Minimum 5-years on sealed system and 1-year on all other parts
Other: Must comply with California energy code requirements
BID
Company
Name:____________________________________________________________
Address:_________________________________________________________
Telephone:_______________________________________________________
Total Bid Price delivered to District's Bishop office, including
sales tax:
___________________________________________________________________________
Delivery
Date:_______________________________________________________________
Signature:_________________________________
Date:_____________________________
APPENDIX B- EXAMPLE OF REQUEST FOR
FORMAL MATERIALS AND EQUIPMENT BIDS
BID NUMBER: 93-1
BIDS AND MATERIALS
TO BE DELIVERED TO: GREAT BASIN UNIFIED
AIR POLLUTION CONTROL DISTRICT
157 Short Street
Bishop, CA 93514
BIDS WILL BE OPENED: Monday, March 29, 1993 at 2:00 p.m.
Prices will be quoted FOB Destination unless otherwise stated. Make your bid or quotations in
the space provided on the attached sheets.
IMPORTANT: Bid must be sealed with bid number as indicated above on the outside of
envelope. Read the Instructions and Conditions before making your Bid or Quotation.
References to "District" in this document shall mean the Great Basin Unified Air Pollution
Control District.
1. All prices and notations must be typewritten or written in ink. No erasures are permitted.
Mistakes may be crossed out with corrections made adjacent and initialed in ink by the person
signing the quotation.
2. State the brand or make on each item. If you are quoting on the articles exactly as
specified, the words "or equal" must be stricken out by the bidder and initialed. If you are
quoting on another make, model, or brand, the manufacturer's name and catalog number must be
given with descriptive information and attached to the quotations.
3. Quote on each item separately. Prices should be stated in units specified herein.
4. Each quotation must be in a separately sealed envelope with bid number on the outside.
It must be submitted to the District's Bishop Office, not later than the hour and day specified
herein, at which time it will be publicly opened and read.
5. Time of delivery is a part of the consideration and MUST BE stated in definite terms and
adhered to. If the time varies on different items, the bidder shall so state.
6. Terms of less than 10 days for cash discount will be considered as net.
7. All quotations must be signed with the Firm's name and by a responsible officer or
employee. Obligations assumed by such signature must be fulfilled.
8. No charge for packing, drayage, or for any other purpose will be allowed over and above
the prices quoted on this sheet.
9. Contracts and/or purchase orders will be made or entered into with the lowest responsible
bidder meeting the specifications. Where more than one item is specified, the District reserves
the right to determine the low bidder either on the basis of individual items or on the basis of all
items included in the Instructions and Conditions.
10. The right is reserved, unless otherwise stated, to accept or reject any or all quotations or
any part thereof, either separately or as a whole, or to waive any informality in a bid.
11. Samples of items, when required, must be furnished free of expense to the District. If not
destroyed by tests will, upon request, be returned at the bidder's expense.
12. In case of default by the vendor, the District may procure the articles or service from
other sources.
13. Cost of transportation, handling, and/or inspection on deliveries or offers for delivery
which do not meet the specifications will be for the account of the vendor.
14. The vendor shall hold the District, its officers, agents, servants and employees, harmless
from liability of any nature or kind on account of use of any copyrighted or uncopyrighted
composition, secret process, patented or unpatented invention, article, or appliance furnished or
used under this quotation.
15. The vendor will not be held liable for failure or delay in fulfillment if hindered or
prevented by fire, strikes, or Acts of God.
16. Verify your quotations before submission as they cannot be withdrawn or corrected, after
being opened.
17. Return all sheets of the bid package whether or not you quote a price. If you do not
quote, state your reason or your name may be removed from the mailing list.
18. Amounts paid for transportation of property to the District are exempt from Federal
Transportation Tax. An exemption certificate is not required where the shipping papers show the
consignee as the Great Basin Unified Air Pollution Control District, as such papers may be
accepted by the carrier as proof of the exempt character of the equipment.
THE FOLLOWING MUST BE FILLED IN BY THE BIDDER IN SUBMITTING BID:
TO THE GREAT BASIN UNIFIED AIR POLLUTION CONTROL DISTRICT:
We (I) hereby agree to furnish the articles and/or services, at the prices and terms stated,
subject to the Instructions and Conditions set forth in this bid.
COMPANY NAME _______________________________________
STREET ADDRESS ______________________________________
CITY AND STATE __________________________ ZIP ________
PHONE NO._____________________________________________
BY ______________________________________________________
SIGNATURE ____________________________________________
DATED AT ______________________________________________
ON _______________________________, 19_____________
Specifications for Bid Number 93-1
Great Basin Unified Air Pollution Control District
Request for Bids for Motor Vehicle
Vehicle type: Compact Size Pickup Truck
Model year: 1993
General Description: Four-wheel Drive, Extended-Cab
Detailed Specifications:
Minimum wheelbase = 115 inches
Minimum total length = 190 inches
Minimum horsepower = 145
Minimum torque = 175 ft-lbs
Minimum inside bed length = 72 inches
Minimum ground clearance = 9.0 inches
Maximum turn circle diameter = 46 feet
Minimum payload = 1400 lbs
Minimum highway range* = 300 miles
Tow specifications:
Minimum trailer weight: 3500 lbs Minimum tongue load: 350 lbs
*Note: Highway range will be calculated by multiplying the fuel tank capacity by the EPA estimated highway miles per gallon fuel efficiency.
Vehicle shall come equipped with:
5-speed manual overdrive transmission
2-speed transfer case (manual or automatic)
Power steering
Power brakes
Front and rear bumpers
Plastic bed-liner
Full-size spare tire
Class II towing hitch
Cruise control
Air conditioning
Carpeting
Bucket-seats
Tinted glass
AM/FM/Cassette Radio
Floor mats
Special Requirement: The vehicle must have an overall frequency of repair "Trouble Index"
rating of "Average" or above for the most recent model year rated in the 1993 edition of
Consumer Reports' Buying Guide. A copy of this publication will be available for review at the
District's Bishop office during the bid period.
Bid Form for Bid Number 93-1
Great Basin Unified Air Pollution Control District
Request for Bids for Motor Vehicle
Name of Bidder:________________________________________________________
Vehicle Brand:___________________________________________________________
Vehicle Model:___________________________________________________________
Option or Accessory Package(s):___________________________________________
_________________________________________________________________________
Total Vehicle Price Delivered to District's Bishop Office Excluding Tax and License
Amounts: $_______________________________(Figures)
_________________________________________________________________________
___________________________Dollars and_______________________Cents (Words)
Delivery Date:___________________________________ (Delivery date may be stated in terms
of days after award of bid by District)
APPENDIX C - EXAMPLE OF ADVERTISEMENT FOR
FORMAL MATERIALS AND EQUIPMENT BIDS
GREAT BASIN UNIFIED
AIR POLLUTION CONTROL DISTRICT
REQUEST FOR BIDS
1993 Compact Pickup Truck
4x4, Extended Cab
The Clerk of the Board is requesting bids for a 1993 compact sized, four-wheel drive, extended
cab pickup truck.
Sealed bids will be accepted until 2:00 p.m. on March 29, 1993, at which time all bids received
will be opened.
For detailed specifications, bid information and special requirements, contact the Clerk of the
Board by telephone at (619) 872-8211 or in person or by mail at 157 Short Street, Bishop,
California 93514.
Publications: Inyo Register and Review Herald
Publication Dates: March 14, 17 and 19, 1993
APPENDIX D- EXAMPLE OF REQUEST FOR PROPOSALS
GREAT BASIN UNIFIED
AIR POLLUTION CONTROL DISTRICT
GREAT BASIN UNIFIED AIR POLLUTION CONTROL DISTRICT
Request for Proposals
Mono Basin PM-10 State Implementation Plan Development
Table of Contents
Cover Letter
Request For Proposals
A. Introduction
B. Background
C. Project Objectives
D. Scope of Work
E. Project Funding and Duration
F. Schedule
Instructions and Conditions
A. General Conditions
1. Special Eligibility Requirements
2. Pre-Contractual Expenses
3. Authority to Withdraw RFP
4. Pricing Approach
5. Right to Reject Proposals
6. Proposal Evaluation Criteria
B. Proposal Format and Content
1. Cover Letter
2. Background and Approach
3. Work Plan
4. Project Organization and Staffing
5. Related Experience
6. Project Schedule
7. Technical Writing/Data Analysis Samples
8. Cost Data
9. Statement of Compliance
10. Nondiscrimination Statement
C. Insurance Coverage
D. Conformance with Conflict of Interest Code
Sample Contract
February 1, 1993
Request for Proposals
Mono Basin PM-10 State Implementation Plan Development
Interested Parties:
The Great Basin Unified Air Pollution Control District (Great Basin) is interested in receiving
proposals from consultants with offices in Inyo or Mono Counties for assistance in the development
of an air quality management plan to control dust emissions from the exposed playa surrounding
Mono Lake in Mono County, California. Details of the work to be performed are described in the
attached Request for Proposals (RFP). The RFP contains background information about Great Basin
and its efforts at Mono Lake, objectives of the proposed project, scope of work, schedule and RFP
instructions.
Great Basin Point of Contact
The sole source of contact regarding this RFP is Great Basin's Projects Manager, Theodore D.
Schade. Individuals or firms interested in submitting a proposal are asked not to contact other
members of Great Basin's staff in connection with the RFP prior to the announcement of the
consultant selected.
Proposals and all written inquires related to this RFP are to be submitted to the following address:
Theodore D. Schade
Projects Manager
Great Basin UAPCD
157 Short Street, Suite 6
Bishop, California 93514
Proposal Closing Date:
Three copies of each bidder's proposal must be received by Great Basin not later than 5:00 pm on
February 26, 1993. All proposals must be delivered to the above address. Proposals delivered after
this time will not be accepted or considered.
Proposals will become part of the official files of Great Basin and cannot be returned.
Sincerely,
Theodore D. Schade
Projects Manager
Attachments
Great Basin Unified Air Pollution Control District
Request For Proposals
A. Introduction
Great Basin is seeking proposals from qualified consultants to assist with the development
of an air quality management plan to control the dust emissions from the exposed playa
around Mono Lake in Mono County, California. The plan is intended to be used as the State
Implementation Plan (SIP) for the Mono Basin PM-10 planning area. Assistance shall
include, but not be limited to: summarizing air quality and soil erosion data, researching and
summarizing the air quality related information for the SIP and ultimately writing the SIP
under the direction of the Deputy Air Pollution Control Officer. Presented below is a brief
background, the objectives of the proposed project, a scope of work and a schedule.
B. Background
Recent ambient air monitoring for PM-10 (particulate matter less than 10 microns nominal
aerodynamic diameter) has shown that violations of the Federal PM-10 National Ambient
Air Quality Standard (Standard) occur in the area around Mono Lake. These violations are
caused by wind blown dust that is generated from the exposed lakebed around Mono Lake.
In December 1992, the U.S. Environmental Protection Agency (EPA) gave notice to the
Governor of California that the U.S. EPA intended to designate the Mono Basin as a non-attainment area for the federal PM-10 Standard. With this designation the U.S. EPA will
require the State to submit a SIP for the Mono Basin that will assess the source of the
violations and will propose a solution that will bring the area into attainment with the PM-10
standard as soon as practicable.
C. Project Objectives
1. Summarize meteorological and ambient air quality data.
2. Assess the source areas for PM-10 dust production.
3. Determine the effects of control methods on PM-10 production and the associated
impact on air quality.
4. Write a SIP suitable for adoption.
D. Scope of Work
The consultant shall work under the direction of the Deputy Air Pollution Control Officer
(DAPCO). All assignments shall be approved by the DAPCO prior to implementation.
Information and reports from tasks 1 through 3 are intended to be used in the draft SIP in
task 4.
Task 1: Summarize meteorological and ambient air quality data for inclusion in the SIP.
The objective of this task is to determine the relative frequency of high wind events that
could cause a dust storm at Mono Lake and a violation of the PM-10 standard. Data will be
provided by Great Basin in a computer format suitable for a computer spreadsheet or data
base.
Task 2: Assess PM-10 source areas.
The objective of this task is summarize the available information on the source areas for PM-10 production, including locations, size, frequency of blowable emissions, and erosion rates.
We estimate there will be 5 data collection periods (dust storms) to summarize. Maps and
reports will be provided by Great Basin.
Task 3: Determine the effects of control techniques on PM-10 dust production and the impact on the air quality.
This task will include summarizing and, if necessary, refining the results from the air quality
modeling that is being performed to assess the impact of the wind blown dust on the ambient
PM-10 concentrations and determining the reduction due to increased lake levels. A
modeling report which will be completed under another contract will be provided by Great
Basin.
Task 4: Write the Mono Basin PM-10 SIP.
The contractor shall draft the PM-10 SIP in accordance with the requirements of the federal
Clean Air Act. To help ensure completeness of the SIP, the contractor shall work with the
DAPCO to develop an outline prior to writing the draft SIP.
E. Project Funding and Duration
It is the District's intention to adopt the PM-10 SIP by December 31, 1993. Currently, funds
are available for this project through June 30, 1993. If funding becomes available to
continue the effort after June 30, the contract may be extended to continue efforts and
complete the SIP by the end of 1993.
F. Schedule
The following are the key dates in the effort to award a contract for the proposed project to
the most qualified consultant:
February 1, 1993 RFPs sent out and made available to consultants.
February 26, 1993 Six copies of proposals due by 5:00 pm.
March 3, 1993 "Short list" consultants notified of interview.
March 9, 1993 "Short list" interviews.
March 11, 1993 Most qualified consultant selected.
March 17, 1993 Consultant executes contract.
March 24, 1993 Great Basin Board approves contract.
The following instructions and conditions apply to this RFP:
A. General Conditions
1. Special Eligibility Requirements
Due to the fact that the successful consultant will be working closely with the Deputy
Air Pollution Control Officer and will be functioning as a member of Great Basin
staff, only consultants with offices in Inyo or Mono Counties will be considered
for this project.
2. Pre-Contractual Expenses
Pre-contractual expenses are defined as expenses incurred by proposers in:
* Preparing a proposal in response to this RFP.
* Submitting that proposal to Great Basin.
* Participating in the consultant selection process.
* Negotiating with Great Basin any matter related to this RFP, proposal
and/or contractual agreement.
Great Basin shall not, in any event, be liable for any pre-contractual expenses
incurred by any proposer. In addition, no proposer shall include any such expenses
as part of the price proposed to conduct the proposed project.
3. Authority to Withdraw RFP and/or Not Award Contract
Great Basin reserves the right to withdraw this RFP at any time without prior notice.
Further, Great Basin makes no representations that any agreement will be awarded
to any proposer responding to this RFP. Great Basin expressly reserves the right to
postpone or cancel the consideration of proposals for its own convenience without
indicating any reasons for such postponement or cancellation.
4. Pricing Approach
Great Basin intends to award an hourly rate/not to exceed total amount contract for
the conduct of this project. In no event shall Great Basin pay an amount in excess
of the dollar value negotiated in the contractual agreement with the successful
consultant.
5. Right to Reject Proposals
Great Basin reserves the right to reject any or all proposals submitted without
indicating any reasons for such rejection. Any award made for this engagement will
be made to the consultant that, in the opinion of Great Basin, is best qualified to
conduct the project.
6. Proposal Evaluation Criteria
Proposals will be evaluated on the basis of their response to all provisions of this
RFP. Great Basin may use some or all of the following criteria in its evaluation and
comparison of proposals submitted. The criteria listed are not necessarily an all-inclusive list. The order that they appear is not intended to indicate their relative
importance:
a. Consultant's responsiveness to the requirements of the project as set forth in
the RFP.
b. A demonstrated understanding of the RFP, especially the project scope of
work.
c. The consultant's recent experience in conducting projects of similar scope,
complexity and magnitude.
d. The quality and quantity of personnel assigned to the project, including
educational background, work experience and directly related recent
consulting experience.
e. The organizational structure of the proposed project team.
f. The financial stability of the consultant.
g. Recent references from local clients.
h. The proposed project schedule.
B. Proposal Format and Content
Proposals should be typed and as brief as possible. They should not include any elaborate or
unnecessary promotional material. The following order and content of proposal sections should be
adhered to by each consultant.
1. Cover Letter
A brief cover letter should summarize key elements of the consultant's proposal. The
letter must be signed by an individual authorized to bind the consultant. The letter
must stipulate that the proposed price will be valid for a period of at least 90 days.
Indicate the address and telephone number of the consultant's office located nearest
to Bishop, California, and the office from which the project will be managed.
2. Background and Approach
The Background and Approach Section should describe your understanding of Great
Basin, the work to be done, and the objectives to be accomplished by the proposed
project.
3. Work Plan
Describe the sequential work tasks you plan to carry out in accomplishing this
project. Indicate all key deliverables and their contents. Identify the frequency and
location of proposed progress meetings and/or progress reports.
4. Project Organization and Staffing
Describe your approach and methods for managing the project. Provide an
organization chart showing all proposed project team members. Describe the
responsibilities of each person on the project team. Identify the Project Director
and/or Manager and the person who will be the key contact with Great Basin.
Indicate how many hours each team member will devote to the project by task, along
with a statement indicating the availability of the members of the project team for the
duration of the project. Include resumes for each member of the project team.
Include information and staff support required from Great Basin personnel.
5. Related Experience
Describe recent, directly related experience. Include on each listing the name of the
client; description of the work done; primary client contact, address and telephone
number; dates for the project; name of the Project Director and/or Manager and
members of the proposed project team who worked on the project, as well as their
respective responsibilities.
At least three references should be included. For each reference, indicate the
reference's name, organization affiliation, title, complete mailing address and
telephone number. Great Basin reserves the right to contact any of the
organizations or individuals listed.
6. Project Schedule
Provide a schedule for completing each task in the work program, including
deadlines for preparing all project deliverables.
7. Technical Writing/Data Analysis Samples
Bound separately from the base proposal, provide at least one example of past
technical writing and data analysis efforts. The samples do not need to be directly
related to the type of work being proposed; they should provide some indication of
the consultant's writing and data analysis abilities. Only one copy of these samples
need be submitted.
8. Cost Data
In a separate, sealed envelope, marked with the consultant's name, project name
and the words "Cost Proposal", indicate the hourly rates of each person that will
work on the project. In addition, by task, indicate the total lump sum cost for which
you will conduct the project. Identify by project team member: name, classification,
hourly rate and the number of hours each member will spend on each work task.
Indicate separately, total cost for fees and expenses, including any proposed fee
discount. Only one copy of the cost proposal is required. Cost proposals for
consultants not selected will be returned, unopened.
9. Statement of Compliance
Consultants must submit a Statement of Compliance with all parts of the Request for
Proposal and Draft Agreement terms and conditions (attached), or a listing of
exceptions and suggested changes, along with a description of any cost implications
or schedule changes the exceptions and/or changes cause. The Statement of
Compliance must declare either:
A. This proposal is in strict compliance with the Request for Proposal and Draft
Agreement and no exceptions to either are proposed; or
B. This proposal is in strict compliance with the Request for Proposal and Draft
Agreement except for the items listed.
For each exception and/or suggested change, the consultant must include:
1. The suggested change in the RFP or rewording of the contractual
obligations.
2. Reasons for submitting the proposed exception or change.
3. Any impact the change or exception may have on project costs,
scheduling or other considerations.
10. Nondiscrimination Statement
Consultant agrees that in carrying out its responsibilities under this agreement, and
in particular with regard to the employment of persons and sub-contractors working
on the project, it will not discriminate on the basis of race, color, creed, national
origin, religion, sex, age, or handicap. In the event any of the work performed by
consultant hereunder is sub-contracted to another person or firm, sub-contract shall
contain a similar provision.
C. Insurance Coverage
Prior to commencement of any project activities, consultant is to secure worker's compensation
insurance, so as to be in compliance with State statutes. In addition, consultant shall secure
comprehensive general liability insurance, including auto and contractual liability coverage, in an
amount not less than $1 million.
D. Conformance with Conflict of Interest Code
The Political Reform Act (Government Code Section 81000, et seq.) may require some consultants
retained by Great Basin to comply with certain provisions of Great Basin's conflict of interest code.
Prior to execution of a contract to perform the requested work, the Air Pollution Control Officer will
make a determination as to which individuals, if any, are required to comply with disclosure
requirements. Copies of Great Basin's conflict of interest code can be obtained by contacting the
Projects Manager.
SAMPLE CONTRACT ATTACHED
APPENDIX E - EXAMPLE OF OWENS AND MONO LAKES ADVISORY GROUP
REQUEST FOR PROPOSALS
Ellen Hardebeck
Control Officer
GREAT BASIN AIR POLLUTION CONTROL DISTRICT
157 Short Street s Bishop, California 93514 s (619) 872-8211 s fax (619) 872-6109
October 5, 1993
TO: Owens Lake Advisory Group Members and Interested Parties
SUBJECT: Owens Lake Advisory Group Meeting and Request for Proposals
You are invited to participate in the fall meeting of the Owens Lake Advisory Group,
to be held on Thursday, December 9 and Friday December 10.
The meeting on Thursday, December 9 will consist of presentations and will be held
in the Inyo County Supervisors' Board Room in Independence. Some of the topics we
anticipate discussing at this meeting are: the status of the District's dust mitigation testing,
including the flood irrigation project, the status of Lake Mineral's soda ash project and the
status of UC Davis' sand fence and aerosol projects. In addition, we will also discuss potential
projects for the 1994-1995 fiscal year, which starts July 1, 1994.
On Friday, December 10 there will be a tour of Owens Lake. Tentative sites to be
visited include the District's flood irrigation project site and UC Davis' sand fence test site.
Members of the advisory group, as well as any other interested parties, are welcome
to make presentations of past work and present proposals for new work. This notice is to be
considered a request for proposals for work to be conducted in fiscal year 1994-1995.
Proposals should be for work that will contribute to the solution of the fugitive dust problem
on Owens Lake. All proposals shall be in writing and should be attached to the enclosed
proposal submittal form. See the enclosed form for additional information.
If you would like to make a presentation or submit a proposal, please contact me by
Friday, November 5. Written proposals should be submitted by Friday, November 19. An
agenda will be sent out the week prior to the meeting. Please call me if you have any questions.
I am looking forward to seeing you on December 9 and 10.
Sincerely,
Duane M. Ono
Deputy Air Pollution Control Officer
OWENS LAKE ADVISORY GROUP PROPOSAL SUBMITTAL FORM
This form is to be used to submit proposals for Owens Lake fugitive dust mitigation projects
to be funded in fiscal year 1994-1995 (July 1, 1994 to June 30, 1995).
The Great Basin Unified Air Pollution Control District (District) is interested in receiving
proposals from interested contractors for assistance in the development of an air quality
management plan to control fugitive dust emissions from Owens Dry Lake.
Proposals should clearly specify how the proposed work will aid in the development of the
solution to the fugitive dust problem. Proposals should contain enough detail to allow the
District to determine the type and amount of work to be performed, the products to be
furnished and the estimated cost to accomplish the work. Specifically proposals should
include: a cover letter summarizing the proposal, a work plan, project organization and
staffing, work products, related experience, project schedule and project cost.
The District Board will approve the final list of projects to be funded based on: a demonstrated
understanding of the Owens Lake fugitive dust problem, applicability of the proposed work
to the development of a solution to the problem, applicability of the proposed work to the
District's current mitigation efforts, scientific soundness of the proposed work and available
funding.
All proponents approved for funding will be required to provide insurance coverage and enter into a contract with the District to perform the work. On request, the District can provide interested proponents with a copy of the District's standard contract.
Note: Three copies of the written proposal should be attached to this form and
submitted to the District by Friday, November 19, 1993.
APPENDIX F - EXAMPLE OF PUBLIC CONSTRUCTION
ADVERTISEMENT FOR BIDS
NOTICE INVITING BIDS (SEALED PROPOSALS)
FOR FURNISHING AND INSTALLING THE
OWENS LAKE RECLAMATION PROJECT
FLOOD IRRIGATION TEST PIPELINE AND SPREADING SYSTEM
GREAT BASIN UNIFIED AIR POLLUTION CONTROL DISTRICT
Inyo County, California
NOTICE IS HEREBY GIVEN that the Board of Directors of GREAT BASIN UNIFIED AIR
POLLUTION CONTROL DISTRICT (herein called "Owner") invites and will receive sealed
bids up to the hour of
10:00 a.m. on Thursday July 1, 1993,
at the office of the Owner, 157 Short Street, Bishop, CA 93514, (619) 872-8211, for furnishing
to said Owner of all transportation, materials, equipment, labor, services, permits, utilities, and
all other items, (except those, if any, specifically to be provided by Owner) necessary to
furnish and install said Owens Lake Reclamation Project Flood Irrigation Test Pipeline and
Spreading System (System). At said time bids will be publicly opened by the Air Pollution
Control Officer and read aloud.
Bids shall conform to and be responsive to the contract documents heretofore approved by the
Owner and any addenda thereto issued prior to date of bid opening.
Copies of the contract documents are on file and may be examined in, or obtained from, the
office of the Owner. There is a fee required in the amount of $10.00 to obtain a Bid Package.
A Pre-Bid Conference will be held at 10:00 a.m. on Thursday, June 17, 1993 at the Owner's
Keeler field office in Keeler, California, to review the details of construction. A field trip to
Owens Lake to inspect the location will immediately follow the office meeting. Please contact
the Owner's Project Manager in the Bishop Office for directions.
Each bid shall be submitted on a form furnished as part of the contract documents and be
accompanied by a cashier's check, a certified check or a bidder's bond in the amount not less
that 10% of the bid amount, made payable to the Owner. In addition to the original completed
Bid Form bound in the Specifications and Contract Documents, the bidder shall furnish five
(5) copies of the completed Bid Form (pages 1-8 through 1-17) with the original bound copy.
Each bid or proposal shall be sealed and filed with the Owner's Clerk of the Board on or before
the time of bid opening. The bidder's bond or check shall be given as a guarantee that the
bidder will enter into a contract with the Owner and furnish required payment and performance
bonds and certificates of insurance and endorsements if awarded the work, and will be declared
forfeited if the acceptable low bidder refuses to enter into said contract or furnish required
bonds or certificates of insurance and endorsements within 15 days after the Notice of Award.
All bonds and certificates of insurance and endorsements shall be on forms furnished as a part
of the contract documents.
The Owner reserves the right to reject any and all bids, and to waive any and all irregularity
in any bid. If more than one schedule of bids is provided, the Owner reserves the right to select
schedules under which the bids are compared and the contract awarded.
If the Owner, for any reason, rejects any and all bids, no bidder shall have the right to proceed
against Owner for any costs incurred by the bidders in preparing for or submitting the bids.
The Owner is a public agency. All laws applicable to its contracts are to be a part of the
contract to the same extent as though set forth therein. Any Contractor awarded a contract by
Owner in excess of $15,000.00 must file a payment bond with Owner.
The Director of Department of Industrial Relations has determined the general prevailing rate
of per diem wages and general prevailing rate for legal holiday and overtime work in the
locality in which said work is to be performed for each craft, classification or type of worker
needed. Not less than the determined rates shall be paid to all workers employed in the
performance of the contract.
Such Rates of Wages are on file with the Department of Industrial Relations and are available
to any interested party upon request.
BY THE ORDER OF THE BOARD OF DIRECTORS
OF THE GREAT BASIN UNIFIED AIR POLLUTION CONTROL DISTRICT
Dated:______________________
_______________________________________ Board Chairman