Loading...
HomeMy WebLinkAboutNotice Inviting Bids - For Construction of CCC Buildings D & H Roof Replacement Project 24-TTPROOF OF PUBLICATION (20155 c.c.p.) PROOF OF PUBLICATION State of California County of Santa Clara I am a citizen of the United States and a resident of the State of California: I am over the age of 18 years, and not party to or interested in the above -entitled matter. I am the principal clerk of the printer of Metro Silicon Valley's Weekly Newspaper, 380 South First Street, San Jose, California 95113 a newspaper published in the English language in the City of San Jose, and adjudged a newspaper of general circula- tion as defined by the laws of the State of California by the Superior court of the county of Santa Clara, State of California, on April 7, 1988, Case No. 651274; that the notice of which annexed is a printed copy has been published in each regular and entire issue of said newspaper and not in any sup- plement thereof on the follow- ing dates: September 25 October 9, I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated: October 16, 2024 At San Jose, California > D t Mill 16 - 2024 Filing Stamp CITY OF CAMPBELL. DEPARTMENT OF PUBLIC WORKS NOTICE INVITING BIDS FOR CONSTRUCTION OF CAMPBEL.L. COMMUNITY CENTER BUILDINGS D & H ROOF REPLACEMENT PROJECT NO.24-TT 1. Date and Place of Opening Bids. Notice is hereby given that sealed bids will be received at the Office of the City Clerk of the City of Campbell (City or Owner), 70 N. First Street, Campbell, CA 95008-1423 until 2:00 PM, Wednesday, October 16, 2024, for the foregoing project. Prospective bidders are to call the City Clerk at (408) 866-2117 to coordinate delivery. BIDS RECEIVED AFTER THE DATE AND TIME S f ATED ABOVE WILL NOT BE CONSIDERED. The bid opening, which is in compliance with the grown Act, will be conducted in person in the Council Chambers at Campbell City Hall (70 N. First Street, Campbell. CA) at 2:30PM, on Wednesday, October 16, 2024. The bids submitted will be publicly opened and read aloud at that time. 2. Location of Work. The work that is to be performed is at the Campbell Community Center Buildings D & H. located at I West Campbell Avenue within the City of Campbell. 3. Scope of Work. The work to be performed, in general, consists of furnishing all labor, tools, equipment, transportation, and materials required to complete the CAMPBELL COMMUNITY CENTER BUILDINGS D & H ROOFING REPLACEMENT, PROJECT 24-TT. The scope of work generally includes but is not limited to the following: I he project involves removing the existing surface and installing a new bituminous roofing material onto the surface of the building roof line, including the installation of metal flashing and trim. 4. For additional information, please contact City of Campbell, Public Works Department, Project Manager David Fanucchi, (408) 866-2194. davef0campbellca. gov. The Contractor's duty to pay State prevailing wages can be found under Labor Code Section I770 et serf. and Labor Code Sections 1775 and 1777.7 outline the penalties for failure to pay prevailing wages and employ apprentices including forfeitures and debarment. Bids are required for the entire work described in the project plans. specifications, and contract documents, and must be submitted on the forms contained therein. Special attention shall be directed to pages BP-3 of the Bid Proposal forms, which list all required documents to be submitted at the time of bid. Time for completion of the work is 45 WORKING DAYS for all work. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990. The City of Campbell affirms that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation. 5. Proprietary Products. Approval of substitution requests for the roofing products will be by addendum only. Substitution Requests for "or equal" products must be submitted per Section 6 Control of Materials. 6. Contract Documents. Interested parties may view Contract Documents, including, but not limited to, the Notice Inviting Bids, instructions to bidders, specifications, special provisions, bid forms and Contract may be seen on the Quest website at no charge. The digital Contract Documents may be downloaded for $22.00 by inputting the QuestCDN Project #9334635 on the websites' Project Search page. Please contact QuestCDN.com at (952) 233- 1632 or info@questcdn.corn for assistance in free membership, registration, downloading, and working with this digital project information. To be included on the plan holders list, receive notification of addenda, and to be eligible to bid, interested parties must download the Contract Documents from QuestCDN. Those downloading the Contract Documents assume responsibility and risk for completeness of the downloaded Contract Documents. 7. Bid Security. Each bid shall be accompanied by one of the following forms of bidder's security: cash, certified or cashier's check drawn upon a responsible bank, or Bid Bond executed by an admitted surety insurer, made payable to the City of Campbell. The bidder's security shall be in an amount equal to at feast ten percent (10%) of the total bid price and shall be conditioned to be forfeited to the City of Campbell in the event that the bidder, if their bid is accepted, does not execute the Contract for this project and provide the required bonds (including, but not limited to, payment and performance bonds), certificates of insurance, and endor sernents within ten (10) working days of the mailing to the bidder of the Notice of Award. A bid will not be considered unless one of the approved forms of bidder's security is enclosed with it. 8. Award of Contract.'All terms and conditions contained in the contract documents shall become a part of the Contract for this project. The Contractor agrees to honor the submitted Bid Proposal for a period of at least 90-calendar days after the opening of the Bid Proposal. It is anticipated that the Contract for this project will be awarded to the lowest responsible responsive bidder.. A bid may be rejected if the City determines that any of the bid item prices are materially unbalanced to the potential detriment of the City. To the fullest extent permitted by law, the City reserves and maintains the right to reject any and all bids and to waive any bid informality or irregularity at its discretion. 9. Prevailing Rate of Wage. The work contemplated by the contract documents is a public work subject to prevailing wages under California Labor Code Section 1770 et. seq- Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of industrial Relations. In accordance with Sections 1770 through 1780 inclusive of the California tabor Code, the City has obtained from the Department of Industrial Relations the general prevailing rates of wages in the locality in which the work is to be perfor med. The Contractor to whom the Contract for this project is awarded and any subcontractors must pay not less than the specified prevailing rates of wages to all workers employed in the execution of the Contract. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations and/or the City of Campbell. Pursuant to Section 1713.2 of the Labor Code, general prevailing wage rates included in the Bid Proposal and Contract for the project shall be posted by the Contractor at a prominent place at the site of the work. Copies of the prevailing rates of wages for this project are found in Appendix F of the Project Specifications. Attention is directed to the Federal minimum wage rate requirements in the bid proposal. if there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shalt pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classi€ication not appearing in the Federal wage determinations. Where federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate, which most closely approximates the duties of the employees in question. Each Contractor and Subcontractor shall furnish the records specified in Section 1776 directly to the Labor Commissioner, and the City of Campbell, in the following manner: (a) Monthly, and (b) In a format prescribed by the Labor Commissioner. 10. Substitution of Securities, Pursuant to Section 22300 of the California Public Contract Code, the Contractor may substitute certain securities for moneys withheld by the City to ensure performance under the Contract, or, in the alternative, may request the City to make payment of retentions earned directly to an escrow agent at Contractor's expense. 11. Licenses. All bidders, contractors and subcontractors shall be licensed in accordance with the laws of the State of California. All contractors and subcontractors shall have and maintain 3 current and valid contractor license of the required classification from the State of California throughout the course of this project. In addition, the bidder/contractor shall possess a valid Class "A" General Engineering Contracts License or a C-39 Roofing Contractors License at the time of bid, except that on a joint venture bid a joint venture license may be obtained by a combination of licenses after bid opening but before award in accordance with California Business and Professions Code Section 7029.1, For a federal -aid contract. the bidder must be properly licensed as a contractor from Contract award through Contract acceptance (Cal. Pub. Cont. Code §20103.5). Bidder/contractor shall maintain said license throughout the entire project until Notice of Completion has been issued. Failure to possess the specified license at the time the bid is submitted shall render the bid non -responsive and shall act as a bar to award of the Contract to any bidder not possessing said license at bid submission and result in a forfeiture of the bid security. Bidder/contractor is required to provide with its bid satisfactory proof of licensure to the City. 12. Business License. All contractors and subcontractors working in the City of Campbell must have a valid City of Campbell Business License at the time the Contract is awarded. Business Licenses may be purchased at the Finance Department at 70 N. First Street, Campbell, California. Business license application can be downloaded at: https://www.ci.carripbell.ca.us/152/Business- Licenses 13. Mandatory Pre -Bid Meeting_ Prospective bidders are required to attend a mandatory pre -bid meeting which will be conducted at the Campbell Community Center Buildings D & H on Wednesday. October 2, 2024, at 10:OOAM. Bids for this project will not be accepted from bidders/contractors that did not attend the Mandatory Pre -Bid Meeting, it is highly advisable for prospective bidders to conduct a Pre -Bid Site Review prior to attending the meeting. 14, Pre -Bid Site Review, Prospective bidders are required to conduct a review of the project site prior to bid. The purpose of the site visit is to acquaint the bidders with the site conditions and other local conditions that may affect the performance and costs of the work prior to submitting bid proposal. The submission of a bid shall be conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encountered. as to the character, quality, and scope of work to be performed and the quantities of materials to be furnished, and as to the requirements of these Notice Inviting Bids. instructions to bidders, plans and specifications, drawings, special provisions, and the Contract. 15. Apprentices. Attention is directed tc Sections 1777.5.1777.E and 1777,7 of the California Labor Code and Title 8, California Administrative Code, Section 200 et seq. to ensure compliance and complete understanding of the law regarding apprentices. Contractors and subcontractors shall comply with all such requirements concerning the empicyment and wages of apprentices. Bidder/contractor is responsible for the compliance of its subcontractors with California Labor Code Sections 1777.5,1777.6 and 1777.7. 16. State of California Department of Industrial Relations (DIR) Registration. This project is subject to compliance monitoring and enforcement by the DIR pursuant to California Labor Code Section 1771.4. No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the DIR pursuant to Labor Code Section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code Section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the DIR pursuant to Labor Code Section 1725.5. 17. Resolution of Construction Claims, Each bidder is hereby notified of California Public Contract Code Section 9204 (a copy of which is included as Appendix G in the Project Specifications) as such section relates to resolution of construction claims. All provisions of Public Contract Code Section 9204 are incorporated into and form an integral part of the contract documents for this project. Failure of a public entity to respond to a claim within the time periods described in Public Contract Code Section 9204 shall result in the claim being deemed rejected in its entirety. 18. In the procurement of supplies, equipment, construction, and services by sub -recipients, the conflict -of -interest provisions in (State LGA - 14 Ut K 85.36 and Non -Profit Organizations - 24 CFR 84.4), OMB Circular A-110, and 24 CFR 570.611, respectively, shall apply. No employee, officer or agent of the sub- { recipient shall participate in selection, or in the award or administration of a contract supported by Federal funds if a conflict of interest, real or apparent, would be involved. 19. Project Administration. All questions related to this project prior to the opening of bids shall be submitted in writing and received no later than 5PM . on Wednesday, October 9, 2024. Questions shall be directed to City of Campbell Public Works Department 70 N.1st Street Campbell, CA 95008-1423 Attention: David Fanucchi Telephone: (408) 866-2194 Email: davef@campbejlca.gov Fax: (408) 376-0958 CITY OF CAMPBELL Andrea Sanders. City Clerk Publish: September 25, 2024 October 2.2024 i October 9.2024 ......