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
......