City of Hawthorne Owned Building Roof Rehabilitation Project

expired opportunity(Expired)
From: Hawthorne City(City)
23-06

Basic Details

started - 08 May, 2023 (12 months ago)

Start Date

08 May, 2023 (12 months ago)
due - 23 May, 2023 (11 months ago)

Due Date

23 May, 2023 (11 months ago)
Bid Notification

Type

Bid Notification
23-06

Identifier

23-06
Hawthorne City

Customer / Agency

Hawthorne City
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

i CITY OF HAWTHORNE NOTICE INVITING BIDS (A Cash Contract) Pursuant to statute and to the authorization by the City Council of the City of Hawthorne, California, and on file in the office of the City Clerk of said city, notice is hereby given that sealed proposals will be received by the City Clerk of the City of Hawthorne, California in the City Clerk’s office in City Hall, 4455 W. 126th Street, Hawthorne, CA 90250, until 4:00 P.M. on TUESDAY, MAY 23, 2023. Proposals will be publicly opened and recorded on a Bid List at 4:10 P.M. of the same day in the City Clerk's office. Bidders, as well as the general public, are invited to view this proceeding. Proposals will be read at a meeting of the City Council at 6:00 P.M. on TUESDAY, MAY 23, 2023 for the following: City of Hawthorne Owned Building Roof Rehabilitation Project (Project # 23-06) 11605 Gale Ave, 12720 - 12726 Grevillea Ave, 11529 Gale Ave, 11537 Gale Ave and 12529 Truro Ave, Hawthorne, CA 90250. SCOPE OF WORK Provide all
services, labor, materials, permits, insurance, tools and equipment needed, in accordance with the Plans, Technical Provisions, and Specifications to successfully and safely complete the resurfacing of the roof at six (6) City of Hawthorne owned buildings located at 11605 Gale Ave, 12720 - 12726 Grevillea Ave, 11529 Gale Ave, 11537 Gale Ave and 12529 Truro Ave, Hawthorne, CA 90250. BASE BID APPROXIMATE ITEM QUANTITY DESCRIPTION 1. 50 Sheets Plywood deck replacement 2. 400 linear feet Fascia board replacement. 3. 400 linear feet Rafter tail replacement. 4. Lump Sum For all properties mentioned in the scope of work the contractor shall remove and dispose of existing rain gutters and downspouts throughout the dwellings. Install new seamless baked enamel rain gutters and downspouts. Rain gutters shall be 5” in size and the down spouts shall be a minimum 2” x 3”. Install concrete splash blocks at all downspout locations. Work shall include all necessary hardware and splash blocks. Apply sealer at all connecting joints to insure watertight seal. Finish color shall be selected by project manager prior to installation. All work will be in accordance to plans, technical provisions and specifications. 5. Lump Sum For all properties mentioned in the scope of work the contractor shall prepare all exterior plaster surfaces to receive fresh paint. Contractor shall remove all hardware and items attached/hanging on the exterior plaster surfaces. Contractor shall power wash all exterior plaster surfaces to remove all loose and peeling paint, dirt, dust, etc. Contractor shall inspect all exterior plaster surfaces and repair, patch and caulk all voids cracks and holes, as required, to best match the existing plaster texture. Contractor shall apply surface fillers, conditioners, etc., in compliance with manufacturer’s specifications to achieve a complete and uniformed bond between the new paint and the existing plaster surfaces. Contractor shall use plastic sheeting or drop cloths to protect all surfaces not intended to be painted. Contractor shall prep and prime all intended surfaces with Dunn Edwards – EFF-Stop ii Premium” (or approved equal) exterior primer, as required, where repairs have been done to create a smoother, more even finish in compliance with manufacturer’s specifications. Contractor shall furnish and apply a minimum of two (2) coats of “Dunn Edwards – Evershield” (or approved equal) ultra- premium, exterior grade acrylic paint to all exterior plaster surfaces to provide a uniform professional finish, free of surface defects. To be applied in compliance with manufacturer’s specifications. The City’s Project Manager shall select and approve the new paint color. All work will be in accordance to plans, technical provisions and specifications. 6. 11605 Gale Ave Installation of specified roof replacement system, plus all other Lump Sum aspects of the Project as specified, including warranty and Service agreement, for 11605 Gale excluding item No.s 1 through 3 with an estimated square footage of 3900 S.F. 7. 12720-26 Grevillea Installation of specified roof replacement system, plus all other Lump Sum aspects of the Project as specified, including warranty and service agreement, for 12720-26 Gale excluding item No.s 1 through 3 with an estimated square footage of 7200 S.F. 8. 11529/11537 Gale Installation of specified roof replacement system, plus all other Lump Sum aspects of the Project as specified, including warranty and service agreement, for 11529/11537 Gale excluding item No.s 1 through 3 with an estimated square footage of 9250 S.F. 9. 12529 Truro Installation of specified roof replacement system, plus all other Lump Sum aspects of the Project as specified, including warranty and service agreement, for 12529 Truro excluding item No.s 1 through 3 with an estimated square footage of 4500 S.F. CLASSIFICATION CONTRACTORS Contractors bidding this project must possess a valid State of California "C39” Contractors' License on file with the California Department of Consumer Affairs. The successful bidder shall be licensed as required by law, and consistent with the contract documents, at the time the contract is awarded. PRE-BID JOB WALK - MANDATORY A pre-bid meeting/job walk will be conducted at each location starting with 12720-12726 Grevillea Ave and ending at 11605 Gale Ave on, WEDNESDAY, MAY 10, 2023, at 10:00 AM. All Bidders shall sign a Sign-In sheet at the job walk. All Bidders’ questions will be answered at this time or by addenda. In addition, Bidders will have the opportunity to tour the proposed improvement and have an opportunity to talk to the City’s Consultant and City’s staff concerning any aspect of the job or the site. BIDS WILL BE NULL AND VOID IF CONTRACTOR DOES NOT ATTEND THIS PRE-BID JOB WALK. SUBMISSION OF PROPOSALS Original proposals must be submitted on the blank forms prepared and furnished for that purpose, which may be obtained at the Department of Public Works, Engineering Division (2nd Floor), Hawthorne City Hall, 4455 West 126th Street, Hawthorne, CA 90250, phone (310) 349-2980. Bidders may also obtain copies of the Plans and Specifications for the contemplated work at this same location. No bid will be considered unless it conforms to the Proposal Requirements and Conditions. The City Council of the City of Hawthorne, also referred to as the City, reserves the right to reject any and all proposals. Bids must be returned in the special envelopes provided, marked "SEALED BIDS," and addressed to the City Clerk. Each bid shall be accompanied by bid security in the form of a bid bond, cashier’s check, certified check, or in the iii amount of 10% of the total bid amount. All cashier’s checks or certified checks must be drawn on a responsible bank doing business in the State of California and shall be made payable to the City of Hawthorne. Bid bonds must be issued by an admitted surety insurer licensed to do business in the State of California. Bids not accompanied by the required bid security will be rejected. Personal or company checks are not acceptable unless certified. The City shall return bid security of unsuccessful bidders when the successful bidder (“Contractor”) enters into the Contract with the City. A list of subcontractors shall be submitted with the bid on the form provided by the City. Each bidder must supply all information required by the bid documents and specifications. WAGES AND EQUAL EMPLOYMENT OPPORTUNITY Pursuant to the provision of Section 1770 through 1780, inclusive, of the Labor Code of the State of California, the City Council has ascertained the general prevailing rate of per diem wages for each craft or type of worker needed to execute the proposed contract, and it will be required that not less than said rates be paid to all such workers employed or engaged in the work. In addition to the Contractor’s obligations as to minimum wages rates, the Contractor shall abide by all other provisions and requirements stipulated in Sections 1770-1780, inclusive, of the Labor Code of the State of California, including, but not limited to, those dealing with the employment of registered apprentices. The responsibility of compliance with Section 1777.5 of the Labor Code shall be with the prime contractor. NONDISCRIMINATION In performance of the terms of this contract, the Contractor shall not engage in, nor permit such subcontractors as he may employ from engaging in, discrimination in employment of persons because of the race, color, place of national origin or ancestry, sex, age, sexual orientation, or religion of such persons. PERFORMANCE RETENTIONS The successful bidder will be required to provide for performance security as provided by law. Requirements for performance retentions may be satisfied by deposit or securities specified in Section 16430 of the Government Code, and in accordance with Section 223001 of the Public Contract Code. DBE REQUIREMENTS The bidder shall make good faith efforts, as defined in Title 49 of the Code of Federal Regulations, Part 26, and the State of California, Department of Transportation Disadvantaged Business Enterprise (DBE) Program Plan. The City of Hawthorne established an AADPL of 8.0%. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR, Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as recipient deems appropriate. PROJECT INFORMATION Plans and Specifications are available for purchase at Hawthorne City Hall, Department of Public Works, Engineering Division (second floor), 4455 West 126th Street, Hawthorne, CA 90250 (310) 349-2980 iv NOTE TO PROSPECTIVE BIDDERS: THE COST OF PLANS AND SPECIFICATIONS IS $50.00 (non-refundable). AN ADDITIONAL $25.00 WILL BE CHARGED IF MAILING IS NECESSARY, OR $50.00 IF FEDERAL EXPRESS MAILING OPTION IS REQUIRED. If you have questions and/or need clarification regarding this project, please contact German Franco, in the Department of Public Works, Engineering Division, at telephone number (310) 349-2980 or at telephone number (310) 349-2997 or send email at gfranco@cityofhawthorne.org THE CITY OF HAWTHORNE RESERVES THE RIGHT TO REJECT ANY BID OR ALL BIDS AND TO WAIVE ANY INFORMALITY OR IRREGULARITY IN ANY BID. ANY CONTRACT AWARDED WILL BE LET TO THE LOWEST, QUALIFIED, RESPONSIVE AND RESPONSIBLE BIDDER.

HAWTHORNE CITY HALL, 4455 W. 126TH STREET, HAWTHORNE,CA 90250Location

Address: HAWTHORNE CITY HALL, 4455 W. 126TH STREET, HAWTHORNE,CA 90250

Country : United StatesState : California

You may also like

PROJECT:437-22-109 HONEYWELL BAS CONVERSION (CONSTRUCTION) AT THE FARGO, ND VAMC

Due: 12 Aug, 2024 (in 3 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Street Rehabilitation

Due: 15 May, 2024 (in 10 days)Agency: Town of Grenfell

Coconino County Administration Building Boiler Replacement Project

Due: 22 May, 2024 (in 17 days)Agency: County of Coconino

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.