Construction Services for Appian Way Pump Station Roof Replacement Project

From: Lomita(City)

Basic Details

started - 12 Mar, 2024 (1 month ago)

Start Date

12 Mar, 2024 (1 month ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification

Identifier

N/A
City of Lomita

Customer / Agency

City of Lomita
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.

ii APPENDIX I – CONSTRUCTION AND DEMOLITION DEBRIS RECYCLING SUMMARY APPENDIX II – CITY BUSINESS LICENSE APPLICATION APPENDIX III – INSPECTION RECORD FOR LOS ANGELES COUNTY DIVISION OF BUILDING AND SAFETY A-1 SECTION A NOTICE INVITING BIDS A-2 CITY OF LOMITA, CALIFORNIA NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the City of Lomita, County of Los Angeles, California (hereinafter “City”) will receive sealed bids at the Office of the City Clerk, City Hall, 24300 Narbonne Avenue, Lomita CA 90717, until 1:00 PM on April 23, 2024, at which time all bids will be publicly opened and read in the City Council Chambers at the above address for: APPIAN WAY PUMP STATION ROOF REPLACEMENT The Appian Way Pump Station, located at 26255 Appian Way, Lomita, CA, is more than 30 years old and has an original wooden roof with one exhaust fan and four skylights. The condition of this wooden roof has deteriorated with extensive termite damage and infestation. This pump station is a critical water
facility that must remain functional and accessible at all times since it controls the pressure and water supply for a pressure zone within the City. Tenting the building was not an option due to concerns with access and safety of drinking water pumps located inside. Therefore, this project consists of removing the existing wooden frame in its entirety and replacing it with a metal truss roof system along with other associated improvements such as new skylights and other ceiling- mounted fixtures. The Contractor shall perform all work required for such construction in accordance with the contract documents and subject to the terms and conditions of the contract, complete and ready for use. Each bid must be submitted in writing on a bid proposal furnished by the City. Bids must conform and be responsive to all contract documents. All bids must be sealed and must be plainly marked in the lower left-hand corner “APPIAN WAY PUMP STATION ROOF REPLACEMENT.” Plans and Specifications may be downloaded and printed from the City’s website at no charge at: https://lomitacity.com/current-bids-rfps/ https://lomitacity.com/current-bids-rfps/ A-3 Prospective bidders who only view and/or print the plans and specifications from the City’s website will not automatically be added to the City’s plan holder list for this project unless they send an email to the Project Manager at publicworks@lomitacity.com, ssampat@lomitacity.com and f.aboujaoude@lomitacity.com and provide the firm’s name, address, telephone and contact person with a valid email address. This will ensure that the prospective bidder is listed as a “Plan Holder” and will be informed of any addenda and all information issued after obtaining the official form of proposal. Addenda will be posted on the City website, but it shall be the bidder’s responsibility to inquire for any addenda/updates to this Notice Inviting Bid prior to submitting their bid. Each proposal must be accompanied by a cash deposit, a certified cashier's check, or a bidder's bond, made payable to the City of Lomita, in an amount not less than 10% of the total bid submitted. The successful bidder will be required to furnish a faithful performance bond in the amount of 100% of the contract price, and a payment bond in the amount of 100% of the contract price, both in a form satisfactory to the City Attorney. The successful bidder will also be required to pay the State of California prevailing wage scale as determined by the Department of Industrial Relations, available at http://www.dir.ca.gov/Public- Works/PublicWorks.html. The City reserves the right to reject any or all bids and to waive any informality or irregularity in any bid received and to be the sole judge of the merits of the respective bids received. The award, if made, will be made to the lowest responsible bidder. plans and specifications will be available for review at City Hall. The contractor shall possess a valid State of California Contractors License, Class A. All work shall be completed within 180 working days from the date of the Notice to Proceed (NTP). All questions regarding this bid must be submitted in writing on or before 1:00 PM on April 8, 2024, to the Project Manager, via email at: publicworks@lomitacity.com, ssampat@lomitacity.com and f.aboujaoude@lomitacity.com. Kathleen Horn Gregory, MMC City Clerk Published in Daily Breeze on March 11, 2024, and April 3, 2024 mailto:publicworks@lomitacity.com mailto:ssampat@lomitacity.com mailto:f.aboujaoude@lomitacity.com http://www.dir.ca.gov/Public-Works/PublicWorks.html http://www.dir.ca.gov/Public-Works/PublicWorks.html mailto:publicworks@lomitacity.com mailto:ssampat@lomitacity.com mailto:f.aboujaoude@lomitacity.com B-1 SECTION B INSTRUCTIONS TO BIDDERS B-2 INSTRUCTIONS TO BIDDERS I. QUALIFICATION OF BIDDERS 1. Competency of Bidders The Bidder shall be thoroughly competent and capable of satisfactorily performing the Work covered by the Bid. As specified in the Bid Documents, the Bidder shall furnish statements of previous experience on similar work. When requested, the Bidder shall also furnish the plan of procedure proposed; the organization, machinery, plant and other equipment available for the Work; evidence of its financial condition and resources; and any other such documentation as may be required by the City to determine if the Bidder is responsible. 2. Contractor's License At the time of submitting the Bid, the Bidder shall be licensed as a contractor in accordance with the provisions of Chapter 9, Division 3, of the California Business and Professions Code. The required prime contractor license for this project is a Class A Contractor’s license. However, the City reserves the right to award the Contract to a contractor with another class if the City determines that the license is proper for the work. 3. Contractor Registration Requirements SB 854 amended the Labor Code to require all contractors bidding on public work to register with the Department of Industrial Relations (DIR) and to pay an annual fee. The registration requires contractors to provide the State with evidence of the contractors' compliance with several statutory requirements. The registration requirement took effect on July 1, 2014. 4. Bidder’s Submittal and Contract Award Prohibited Under California Labor Code section 1771.1, as amended by SB 854, unless registered with the DIR, a contractor may not bid, nor be listed as a subcontractor, for any bid proposal submitted for public work on or after March 1, 2015. Similarly, a public entity cannot award a public work contract to a non-registered contractor, effective April 1, 2015. Also refer to Section 5-3.1 of the Special Provisions. 5. Bidder Qualifications Bidder Qualifications called for to be submitted at the time of bid include, but are not necessarily limited to: B-3 a. The Contractor shall have been in business under the same name and California Contractor’s License for a minimum of 10 continuous years prior to the bid opening date for this project. The license used to satisfy this requirement shall be of the same type as required by the contract. b. The Contractor shall provide a minimum of 3 references for similar projects which have been successfully completed in the State of California with a construction cost of at least $2M. during the past 5 years. c. The Contractor or the Subcontractor performing the construction of similar projects shall have a minimum of 10 years’ experience under the same name and California Contractor’s License. d. The Contractor shall perform above 50% of the contract with its own forces. II. BIDDER RESPONSIBILITY A responsible Bidder is a Bidder who has demonstrated the attribute of trustworthiness, as well as ability, fitness, capacity, and experience to satisfactorily perform the work. Bidders are notified that, in accordance with the Lomita Municipal Code, the City Council may determine whether the Bidder is responsible based on a review of the Bidder's performance on other contracts. If, based on the provisions and criteria set forth in the Lomita Municipal Code, the Public Works Director proposes not to recommend the award of contract to the apparent low bidder, the Director shall notify the Bidder in writing of its intention to recommend to the City Council that the Council award the contract to the 2nd lowest responsible bidder. If the Bidder presents evidence in rebuttal to the recommendation, the Director shall evaluate the merits of such evidence, and based on that evaluation, make a recommendation to the City Council. III. ADDENDA TO THE CONTRACT DOCUMENTS The City may issue Addenda to the Contract Documents during the period of advertising for any reason. The Bidder shall acknowledge the receipt of the Addenda in their Bid. The failure of the Bidder to do so may result in the rejection of the Bid as non-responsive. Addenda will be posted on the City website, but it shall be the bidder’s responsibility to inquire for any addenda/updates to this Notice Inviting Bid prior to submitting their bid. B-4 IV. PREPARATION OF THE BID 1. Examination of Site, Plans and Specifications Prior to submitting a Bid, the Bidder shall examine the Plans and the Work site, carefully read the Specifications, and satisfy itself that it has the abilities and resources to complete the Work. The Bidder agrees that if it is awarded the Contract, no claim will be made against the City based on ignorance or misunderstanding of the provisions of the Contract Documents, the nature and amount of the work, and the physical and climatic conditions of the work site. The Contractor shall have included in the contract price a sufficient sum to cover all items, including labor, materials, tools, equipment, and incidentals, that are implied or required for the complete improvements as contemplated by the drawings, specifications, and other contract documents. 2. Estimated Quantities The quantities shown in the Bid are approximate only. The Contractor will be paid for the actual quantities of work based on field measurements as provided for in these Specifications. The City reserves the right to increase or decrease the amount of any item or portion of work to be performed or materials furnished, or to delete any item, in accordance with the Specifications. 3. Bid Instructions and Submissions The Bid shall be submitted on the Bid Proposal forms included with the Specifications. All Bid Documents must be completed, executed, and submitted with the Bid by the Bidder. Required seven (7) Bid Proposal Documents: 1) Bidder's Proposal 2) Contractor's Affidavit 3) Bid Bond (10%) 4) List of Subcontractors 5) Construction Project References 6) Violations of Federal or State Law 7) Disqualification or Debarment All prices submitted will be considered as including all sales or use taxes. The Bid Proposal must be completed in ink or in typewritten form. The B-5 bid sum and all bid amounts on the form must be stated in words and numerals; in case of a conflict, words will take precedence. In the case of discrepancy between unit bid price and total bid, the unit price shall prevail. V. BID BOND Each bid shall be accompanied by Bidder's Security in an amount equal to ten (10) percent of the bid amount, which security shall be lawful money of the United States of America and in one of the following forms: (i) cashier's check made payable to the City of Lomita, (ii) certified check made payable to the City of Lomita, or (iii bid bond executed by an admitted surety insurer and made payable to the City of Lomita. The City Bid Bond form must be used. VI. NON-RESPONSIVE BIDS AND BID REJECTION 1. A Bid in which anyone (1) of the required seven (7) Bid proposal documents are not completed, executed, and submitted may be considered non- responsive and be rejected. 2. A Bid in which the Contract Unit Prices are unbalanced, which is incomplete, or which shows alteration of form or irregularities of any kind, or which contains any additions or conditional or alternate Bids that are not called for, may be considered non-responsive and be rejected. VII. AWARD OF CONTRACT In accordance with the Lomita Municipal Code, the City Council reserves the right to reject all bids received, to take all bids under advisement for a period not-to- exceed ninety (90) days after date of opening thereof, to waive any informality or irregularity in the Bid, and to be the sole judge of the merits of material included in the respective bids received. VIII. EXECUTION OF CONTRACT After the Contract is awarded, the awardee shall execute the following eight (8) documents: 1) Contract - Public Works Agreement 2) Construction or Service Contract Endorsement 3) Performance Bond (100% of Bid price) 4) Labor and Material Bond (100% of Bid price) 5) Workers' Compensation Insurance Certificate 6) Verification of Insurance Coverage (Certificates and Endorsements) B-6 7) Construction Permit Application Form 8) Business License Application Form IX. APPRENTICESHIP EMPLOYMENT STANDARDS The Contractor is directed to the provisions in Sections 1776, 1777.5 and 1777.6 of the California Labor Code concerning the employment of apprentices by the contractor or any subcontractor under them. X. PERMITS, LICENSES AND PUBLIC WORKS AGREEMENT The Contractor shall procure and execute all permits, licenses, pay all charges and fees, and give all notices necessary and incidental to the completion of the Work. The Contractor shall carry out a Public Works Agreement. A no fee Excavation Permit will be issued by the City of Lomita for this project. The Contractor shall obtain a City of Lomita Business License. XI. INSURANCE The Contractor shall maintain Automobile Liability, General Liability and Workers' Compensation Insurance as specified in the Public Works Agreement included in the Project Specifications. XII. PRE-BID INQUIRIES A Bidder with a Pre-Bid Inquiry must e-mail their question(s) on or before 1:00 PM on April 8, 2024, via email at publicworks@lomitacity.com, ssampat@lomitacity.com; f.aboujaoude@lomitacity.com. Questions received after this date may not be considered. XIII. LABOR CODE – SB 854 The bidder shall be registered with the Department of Industrial Relations (DIR) in accordance with the provisions of Section 1771.1 of the California Labor Code, as amended by SB 854. No public work contract may be awarded to a non-registered contractor or subcontractor after April 15, 2015. XIV. PREVAILING WAGE 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. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations’ Internet web site at http://www.dir.ca.gov/DLSR/PWD mailto:publicworks@lomitacity.com mailto:ssampat@lomitacity.com mailto:f.aboujaoude@lomitacity.com http://www.dir.ca.gov/DLSR/PWD B-7 XV. GUIDELINES DURING GENERAL PANDEMIC CONDITIONS Contractors shall comply with all local, state, and federal laws and regulations including, but not limited to, the Governor’s and Los Angeles County Health Officer’s orders and guidance related to any general pandemic conditions that may be announces including social distancing, and best practices. Contractors are required to check with the latest guidelines of the Los Angeles County Public Works and the Los Angeles County Public Health for construction sites during any possible health pandemics. XVI. CONFROMANCE WITH CITY OF LOMITA NOISE ORDINANCE The contractor shall abide by the noise regulations outlined in the City of Lomita Municipal Code (LMC). Section 4-4.04 of the LMC makes it unlawful to produce a noise within a residential area that exceeds 65 dBA in the daytime (7:00 AM to 9:00 PM) or 55 dBA in the nighttime (9:00 PM – 7:00 AM). XVII. NOTIFICATION OF RESIDENTS OF START OF WORK At least 5 business days before the start of work, the Contractor shall post written notifications at the doors of all households and apartments around the vicinity of the Appian Way Pump Station as generally indicated in the map below. C-1 SECTION C BID DOCUMENTS (TO BE SUBMITTED WITH BID PACKAGE) C-2 BIDDER’S PROPOSAL APPIAN WAY PUMP STATION ROOF REPLACEMENT Company: _____________________________________________________ Honorable Mayor and Members of the Lomita City Council Lomita, California In accordance with the Notice Inviting Bids pertaining to the receiving of sealed proposals by the City Clerk of the City of Lomita for the above titled improvement, the undersigned hereby proposes to furnish all Work to be performed in accordance with the Plans, Specifications, Standard Drawings, and the Contract Documents, for the unit price or lump sum set forth in the following schedule. The undersigned hereby acknowledges that he/she has examined the copies of the plans, specif icat ions and all Contract Documents for this project and is fully aware of scope of the work. The undersigned also acknowledges that he/she has examined the project site and locality where the work is to be performed and the legal requirements and conditions affecting the cost, progress, and performance of the work in strict accordance with the Contract Documents. The undersigned also acknowledges that timely completion o f t h e p r o j e c t is important to the City. Therefore, time being of the essence, he/she proposes that the work commenced and will be completed within the time specified in the Notice Inviting Bids. Specification or Items not indicated on Bid Form: The Contractor is to accommodate those portions of the work required by the specifications or contract documents, whose method of payment is not included in other bid items elsewhere. In addition, bid items costs associated with bonds, insurance, traffic control, labor, equipment, materials, overhead, profits, all other indirect costs shall be considered full compensation for each bid item. All work shall be completed within 180 working days from the date the notice to proceed is issued by the Engineer.

24300 Narbonne Ave.,Lomita, CA U.S.A. 90717Location

Address: 24300 Narbonne Ave.,Lomita, CA U.S.A. 90717

Country : United StatesState : California

You may also like

Fire Station 1 Roof Replacement

Due: 15 May, 2024 (in 16 days)Agency: Town of Dracut

Mission Hills Pump Station Generator Replacement

Due: 10 May, 2024 (in 12 days)Agency: Mission Brook Sanitary District, Cook County, IL

Z1DA--Project #502-21-104 Replace Roof of Building 7 - Construction

Due: 01 May, 2024 (in 2 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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