Loading...
Rosemead HVAC Bid Notice NIB-1 CITY OF ROSEMEAD Notice Inviting Informal Bids NOTICE IS HEREBY GIVEN that the CITY OF ROSEMEAD, California, will receive informal sealed bids up to 11:00 o’clock a.m. on Thursday, the 23rd day of February, 2012, and prior to bidding a MANDATORY Job Walk Meeting will be held Tuesday, February 21st, at 11:00 am. at the Rosemead Community Recreation Center, 3936 N. Muscatel Avenue, Rosemead, CA 91770 for the Energy Efficiency and Conservation Block Grant Program (EECBG) Rosemead Community Recreation Center HVAC REPLACEMENT PROJECT The project consist of replacement of nine (9) rooftop units (RTU) and all auxiliary components, and other related work as described in the Plans, Specifications, and Contract Documents, by this reference, made a part hereof. This project is federally-funded. Therefore, this project is subject to the “Buy American” provision of the American Recovery and Reinvestment Act of 2009. Contractor is required to sign a pre-award compliance certification and purchaser certifications with the submittal of this proposal. The engineer’s estimate for this project is $180,000.00. The successful bidder shall have thirty (30) working days to complete the work. Liquidated damages shall be $500.00 per working day. Plans, Specifications, and Contract Documents will be provided at the City of Rosemead Public Works Department, 8838 E. Valley Boulevard, Rosemead, CA 91770 or will be available at the Job Walk on February 21, 2012. (City Hall is closed on Fridays and Monday, February 20th for Presidents’ Day) Each bid must be accompanied by a bidder’s security in an amount not less than 10% of the amount of the bid, as a guarantee that the bidder will, if awarded the Contract, enter into a satisfactory agreement and provide a Performance Bond and a Payment Bond, each not less than 100% of the total amount of the bid price. No bidder may withdraw his bid for a period of sixty-one (61) days after the above bid opening date. The CITY OF ROSEMEAD will affirmatively insure the disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, disability, sex or national origin in the consideration for an award. 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 NIB-2 Rates for this project available from the California Department of Industrial Relations’ Internet web site at http://www.dir.ca.gov. The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in the books issued for bidding purposes entitled "Proposal and Contract," and in copies of this book that may be examined at the offices described above where project plans, special provisions, and proposal forms may be seen. Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of "Proposal and Contract" books. Future effective general prevailing wage rates, which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. Attention is directed to the Federal minimum wage rate requirements in the books entitled "Proposal and Contract." 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 shall 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 classification 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. Bidders shall be licensed in accordance with the provision of Chapter 9, Division 111 of the Business and Professions Code of the State of California. Bidder shall have a Class “C-C-20” license in good standing at the time Bids are received. The Council reserves the right to reject any and all bids and to waive any informality, technical defect, or minor irregularity in any bid submitted. An award of service shall not be final until the bids have been reviewed and a Contract Agreement with the City has been signed by the lowest responsible bidder and by the City. Award of Service Agreement is proposed for February 28th, 2012.