Loading...
Notice of Inviting Bid for Safe Routes to School Program Savannah Elementary CITY OF ROSEMEAD NOTICE INVITING BIDS NIB No. 2017- 08 NOTICE IS HEREBY GIVEN that the CITY OF ROSEMEAD, California, will receive sealed bids up to 10:30 o’clock a.m. on Wednesday, the 14th day of June, 2017, and they will be publicly opened at 11:00 a.m. for SAFE ROUTE TO SCHOOL PROGRAM SAVANNAH ELEMENTARY ATPL 5358 (018) PROJECT No. 21025 The project consists in removal and replacement of sidewalk, signage, traffic striping, in pavement lighting cross walk and other related work as described in the Plans, Specifications, and Contract Documents, by this reference, made a part hereof. The engineer’s estimate for this project is $600,000.00. The successful bidder shall have SIXTY (60) calendar days to complete the work. Liquidated damages shall be $500.00 per working day. Plans, Specifications, and Contract Documents may be obtained at the office of the City Clerk of the CITY OF ROSEMEAD, 8838 E. Valley Boulevard, Rosemead, California 91770, (626) 569-2177, for a non-refundable charge of $25.00 and $40.00 if mailing is requested. All prospective bidders must register with the office of the City Clerk’s in order for your bid to be considered responsive. Pursuant to SB854 (Stat. 2014, Chapter 28) The Department of Industrial Relations (DIR) monitors compliance and prevailing wage requirements on public works project. All Contractors and Subcontractors must be currently registered with the DIR in order to be eligible to be considered for this public works contract. 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. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Compliance with the prevailing rates of wage and apprenticeship employment standards established by the State Director of Industrial Relations will be required. 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 “A” 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 June 27, 2017. Dated this 25th day of May, 2017. Marc Donohue, CMC City Clerk Publish: May 25, June 1 & 8, 2017. MAYOR: POLLY LOW MAYOR PRO TEM: STEVEN LY COUNCIL MEMBERS: WILLIAM ALARCON SANDRA ARMENTA MARGARET CLARK City of Rosemead 8838 E. VALLEY BOULEVARD P.O BOX 399 ROSEMEAD, CALIFORNIA 91770 TELEPHONE (626) 569-2100 FAX (626) 307-9218