Fencing Parts & Installation

Agency: City of Antioch
State: California
Type of Government: State & Local
NAICS Category:
  • 238990 - All Other Specialty Trade Contractors
Posted Date: Mar 14, 2024
Due Date: Apr 17, 2024
Solicitation No: 330-0417-24A
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Bid Number Open Date Close Date Close Time Description RFP/Bid Doc Addendum
330-0417-24A 3/13/24 4/17/24 2 PM Fencing Parts & Installation

Attachment Preview

DEPARTMENT OF PUBLIC WORKS
REQUEST FOR PROPOSAL
FENCING PARTS & INSTALLATION
PROPOSAL NO. 330-0417-24A
City of Antioch
Maintenance Service Center
1201 W. 4th St.
Antioch CA, 94509
Release Date: March 13, 2024
Proposals Due: April 17, 2024, by 2:00 P.M.
RFP CONTRACT & SPECIFICATIONS
Page 1 of 13
KEEP THESE PAGES FOR YOUR RECORDS
CITY OF ANTIOCH
NOTICE INVITING PROPOSALS, RFP NO. 330-0417-24A
FENCING PARTS & INSTALLATION SERVICES
PUBLIC NOTICE IS HEREBY GIVEN that proposals will be received until 2:00 pm, April 17, 2024 at 1201 W.
4th St. Antioch, CA 94509, for the furnishing to the City of Antioch (“City”) of Fencing Parts & Installation.
Interested parties may obtain copies of the above captioned Request for Proposals (“RFP”) at the City’s
website accessible at the following web address: www.antiochca.gov/rfps/ and the following boards:
Construction Bidboard (Ebidboard) www.ebidboard.com, Dodge Data & Analytics www.construction.com,
Marin Builders Association www.marinbuilders.com, Placer County Contractors Association & Builders
Exchange Website: www.pccamembers.com, Bay Area Builders Exchange www.bayareabx.com, Peninsula
Builders Exchange www.safetystar.org/safetystar, Builders’ Exchange of San Joaquin http://www.bxsj.org.
The successful Proposer will be required to furnish the City with a Performance Bond equal to 100% of contract
price, and a Payment Bond equal to 100% of the contract price, prior to execution of the Agreement.
All bonds are to be secured from a surety that meets all of the State of California bonding requirements, as
defined in Code of Civil Procedure Section 995.120, and is admitted by the State of California.
The Director of Industrial Relations has determined the general prevailing rate of per diem wages in San
Bernardino County for each craft or type of worker needed to execute the Agreement, copies of which are on
file and will be made available to any interested party online at http://www.dir.ca.gov/dlsr. A copy of these
rates shall be posted by the successful Proposer at the job site. The successful Proposer, and all its
subcontractor(s), shall comply with all applicable Labor Code provisions, which include, but are not limited to
the payment of not less than the required prevailing rates to all workers employed by them in the execution of
the Agreement, the employment of apprentices, the hours of labor and the debarment of contractors and
subcontractors.
Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on,
be listed in a bid proposal, or enter into a contract to perform public work must be registered with the
Department of Industrial Relations. No proposal will be accepted nor any contract entered into without proof
of the contractor’s and subcontractors’ current registration with the Department of Industrial Relations to
perform public work. If awarded a contract, the proposer and its subcontractors, of any tier, shall maintain
active registration with the Department of Industrial Relations for the duration of the Project. Notwithstanding
the foregoing, the contractor registration requirements mandated by Labor Code Sections 1725.5 and 1771.1
shall not apply to work performed on a public works project that is exempt pursuant to the small project
exemption specified in Labor Code Sections 1725.5 and 1771.1.
This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
In bidding on this Project, it shall be the Proposer’s sole responsibility to evaluate and include the cost of
complying with all labor compliance requirements under the Agreement and applicable law in its proposal.
RFP CONTRACT & SPECIFICATIONS
Page 2 of 13
RFP CONTRACT & SPECIFICATIONS
The California Air Resources Board (“CARB”) implemented amendments to the In-Use Off-Road Diesel-Fueled
Fleets Regulations (“Regulation”) which are effective on January 1, 2024 and apply broadly to all self-propelled
off road diesel vehicles 25 horsepower or greater and other forms of equipment used in California. A copy of
the Regulation is available at https://ww2.arb.ca.gov/sites/default/files/barcu/regact/2022/off-roaddiesel/appa-
1.pdf. Proposers are required to comply with all CARB and Regulation requirements, including, without
limitation, all applicable sections of the Regulation, as codified in Title 13 of the California Code of Regulations
section 2449 et seq. throughout the duration of the Project. Proposers must provide, with their proposal,
copies of Proposer’s and all listed subcontractors’ most recent, valid Certificate of Reported Compliance
(“CRC”) issued by CARB. Failure to provide valid CRCs as required herein may render the Proposal non-
responsive.
The award of this contract is subject to available budget adequate to carry out the provisions of the proposed
agreement including the identified scope of services. The City reserves the right to reject any or all proposals
determined not to be in the best interest of the City.
RFP CONTRACT & SPECIFICATIONS
Page 3 of 13
KEEP THESE PAGES FOR YOUR RECORDS
CITY OF ANTIOCH
REQUEST FOR PROPOSALS
RFP NO. 330-0417-24A
FENCING PARTS & INSTALLATION
I. BACKGROUND AND INTRODUCTION
The City of Antioch (“City”) is requesting proposals from qualified firms1 licensed by the State of California
with either a class A or C-13 contractor’s license for Fencing Parts & Installation Services (“Services”),
which shall be provided under the general direction of the Operations Supervisor or his or her designee.
II. REQUEST FOR PROPOSALS
A. Scope of Services; Maintenance Services Agreement
The Services sought under this RFP are set forth in more detail in Attachment “A,” attached
hereto and incorporated herein by this reference.
The City intends to enter into an agreement with the successful Proposer for the Services using
the Maintenance Services Agreement (“Agreement”) form attached to this RFP as Attachment “Dand
incorporated herein by this reference. Proposers should review the Agreement and be familiar with its
terms. As part of the proposal, Proposers must agree to enter into the Agreement in the form attached
as Attachment “D”.
B. Content and Format of Proposal
Proposals shall be concise, well organized and demonstrate qualifications and applicable
experience. Proposals shall be in the following order and shall include the following. Where specified,
Proposers must use the forms provided by the City.
1. Executive Summary: (limit: 1 page) Summarize the content of your
firm’s proposal in a clear and concise manner.
2. Table of Contents: (limit: 1 page)
3. Identification of Proposer: (limit: 1 page)
a. Legal name and address of the company.
b. Legal form of company (i.e. partnership, corporation).
c. If company is a wholly owned subsidiary of a “parent company,” identify the “parent
company.”
d. Name, title, address, and telephone number of the proposed representative to
contact concerning the Proposal Submittal.
e. California Business Entity Number
f.
DIR Number
g. Contractor’s License Number
4. Staffing Resources: (limit: 1 page)
a. Firm Staffing and Key Personnel
1 Use of the term “firm” throughout this document shall mean individual proprietorship, partnership, limited
liability company, corporation, or joint venture.
RFP CONTRACT & SPECIFICATIONS
Page 4 of 13
KEEP THESE PAGES FOR YOUR RECORDS
(i) Provide the number of staff to be assigned to perform the Services and the
discipline/job title of each on: (1) a regular work week (MonFri), (2)
weekends, and (3) holidays, as well as your firm’s capacity to provide
additional personnel as needed.
(ii) Identify three (3) persons that will be principally responsible for working
with the City. Indicate the role and responsibility of each individual. If the
Proposer is chosen as a finalist, these principal individuals must attend the
interview and in-person presentation.
(iii) Describe proposed team organization, including identification and
responsibilities of key personnel. Please include one-page resumes.
b. Subcontractors/Subconsultants
(i) The Proposer shall identify functions that are likely to be subcontracted and
identify the subcontractor / sub-consultant that is anticipated to perform
each function, if known at this time.
5. Fiscal Stability: (limit: 1 page - not including supporting documentation)
a. The Proposer should provide evidence of corporate stability including:
(i) A current report from any commercial credit rating service such as Dunn
and Bradstreet or Experian; or
(ii) A letter from a financial institution stating a current line of credit; and
6. Experience and Technical Competence: (limit: 5 pages)
a. Experience
(i) The Proposer shall provide a description of how the Proposer’s experience,
technical and professional skills will meet the goals and fulfill the general
functions identified in this RFP.
(ii) Describe the past experience of the staff to be assigned to perform the
Services in performing similar services.
(iii) The Proposer shall state the number of years the firm has conducted
business. Proposer must have at least four (4) years’ experience in
providing the required scope of Services for public clients.
(iv) Provide three (3) references regarding the Proposer’s experience and
performance performing similar services. Include the following information:
(1) organization name, contact name, phone number, e-mail address; and
(2) project size and description of services.
(v) Describe the firm’s local experience and knowledge of City’s operations.
(vi) Describe your existing customer service program: (1) how you would
monitor customer satisfaction; and (2) how will complaints be resolved.
Describe your plan for quality control.
(vii) Describe your plan to ensure proper communication between your
representative and the City’s representative.
RFP CONTRACT & SPECIFICATIONS
Page 5 of 13
KEEP THESE PAGES FOR YOUR RECORDS

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

GFO-23-310 - Non-Energy Impacts and Process Evaluation of Integrated Energy Retrofit Packages in

California Energy Commission

Bid Due: 5/31/2024

Details Event ID 114306CM Format/Type: Sell Event / RFx Published Date 03/11/2024 12:00AM

State Government of California

Bid Due: 5/07/2024

Follow : USACE SPK DBB Construction - Naval Research Laboratory (NRL) Data Center,

Federal Agency

Bid Due: 5/17/2024

Beltz 12 Ammonia Improvements Project Phase II OPEN IFB No. WT-0118 0 3/28/2024

City of Santa Cruz

Bid Due: 5/01/2024