N2M24-3 ALHAMBRA HEALTH CENTER ASBESTOS ABATEMENT PROJECT

Agency: City of Alhambra
State: California
Type of Government: State & Local
NAICS Category:
  • 562910 - Remediation Services
Posted Date: Mar 11, 2024
Due Date: Apr 11, 2024
Solicitation No: N2M24-3
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Bid Number: N2M24-3
Bid Title: N2M24-3 ALHAMBRA HEALTH CENTER ASBESTOS ABATEMENT PROJECT
Category: Notice Inviting Bids
Status: Open

Description:
NOTICE INVITING SEALED BIDSBID NO. N2M24-3ALHAMBRA HEALTH CENTER ASBESTOS ABATEMENT PROJECTIN THE CITY OF ALHAMBRA


PUBLIC NOTICE IS HEREBY GIVEN that the City of Alhambra invites sealed bids for the above stated project and will receive such bids in the office of the City Clerk, 111 South First Street, Alhambra, California 91801, up to the hour of 10:30 a.m. on April 11, 2024. Submitted bids will be publicly opened at 11:00 a.m. in the City Council Chambers.

The Alhambra Health Center (located at 612 Shorb Street, Alhambra, CA (“Project Site”)) asbestos abatement project consists of the following scope of work: 1) the completion of a South Coast Air Quality Management District (SCAQMD) Procedure 5 clean-up of the interior of the Project Site; 2) asbestos abatement of remaining intact identified asbestos containing materials (ACM); and 3) and stabilization of “flaking or peeling” identified lead based paint (LBP).

Copies of the specifications and contract documents are available from the City of Alhambra, City Clerks’ Office, 111 South First Street, Alhambra, California 91801.

Due to the presence of damaged (and assumed asbestos containing materials) ACM’s identified at the subject property, a South Coast Air Quality Management District (SCAQMD) Procedure 5 abatement and clean-up work plan for the Project Site was recommended and is outlined in Section F, below.


The only materials to be demolished within the Project Site are:

1. pipe insulation;

2. acoustic ceiling material;

3. ceiling plaster; and

4. ceiling tape.

All other non-ACM containing materials, including but not limited to, decorative wood beams, wooden staircases, railings, ceramic wall and floor tiles, tile mosaics, wall sconce light fixtures, etc. are to remain in place. Prime contractor or subcontractors will employ industry-standard best practices to protect decorative wood beams, wooden staircases and railings, ceramic wall and floor tiles, tile mosaics, and wall sconce light fixtures within the Alhambra Health Center. Prime contractor or subcontractors will conduct regular monitoring to evaluate the measures employed to protect non-ACM containing materials and to immediately advise City of identified issues. Any contract entered into pursuant to this notice will incorporate the provisions of the State A - 2 Labor Code. Compliance with the prevailing rates of wages and apprenticeships employment standards established by the State Director of Industrial Relations and the Federal government will be required.

The City hereby notifies all qualified bidders that it will affirmatively ensure that minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, religion or handicap in any consideration for an award. Attention is directed to the provisions of Section 1777.5 (Chapter 1411, Statutes of 1968) and 1777.5 of the Labor Code concerning the employment of apprentices by the contractor shall not allow discrimination in employment practices on the basis of race, color, national origin, ancestry, sex, religion or handicap.

The City will deduct a 5 percent retention from all progress payments. In entering into a public works contract, or a subcontract, to supply goods, services, or materials pursuant to a public works contract, the Contractor, or subcontractors, offers and agrees to assign to the awarding body all rights, title and interest in, and to, all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public work’s contract or subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the Contractor, without further acknowledgment by the parties.

COMPLIANCE WITH SB 854 DEPARTMENT OF INDUSTRIAL RELATIONSREGISTRATION

No prime contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5.

No prime contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5.

This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.

The bid proposal must include a printout from the DIR registration website showing that the prime contractor and each subcontractor is currently registered.

No bid proposals will be accepted, nor any contract, entered into with a prime contractor without proof of registration as required above.

The prime contractor will be required to post job site notices regarding Labor Code compliance as described in 8 California Code of Regulation section 16451(d).

Bids must be prepared on the approved Proposal forms in conformance with the Instructions to Bidders and submitted in a sealed envelope plainly marked on the outside. Bids must be accompanied by a bid bond, made payable to the City of Alhambra for an amount no less than 10 percent of the amount bid.

No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of the Business and Professions Code. The successful Contractor and his subcontractors will be required to possess business licenses from the City. The City reserves the right to reject any or all bids, to waive any irregularity, and to take all bids undeR advisement for a period of sixty days.

For the purpose of determining the lowest responsible bidder the City will reduce the total amount of any bid submitted by an amount equal to one percent of that portion of the bid which is subject to sales or use tax if it is determined that the City would receive a refund of sales or use tax on that portion of the bid. Payment, however, will conform to the provisions of Section 9-3 of these Specifications and will not be reduced by the aforementioned one percent.

Any contract entered into pursuant to this notice shall become effective or enforceable against the City of Alhambra only when the formal written contract has been duly executed by the appropriate officers of the City.

Total field work duration is 120 calendar days. THE CONTRACTOR SHALL COMPLETE THE WORK WITHIN 120 CALENDAR DAYS OF THE EFFECTIVE DATE OF CITY’S NOTICE TO PROCEED WITH CONSTRUCTION.

For questions regarding this project, please contact:Chuck CowleyDevelopment ManagerCowley Corbis(310) 746-4091 chuck@cowleyrep.com For security reasons, you must enable JavaScript to view this E-mail address.


LOCATION OF WORK

The exact location of the project is 612 Shorb Street, Alhambra, CA (the “Project Site”).

PROPOSAL FORMS

Bids shall be submitted in writing on the Proposal forms provided by the City. All information requested therein must be clearly and legibly set forth in the manner and form indicated. The City will not consider any proposal not meeting these requirements.

PROPOSAL GUARANTEE

Proposals must be accompanied by a proposal guarantee consisting of a bid bond payable to the City of Alhambra in the amount not less than 10 percent of the total amount bid. Any proposal not accompanied by such a guarantee will not be considered. If a bidder to whom a contract is awarded fails or refuses to execute the contract documents or furnish the required insurance policies and bonds as set forth in those documents, the proposal guarantee shall be forfeited to the City. The proposal guarantees all bidders will be held until the successful bidder has properly executed all contract documents.

MANDATORY ON-SITE JOB WALK Location – Project Site 612 W Shorb Street Alhambra, CA 91803 March 26, 2024, 11:00 AM

No personnel shall enter the building without proper personal protective equipment (PPE). All Contractors’ personnel attending the mandatory pre-bid walkthrough of the Project Site shall don Level C PPE (one-piece Tyvek coverall, half face respirator etc).

DELIVERY OF PROPOSAL

Proposals shall be enclosed in a sealed envelope plainly marked on the outside, “BID NO. N2M24-3, ALHAMBRA HEALTH CENTER ASBESTOS ABATEMENT PROJECT” – DO NOT OPEN WITH REGULAR MAIL”. Proposals may be mailed or delivered by messenger. However, it is the bidder’s responsibility alone to ensure delivery of the proposal to the hands of the City’s designated official prior to the bid opening hour stipulated in the Notice Inviting Bids. Late proposals will not be considered.

PROJECT TIMELINE

• Mandatory walkthrough of site: March 26, 2024, @ 11:00 a.m.

• Pre-Bid Inquiries: March 29, 2024, not later than 5:00 p.m. (All inquiries must be submitted in writing.)

• Bid Due Date: April 11, 2024, @ 10:30 a.m. (Bids to be opened at Alhambra City Hall Council Chambers)

• Contract Award: April 22, 2024

• Construction commencement: Within 30 working days of the contract award

• Construction Completion: Within 120 days of the construction commencement

PROPOSAL REQUIREMENTS AND CONDITIONS

The bidder’s attention is directed to the applicable provisions in the Standard Specifications for Public Works Construction requirements and conditions which must be observed in the preparation of the proposal form and the submission of the bid.

A. Examination of Site, EFI Report and Specifications: Bidders shall examine the site of the work and acquaint themselves with all conditions affecting the work. By submitting a bid, the Bidder shall be held to have personally examined the site, carefully reviewed the EFI Report, carefully read the specifications, and to have satisfied itself as to its ability to meet all the difficulties attending the execution of the proposed contract before the delivery of this proposal, and agrees that if awarded the contract, will make no claim against the City based on ignorance or misunderstanding of the specifications, site conditions and/or contract provisions.

B. 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 contract documents.

C. Pre-Bid Inquiries must be submitted by 5:00 p.m. on March 29, 2024. Bidders with pre-bid inquiries should contact:

Chuck CowleyDevelopment ManagerCowley Corbis(310) 746-4091 chuck@cowleyrep.com For security reasons, you must enable JavaScript to view this E-mail address. All inquiries must be submitted in writing.
Publication Date/Time:
3/7/2024 12:00 AM
Closing Date/Time:
4/11/2024 10:30 PM
Contact Person:
Chuck Cowley
Development Manager
Cowley Corbis
(310) 746-4091
chuck@cowleyrep.com
Related Documents:

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

Access control Project # AP-24-04 Request for Proposal Request-for-Proposal Access Control.pdf 201.5 KB

Eastside Union School District

Bid Due: 5/21/2024

Access control Project # AP-24-04 Request for Proposal Request-for-Proposal Access Control.pdf 201.5 KB

Eastside Union School District

Bid Due: 5/21/2024

Follow Plums National Forest; Feather River Ranger District; 22N94 Replace Retailing Wall 3

AGRICULTURE, DEPARTMENT OF

Somerset Apartment Remodels Project (1007-1, 1027-2 & 3, 1029-2, & 1031-2 Q Street)

Capitol Area Development Authority (CADA)

Bid Due: 5/02/2024