NOTICE TO CONTRACTORS: VOLUNTEERS OF AMERICA HOME START COMMUNITY KITCHEN RENOVATION PROJECT
410 RIVERSIDE AVE
ROSEVILLE, CA 95678
NOTICE IS HEREBY GIVEN THAT sealed Proposal will be received at Volunteers of America Home Start (VOA), 410 Riverside Avenue Roseville, Ca 95678, until 2 pm on February 19, 2021. Late proposals will be rejected. No exceptions.
The Proposals will be publicly opened and read by VOA at 2:00 pm on February 22, 2021 at 410 Riverside Ave, Roseville, Ca 95678. We will also provide a zoom link for those who would like to view the bids virtually.
VOA Home Start Community Kitchen Renovation Project
A Job Walk will be conducted at 410 Riverside Ave, Roseville, Ca 95678 at 2:00pm on February 12, 2021. This is not mandatory but strongly encouraged to answer any questions.
A Project Manual, including all Contract Documents and the Proposal forms for bidding this project, may be obtained from VOA by contacting Beth Valentine at 916-224-3501 or 916-782-6667 or at bvalentine@voa-ncnn.org. All communications relative to this project shall be directed to Beth Valentine at 916-224-2510 or 916-782-6667 or at bvalentine@voa-ncnn.org.
Bids shall be submitted with VOA Proposal Forms included in the Project Manual, plainly endorsed with the Bidder’s name together with signed acknowledgement of any and all addenda. Proposal Forms shall be securely sealed in a suitable envelope marked with the name and address of the Bidder, and marked in capital letters on the front and back of the envelope as follows: Volunteers of America Home Start Kitchen Renovation Project
(Name of Bidder)
(Address of Bidder)
Whether mailed or personally delivered, all bids shall be addressed to VOA 410 Riverside Ave Roseville, Ca 95678.
Each bid must be accompanied by a Bid Guaranty in the form of a Certificate of Deposit, Certified or Cashier’s Check, Bidder’s Bond or Irrevocable Standby Letter of Credit in an amount equal to at least ten percent (10%) of the Bidder’s Grand Total Price. The Bid Guaranty will be retained by VOA and applied to any and all damages sustained by VOA in the event that the successful Bidder fails or refuses to enter into the Contract awarded to it and to furnish all required bonds and Certificates of Insurance. VOA intends to award the Contract to the lowest responsible Bidder based on the Grand Total Bid Price for all components of the Project. To the extent allowed by law, VOA reserves the right to reject any and all bids and/or to waive any irregularities or informalities in any bid or in the bidding procedure. VOA specifically reserves the right to not award the Contract after the opening of bids.
Any bid may be withdrawn at any time prior to the time fixed in the public notice for the deadline of submission of bids only by a written request for the withdrawal of the bid filed with VOA. The request shall be executed by the Bidder or his or her duly authorized representative. The withdrawal of a bid does not prejudice the right of the Bidder to file a new bid by the submission deadline. Whether or not bids are opened exactly at the time fixed in the public notice for opening bids, a bid will not be received after the deadline for submission of bids, nor may any bid be withdrawn after the time fixed in the public notice for the deadline for submission of bids. Immediately following the deadline for submission of bids all bids shall become the property of VOA is under no obligation to return bids.
Bids will be examined by VOA after the bid opening. Except as permitted by applicable law, no Bidder may withdraw its bid for a period of sixty (60) business days after the date of bid opening. Each Bidder will be notified of any award of the Contract by VOA.
VOA will affirmatively ensure non-discrimination on the basis of one or more of the following: race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, age, sexual orientation, or military and veteran status in the award and administration of contracts that it awards.
VOA will affirmatively ensure that, in any Contract entered into pursuant to this Notice to Contractors, disadvantaged business enterprises will be afforded full opportunity to submit bids and will not be discriminated against on the grounds of sex, race, color, or national origin in consideration for an award.
This project is subject to Section 3 of the Housing and Urban Development Act of 1968 “Economic Opportunities to Low and Very-Low Income Persons and Business Concerns.” This project is also subject to federal Affirmative Action and Equal Opportunity requirements (E.O. 11246). Preference may be given to minority-owned and women-owned firms, and to bidders who subcontract to minority-owned and women-owned firms.
No 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 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)].
No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5.
At the time of award, the selected contractor shall be properly licensed in accordance with the laws of the State and the City of Roseville. Contractor shall possess a valid Class B license prior to award of Contract or other license qualifying the bidder to bid as a prime Contractor. Said license shall be maintained during the contract period. It is the Bidder’s and Contractor’s responsibility to obtain the correct Contractor’s licenses. Bidders shall be skilled and regularly engage in the general class or type of work called for under this contract.
The work is to be done in Placer County. Pursuant to California Labor Code Section 1773, VOA
has ascertained the General Prevailing Rate of Wages in the County in which the work is to be done to be as determined by the Director of Industrial Relations of the State of California.
The Contractor is hereby made aware that information regarding prevailing wage rates may be obtained from the State Department of Industrial Relations and/or the following website address: http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm. The Contractor is required to post a copy of the applicable wage rates at the job site.
The estimated construction start date is March 1, 2021. The estimated construction completion date is April 30, 2021 due to funding obligations.
Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county 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 at Prevailing Wage questions, please send your inquiries to Statistics@dir.ca.gov
This project shall be subject to monitoring and enforcement by the VOA and the Department of Industrial Relations (DIR), including the obligation to submit certified payroll records to the VOA and or their representing firm and directly to the DIR Compliance Monitoring Unit (CMU) at least monthly using the CMU’s eCPR system. Detailed information may be obtained on the State of California’s Department of Industrial Relations website, http://www.dir.ca.gov/publicworks/publicworks.html.
Contractors are subject to a registration and annual renewal fee set at $400. This fee is non-refundable and applies to all contractors and subcontractors who intend to bid or perform work on public works projects (as defined under the Labor Code). Contractors apply and pay the fee online and must meet minimum qualifications to be registered as eligible to bid and work on public works projects:
This project is federally-funded through the Community Development Block Grant program. The project is subject to federal labor standards and Davis-Bacon and Related Acts. The payment of federal prevailing wages will be required. The current federal wage decision is CA20200007. The applicable wage decision will be determined ten days prior to bid opening. Should the federal wage for a given classification differ from the state prevailing wage, the higher of the two shall be paid. To document compliance, certified payrolls must be submitted each week and the City must be provided access to workers on site. Federal rules limit the number of apprentices that may be employed. Apprentices must be registered in a federally-recognized program. The effective federal wage decisions and posters informing workers of their rights must be posted at the job site where they are plainly visible and accessible to workers.
All bidders will be required to certify that they are not on the federal Consolidated List of Debarred, Suspended and Negligible Contractors.
All questions prior to the deadline for bid submissions shall be directed to the attention of Beth Valentine 916-224-3510 or 916-782-6667 at bvalentine@voa-ncnn.org The deadline for submissions of questions and clarifications regarding the Contract Documents is three (3) calendar days before the deadline for bid submissions. Only Addenda issued by VOA are binding.
Volunteers of America Home Start Date: 1/28/21 Published 2/5/21