NOTICE TO CONTRACTORS
Buildings 57, 58, 59 & 70 Housing Demolition Project
Project No. C2251-CI112 - Bid Number: CPP-PW24013
California State Polytechnic University, Pomona
3801 W. Temple Ave.
Pomona, CA 91768
The Trustees of the California State University will receive sealed bid proposals at Procurement Services, Bldg. 75, Conference Room, 2740 S. Campus Dr., Pomona, CA 91768, for furnishing all labor and materials for construction of the above-named Project, Bid Number CPP-PW24013 , for California State Polytechnic University, Pomona. Proposals will be received in the above-mentioned room on Wednesday, March 12, 2025, at 3:00 p.m., in accordance with the contract documents, at which time the proposals will be publicly opened and read.
In general, the work consists of the complete removal of Buildings 57, 58, 59 & 70, and leaving the site in rough grade conditions. Haz Mat tasks are excluded. In accordance with the plans and specifications prepared by HMC Architects.
Architect¿s construction estimate is $5,500,000.00. Liquidated damages are set at $250.00 per day.
Plans and specifications will be included with Sample Bid Proposal Packages.
Official Bid Proposal Packages will only be distributed to those that 1.) meet the financial pre-qualifications from the Chancellor's Office AND 2.) who have attended the Mandatory Pre-Bid Conference and Site Walk.
Sample Bid Proposal Packages will be available after January 31 2025,. Email Duane Johnson
(duanejohnson@cpp.edu) and Hector Muniz (hmuniz@cpp.edu)
Requests for Information (RFI) should be addressed in writing to Duane Johnson (duanejohnson@cpp.edu) and Hector Muniz
(hmuniz@cpp.edu) with the Subject Title: CPP-PW24013 RFI no later than Thursday, February 20, 2025, at 5:00 p.m.
Mandatory Pre-Bid Conference has been scheduled for Tuesday, February 18, 2025, at 10:00 a.m. Interested bidders should assemble at Facilities Planning & Management, Bldg. 49, Conference Room, 2740 S. Campus Dr., Pomona, CA 91768, on campus. An optional Site Visit will be held only on the day of the Pre-Bid Conference, at the request of the contractors. It is strongly recommended that contractors attend this Site Visit, as it may be the only time bidders can walk through the project area.
Pre-Qualification:
Each bidder offering a proposal must comply with Bidding provisions of Article 2.00 et seq. in the Contract General Conditions. Bidders must be prequalified with the Trustees and submit their prequalification applications, (Wednesday, February 26, 2025, 5:00 p.m.) no less than ten (10) business days prior to the bid due date. To apply, Bidders shall go to the following ¿PlanetBids¿ website, register, login and then select Financial Prequalification. ¿California State University, Office of the Chancellor, Vendor Portal¿ (http://www.calstate.edu/Contractor-Prequalification)
Prequalification of bidders is required on all major capital outlay projects (projects for which estimated construction costs exceed the value of a minor capital outlay project), found in the biannual Budget Letter bulletin, on the CPDC Bulletin webpage, pursuant to the first paragraph of Public Contract Code section 10108. The current maximum value of a minor capital project is updated on a biannual basis by the Department of Finance. The Department of Finance Budget Letters can be found online at https://dof.ca.gov/budget/resources-for-departments/budget-letters/. Prequalification of bidders is optional for minor capital outlay projects. The Trustees shall not issue standard bid proposal forms to bidders until the bidders have been prequalified, and shall disregard bids not presented on standard bid proposal forms.
Direct any prequalification questions to the Trustees¿ Prequalification Administrator at cocm.prequal@calstate.edu.
Insurance:
Each bidder shall be familiar with all the provisions of the Contract General Conditions and Supplementary General Conditions, especially the Insurance Requirements for the CSU Builders Risk Insurance Program (BRIP) and for the CSU Owner-Controlled Insurance Program (OCIP). This project will be enrolled into the BRIP, and may be enrolled into the OCIP, if so specified in the Supplementary General Conditions. If OCIP is applicable to this project, Bidders may review OCIP documents online at www.calstate.edu/ConstructionInsurancePrograms.
Disabled Veteran and Small Business Requirement and Incentive: The Trustees require the successful bidder to achieve three percent (3%) DVBE participation in contracting construction projects as established in the bidding documents, and bidders shall identify the DVBEs to be used to satisfy this requirement in their bids.
In accordance with Government Code § 14838(f), and Military and Veterans Code §§ 999.5(a) and 999.5(d), the Trustees are granting a bid incentive for bid evaluation purposes only to Bidders that exceed the three percent (3%) DVBE participation requirement. The level of DVBE incentive will correlate to the level of participation; that is, the more DVBE participation proposed, the higher the incentive. The bid incentives are as follows:
DVBE Participation Incentive
3%-3.99% No Incentive
4.00%-4.99 1% Incentive
5.00%-5.99 2% Incentive
6% or More 3% Incentive
The DVBE incentive may not exceed $100,000. When used in combination with the Small Business Preference, the cumulative adjustment amount shall not exceed $100,000. If the lowest responsive, responsible bid is a California certified small business, for bid evaluation purposes only, the only bidders eligible for the incentive will be California certified small businesses. Bidders shall contact the Trustees¿ DVBE Coordinator, Jennifer Hernandez, jjwelsh@cpp.edu.
Each bidder shall be familiar with all the provisions of the Contract General Conditions and Supplementary General Conditions.
This project is a public works project and is subject to prevailing wage rate laws (Contract General Conditions, Article 4.02). All contractors and all tiers of subcontractors who will work on this project shall register to bid and work on public works projects with the Dept. of Industrial Relations, and maintain current this registration pursuant to Labor Code section 1725.5. For more information, go to http://www.dir.ca.gov/Public-Works/PublicWorks.html.
It will be the responsibility of each bidder to obtain a bid proposal package in sufficient time to fulfill requirements therein. Bid proposal packages are obtainable only by contractors, licensed in the State of California with an ¿A¿ and/or ¿B¿ license, and registered with the DIR to bid public works projects. Bid packages must be requested from the Trustees, located at California State Polytechnic University, Pomona, Procurement Services, Bldg. 75, 2740 S. Campus Dr., Pomona, CA 91768; Attention: Duane Johnson, or via email: duanejohnson@cpp.edu. or Hector Muniz hmuniz@cpp.edu
Key Dates:
1. Mandatory Pre-Bid Conference: Tuesday, February 18, 2025 at 10:00 a.m.
2. Bid Packages Distributed: Upon Presentation of Pre-Qualification Letter and Have Attended Pre-Bid Conference
3. Last Day for Submission of Request for Information (RFI): Thursday, February 20, 2025, at 5:00 p.m.
4. Last Day for Issuance of Addenda by CPP: Tuesday, February 25, 2025 at 5:00 p.m.
5. Last Day for Chancellor¿s Office to Receive Applications for Pre-Qualification: Wednesday, February 26, 2025, 5:00 p.m.
6. Bid Proposal Due Date and Time: Wednesday, March 12, 2025, at 3:00 p.m.