Monday, 06 May 2024

Notice inviting bids for Austin Park curb, gutter, sidewalk and bike lane, and Old Highway 53 bike lane project

NOTICE INVITING BIDS

The City of Clearlake (“City”) will receive sealed bids for the Austin Park Curb, Gutter, Sidewalk and Bike Lane & Old Highway 53 Bike Lane Project at the office of the City Clerk, 14050 Olympic Drive, Clearlake, California 95422, no later than Wednesday, July 25th, 2012 @ 3:00pm, at which time or thereafter said bids will be opened and read aloud in the chambers of the City Council of the City of Clearlake, 14050 Olympic Drive, Clearlake, California.

Bids received after this time will be returned unopened. Bids shall be valid for 90 calendar days after the bid opening date. Bids must be submitted on the City’s Bid Forms.  

Bidders may obtain a copy of the Contract Documents from Coastland Civil Engineering at: 1400 Neotomas Ave., Santa Rosa, California 95405, for a nonrefundable fee of Sixty dollars ($60).

Contract Documents may be mailed within California (costs for out-of-state mailings will be higher) for an additional non-refundable charge of ten dollars ($20). The City will also make the Contract Documents available for review at one or more plan rooms.

A Pre-Bid Conference is not scheduled for this project. Prospective bidders may visit the Project Site without making arrangements through the City Engineer.

Each bid shall be accompanied by the security referred to in the Contract Documents, the non-collusion affidavit, the list of proposed subcontractors, and all additional documentation required by the Instructions to Bidders.

Bids must be accompanied by cash, a certified or cashier’s check, or a Bid Bond in favor of the City in an amount not less than ten percent (10%) of the submitted Total Bid Price.

The successful bidder will be required to furnish the City with a Performance Bond equal to 100% of the successful bid, and a Payment Bond equal to 100% of the successful bid, prior to execution of the Contract.

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.

Bidders are advised that, as required by federal law, the City of Clearlake is implementing new Disadvantaged Business Enterprise requirements for Underutilized Disadvantaged Business Enterprises (UDBE). Subsections titled "Disadvantaged Business Enterprises (DBE)", "UDBE Commitment Submittal", and “Good Faith Efforts Submittal” of the Federal Proposal Requirements and Conditions section of these Special Provisions cover the UDBE requirements and submittal information.  The UDBE goal for this project is 3.4% percent.

THIS PROJECT IS SUBJECT TO THE “BUY AMERICA” PROVISIONS OF THE SURFACE TRANSPORTATION ASSISTANCE ACT OF 1982 AS AMENDED BY THE INTERMODAL SURFACE TRANSPORTATIONS EFFICIENCY ACT OF 1991.

Pursuant to Public Contract Code Section 22300, the successful bidder may substitute certain securities for funds withheld by City to ensure his performance under the Contract.

The Director of Industrial Relations has determined the general prevailing rate of per diem wages in the locality in which this work is to be performed for each craft or type of worker needed to execute the Contract which will be awarded to the successful bidder, copies of which are on file and will be made available to any interested party upon request at the City Clerk’s Office or online at http://www.dir.ca.gov/dlsr . A copy of these rates shall be posted by the successful bidder at the job site.

The successful bidder and all subcontractor(s) under him, 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 Contract, the employment of apprentices, the hours of labor and the debarment of contractors and subcontractors.

In accordance with the State of California Administrative Code Title 8, Group 3, Article 2, Section 16109, Publication of Prevailing rates by Awarding Bodies, copies of the applicable determinations of the Director are on file in the City of Clearlake and may be reviewed upon request.

If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the prevailing wage rates determined by the Department of Industrial Relations for similar classifications of labor, the Contractor and Contractor subcontractors shall pay not less than the higher wage rate.

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 the Engineering Department at the offices of the City of Clearlake.

The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in the books issued for bidding purposes entitled “Notice to Bidders, Special Provisions Proposal and Contract,” and in copies of this book that may be examined at the offices described above where project plans, special provisions, and proposal forms may be seen.

Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of bid books. Future effective general prevailing wage rates which, have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates.

Attention is directed to the Federal minimum wage rate requirements in the bid book. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate.

The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes “helper” (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate which most closely approximates the duties of the employees in question.

The U.S. Department of Transportation (DOT) provides a toll-free “hotline” service to report bid rigging activities. Bid rigging activities can be reported Mondays through Fridays, between 8:00 a.m. and 5:00 p.m., Eastern Time, Telephone No. 1-800-424-9071.

Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the “hotline” to report these activities. The “hotline” is part of the DOT’s continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. All information will be treated confidentially and caller anonymity will be respected.

Each bidder shall be a licensed contractor pursuant to the Business and Professions Code, and shall be licensed in the following appropriate classification(s) of contractor’s license(s), for the work bid upon, and must maintain the license(s) throughout the duration of the Contract:   Class A.

In accordance with California Public Contract Code Section 3400, bidders may propose equals of products listed in the technical specifications or project plans by manufacturer name, brand or model number, unless the City has made findings as specified herein. Complete information for products proposed as equals must be submitted to the City Clerk’s Office for review at least seven (7) working days before the time specified for bid opening in accordance with the bidders instructions contained in the bid package.

This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990.

Inquiries or questions based on alleged patent ambiguity of the plans, specifications or estimate must be communicated as a bidder inquiry prior to bid opening. Any such inquiries or questions, submitted after bid opening, will not be treated as a bid protest.

Award of Contract: The City shall award the Contract for the Project to the lowest responsible bidder as determined from the total base bid alone by the City.

The City reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or in the bidding process.

Questions regarding the plans and specifications shall be addressed to Heidi Utterback at Coastland Civil Engineering, 707-571-8005, This email address is being protected from spambots. You need JavaScript enabled to view it. .

Upcoming Calendar

6May
05.06.2024 11:00 am - 4:00 pm
Senior Summit
8May
05.08.2024 6:30 pm - 7:30 pm
Fire preparedness town hall
12May
05.12.2024
Mother's Day
27May
05.27.2024
Memorial Day
14Jun
06.14.2024
Flag Day
16Jun
06.16.2024
Father's Day
19Jun
06.19.2024
Juneteenth
4Jul
07.04.2024
Independence Day

Mini Calendar

loader

LCNews

Award winning journalism on the shores of Clear Lake. 

 

Newsletter

Enter your email here to make sure you get the daily headlines.

You'll receive one daily headline email and breaking news alerts.
No spam.