CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

Similar documents
BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

CITY OF YUBA CITY PUBLIC WORKS DEPARTMENT 1201 CIVIC CENTER BOULEVARD YUBA CITY, CALIFORNIA 95993

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

SAN RAFAEL CITY COUNCIL AGENDA REPORT

ADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO

PRESENTER: Christopher J. Blunk, Deputy Public Works Director / City Engineer

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

SECTION NOTICE INVITING BIDS

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

City of Newnan, Georgia

Addendum 1 13 TH Street Streetscape. September 1, 2017

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

PART ONE BIDDING REQUIREMENTS

BID TABULATION BID REQUEST NO

Ft. Lauderdale, FL July 14, 2017 Advertisement No. 1

SECTION A NOTICE INVITING SEALED BIDS

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11

2011 PUBLIC PARKING LOT & ALLEY IMPROVEMENTS Village of Whitefish Bay Project No March 17, 2011 ITEM DESCRIPTION UNIT QTY.

Department of Public Works Engineering

BID TABULATION REPORT ABRAM STREET (SH CITY LIMITS) PROJECT No. PWST09016 BID OPENED : April 22, 2014 at 1:30 p.m.

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

JANUARY 18, Reference Specifications, Attachment to Form 96 (BID FORM), Bid Proposal: Respectfully submitted,

AWARD CONSTRUCTION CONTRACT FOR NAVE DRIVE MULTI USE PATH (MUP) AND ADOPT A RESOLUTION AMENDING CIP BUDGET

City of Palmer Action Memorandum No

North Baker Ave - City Limits to 23rd St NE CRP 949 PROPOSAL

RANCHERO ROAD AND BNSF GRADE SEPARATION PROJECT, C.O. NO Item Description Est. Qty. Units Unit Price

2014 SEWER REHABILITATION PROJECT. Project #: Bid Date: Tuesday, October 28, 2014

Mainelli Wagner & Associates, Inc.

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

Honorable Mayor and Members of the City Council

CITY OF DEERFIELD BEACH Request for City Commission Agenda

19th & Barker Roundabout / Waterline Improvement Project No. 56-CP12-901(C) Cost Breakdown

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221

ITB-PW-U Matanzas Woods Parkway Reclaimed Water Main Construction Phase 2

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS

HCG PURCHASING CO-OP INVITATION TO BID

CITY OF CHINO ENGINEERING COST ESTIMATE. Quantity Unit Item Unit Total Cost Price Per Item. LS Traffic Control (5% of construction cost) 5% $

NOTICE OF INVITATION FOR BID

2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction)

Pavlick, Kenneth - DEN Date: :26:57-07'00'

Mainelli Wagner & Associates, Inc.

PROPOSAL FOR IMPROVEMENTS TO OGDEN - HINCKLEY AIRPORT OGDEN, UTAH AIP PROJECT NO

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

REPLACEMENT OF MERCER COUNTY BRIDGE

ADVERTISEMENT FOR BIDS WATER SERVICE LINE REPAIR & METER BOX REPLACEMENT CITY / COUNTY UTILITIES

On-Call Civil Construction Services Project No. MT-GN

INSTRUCTIONS TO BIDDERS

Subject: Addendum No. 1 Project #C CCE Parking Lot Replacement Phase 2 Robert Bishop Drive 4380 Richmond Road, Highland Hills, Ohio 44122

ALVAREZ ENGINEERS, INC. July 27, 2017 a) Evaluation Criteria PROJECT: ROADWAY IMPROVEMENTS TO DOLPHIN MALL OUTER RING ROAD for BEACON TRADEPORT COMMUN

REQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING

Fuel Adjustment Allowance USD 50,000 $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $ 50, $ 1.00 $

City of Lynwood. Public Works Department

2012 WATER & SEWER ALLEY CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars


ADDENDUM #1 March 12, 2019 BID FORM. Moore, Oklahoma DATE: PROJECT:

SPECIFICATIONS FOR 2018 Urban Pavement Preservation Contract No. 9635

RECONSTRUCTION OF SOUTH BROAD STREET

STRAIGHT STRIPE PAINTING, INC. 22b Remove Pavement Markings with Sand Blasting Per Hour 1 $ $ $ $

INSTRUCTIONS TO BIDDERS

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

ADVERTISING, SALE & AWARD

JOINT PURCHASE INVOLVING THE FOLLOWING CALIFORNIA AGENCIES: CITY OF CONCORD, COUNTY OF ALAMEDA, COUNTY OF SONOMA

INSTRUCTIONS TO BIDDERS

BID PACKAGE FOR CONSTRUCTION ON COUNTY ROADS IN INYO COUNTY. Whitney Portal Road and Horseshoe Meadows Road Permanent Restoration Project

Project Manual and Bid Documents. City of Ranson 2017 Street Paving Projects. City of Ranson, West Virginia

SUBDIVISION IMPROVEMENTS AGREEMENT

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

ENGINEER'S ESTIMATE OF PROBABLE COST CCTA I 680 NORTH EXPRESS LANE PROJECT (SOUTHBOUND ONLY) EA 04 4H % PS&E Submittal

NOTICE INVITING GENERAL CONTRACTOR PREQUALIFICATION

DORAN STREET AND BROADWAY/BRAZIL SAFETY AND ACCESS PROJECT PROJECT STUDY REPORT (EQUIVALENT) Appendix I Cost Estimates

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

Certified Bid Tabulation Southeast Residential Community Parking Development South Dakota State University

NOTICE TO CONTRACTORS

BID FORM WATER SERVICE REPLACEMENTS ON CRUISER LN., BELVEDERE ST. AND VIKINGS LN. CITY BID NO CITY OF ATLANTIC BEACH, FLORIDA

BID FORM. PROJECT: 2017 Water line replacement

PLATINO LANE AND ORO DRIVE INTERSECTION DRAINAGE IMPROVEMENTS PROJECT NO. PW

CONTRACT BOOK FINANCE DEPARTEMENT REMODEL CITY PROJECT NO

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

BID TABULATION. Engineer's Estmated Opinion of Costs

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

DENVER INTERNATIONAL AIRPORT BID FORMS. CONTRACT NAME: Rehabilitate East Employee Parking Lot Contract No.: BID LETTER

REQUEST FOR PROPOSALS ADA SIDEWALK RAMP REPLACEMENT 2019 Construction Season. SUBMITTAL DUE DATE: 2:00 p.m. on Tuesday, March 19, 2019

Appendix B Example Project Designs and Engineers Opinion of Costs

TABLE OF CONTENTS BIDDING REQUIREMENTS:

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

GENERAL ENGINEERING JOB ORDER CONTRACT

ADVERTISEMENT FOR BIDS (Invitation For Bids)

DEPARTMENT OF PUBLIC WORKS BID FORMS FOR

INVITATION TO BID (ITB) MONTROSE REGIONAL AIRPORT RUNWAY REPAINTING AND RESTRIPING

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

REVISED ENGINEER'S REPORT ASSESSMENT DISTRICT NO OF THE CITY OF SAN JACINTO

Addendum 1 Downtown North CRA Sidewalks

Transcription:

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS Sealed proposals will be received at the City Clerk s Office, City of Yuba City, located at City Hall, 1201 Civic Center Boulevard, Yuba City, California, 95993, until 11:30 A.M. on Friday August 18, 2017, at which time they will be publicly opened and read aloud, for construction in accordance with the specifications to which special reference is made as follows: BOGUE ROAD REHABILITATION Contract No. 14-05 No bid will be considered unless it is made on the bid form purchased from and furnished by the Public Works Department. Each bid must be accompanied by cash, cashier s check, certified check, or a bidder s bond executed by an admitted surety insurer made payable to the City of Yuba City for an amount equal to at least ten percent (10%) of the total bid amount, such guaranty to be forfeited should the bidder to whom the contract is awarded fail to enter into the contract. General Work Description: The project involves the rehabilitation of Bogue Road between Railroad Avenue and Garden Highway. The rehabilitation consists of the following: Conform grinding and edge grinding selected sections of roadway Excavating and backfilling selected sections of roadway Installation of HMA overlay & level course Installation of new striping Replacement of existing curb ramps, with ADA compliant curb ramps Installation of new signal detectors For a more detailed description of the project scope, refer to the project plans. The DBE Contract goal is 12.0 percent. This project is subject to the Buy America provisions of the Surface Transportation Assistance Act of 1982 as amended by the Intermodal Surface Transportation Efficiency Act of 1991. In accordance with the provisions of Section 1770 to 1790 of the Labor Code of the State of California, the City of Yuba City has ascertained that the general prevailing rate of wages applicable to the locality in which the work is to be done to be listed in the General Prevailing Wage Rates as determined by the Director of Industrial Relations, which is on file at the Public Works Department and available from the California Department of Industrial Relations Internet website at www.dir.ca.gov. The Federal minimum wage rates set forth in this project as predetermined by the United States Secretary of Labor are set forth in the books entitled Notice to Contractors, Special Provisions, and Contract Documents. The Federal minimum wage rates for this project may be obtained directly from the Department of Labor home page at www.gpo.gov/davisbacon. Click on Browse All Determinations By State, then click on California, and

then click on the Highway determination for Sutter County. Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of the plans and specifications. 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. It is mandatory that the Contractor to whom the contract is awarded and any subcontractor under him pay not less than said specified rates to all persons employed by them or either of them in the execution of the contract. The U.S. Department of Transportation (DOT) provides a toll-free hotline service to report bid-rigging activities. Bid-rigging activities can be reported Monday through Friday, between 8:00 A.M. and 5:00 P.M., Eastern time, telephone: 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. No pre-bid meeting is scheduled for this project. Bids are required for the entire work described herein. The Contractor shall possess a Class A license. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code Section 12990. BOGUE ROAD REHABILITATION The total quantity of materials estimated for this contract is in the table below: Bid Unit of Estimated Item Description Item Measure Quantity 1 Traffic Control LS 1 2 Removal of Existing Pavement Markings/Markers LS 1 3 Roadway Excavation (Full Pavement Section) CY 601 4 Class II 3/4" Aggregate Base TON 820 5 Hot Mix Asphalt (3/4" Aggregate) TON 2,820 6 Hot Mix Asphalt (1/2" Aggregate) TON 1,035 7 Pavement Repair (Digout) - Recompact Base, Place Min 4" SY 1,846 HMA (3/4") 8 Conform Grind/Edge Grind Asphalt SY 5,585 9 Pavement Reinforcing Fabric SY 8,815 10 Remove Concrete - Sidewalk, Curb, and Gutter SF 4,059

11 Minor Concrete, Pedestrian Access Ramp and Sidewalk SF 2,702 12 Minor Concrete, 6" Barrier Curb and Gutter LF 541 13 Adjust Valve Boxes and Monument Lids EA 26 14 Adjust Sewer Manhole Lids EA 9 15 Adjust Storm Drain Manhole Lids EA 7 16 Thermoplastic, Bicycle Lane Detail 39 (Special Mix) LF 7,266 17 Thermoplastic, Bicycle Lane Detail 39a (Special Mix) LF 593 18 Thermoplastic, Channelizing Line Detail 38B LF 516 19 Thermoplastic, No Passing Zone- 2 Way Detail 22 LF 916 20 Thermoplastic, 2 Way Left-Turn Detail 32 LF 6,750 21 Thermoplastic, 12" White Limit Line & Crosswalk LF 1,183 (Special Mix) 22 Thermoplastic Pavement Marking, Type IV (R) Arrow (15 EA 2 SF) (White) 23 Thermoplastic Pavement Marking, Type IV (L) Arrow (15 EA 5 SF) (White) 24 Thermoplastic Pavement Marking, Type I Arrow (White) EA 2 25 Thermoplastic Pavement Marking, Bike Lane Symbol (7 EA 10 SF) (White, Special Mix) 26 Thermoplastic Pavement Marking, Bike Lane Arrow (7 SF) LS 10 (White, Special Mix) 27 Thermoplastic Pavement Marking, Bike Lane Detector EA 1 Symbol (White, Special Mix) 28 Thermoplastic Pavement Marking, "Stop" Legend (White) EA 7 29 Bicycle Lane Sign, R81 EA 5 30 Bicycle Right Turn Merge Sign R4-4 EA 2 31 Signal Detector Type D (Standard Specs ES-5B, Bicycle) EA 1 and Thermoplastic Bicycle Signal Detector Marking (White, Special Mix) 32 Signal Detector Loop Type A Replacement EA 2 33 Signal Detector Loop Type C Replacement EA 3 34 Relocate "No Truck or Trailer Parking" Signs EA 3 35 Relocate Field DI EA 1 Plans, specifications, and proposal forms for bidding this project can be obtained at the office of the Public Works Director, City of Yuba City, 1201 Civic Center Boulevard, Yuba City, California, 95993, for a non-refundable deposit of $35 per set. If a contractor elects to submit a bid, the proposal form shall be obtained from the City. An additional non-refundable deposit of $5.00 for shipping and handling is required for those requesting delivery by U.S. mail. Deposit shall be in the form of a cashier s check, personal check, or business check. The successful bidder, at bidder s own expense, shall furnish a faithful performance bond and a payment bond each in an amount of one hundred percent (100%) of the total bid, respectively, and in the form prescribed for use by the City of Yuba City. The bonds shall be provided to the City at the time of execution of contract. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, 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 Labor Compliance Office at the offices of the State of California, Department of Transportation, District Director of Transportation, for the district in which the work is situated and at the office of the Yuba City Public Works Department. In its discretion, the City Council of Yuba City or its designee may reject any and all bids presented, may accept an item or group of items of any bid, may modify or cancel in whole or in part the notice inviting bids, and may determine to re-advertise for bids. Similarly, the City Council or its designee reserves the right to waive informalities and minor irregularities in any bids received. If two or more bids received are for the same total amount or unit price, quality and service being equal, the City Council or its designee may accept the one it chooses or accept the lowest bid made after negotiation with tie bidders. The officer or employee conducting the bidding procedure shall present the bid tabulation to the City Council or its designee for consideration and award if deemed appropriate. Bids will be required to set forth the price of the items bid upon, the total sales and use taxes that will be due on the purchase or use of the items bid upon, and a total figure for the price plus tax. Any difference between the taxes shown on the bid as the total figure and that actually due shall be the responsibility of the bidder. No charge for delivery, shipping, parcel post, packing, insurance, license fees, permits, or for any other purpose will be paid by the City of Yuba City unless expressly included and itemized in the bid. In connection with any discount offered, time will be computed from the date of delivery of supplies and/or equipment acceptable to the City or from the date correct invoices are received in the office of the officer or employee conducting the bidding process if the latter date is later than the date of delivery. Payment will be deemed to be made, for the purpose of earning the discount, on the date of the mailing of the City s warrant. Labor surcharge and equipment rental rates to be used on this contract shall be those in effect when the work is accomplished. Pursuant to Section 22300, Public Contracts Code, the Contractor may elect to receive one hundred percent (100%) of payments due under the contract from time to time without retention of any portion of the payment by the public agency in accordance with the provisions of Section 22300 of the Public Contracts Code. Such securities, if deposited by the Contractor, shall be valued by the public agency s finance director (treasurer), whose decision on valuation of the securities shall be final. Unit prices shall be shown on bids submitted as well as a total price for each item bid upon. 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. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Please direct questions to the Public Works Department, (530) 822-7685, attention Manu Dhaliwal. PATRICIA BUCKLAND, CITY CLERK CITY COUNCIL OF YUBA CITY