← Back to Alpinecountyca Gov

Document alpinecountyca_gov_doc_e7a23045f1

Full Text

NTB - 1 Notice To Bidders Federal Aid Project No. BRLO-5931(030) COUNTY OF ALPINE COMMUNITY DEVELOPMENT DEPARTMENT NOTICE TO BIDDERS Bids open Wednesday, November 10th, 2021 @ 2:00 PM. General work description: Bridge Replacement on existing alignment with approximately 1050 Feet of roadway reconstruction. You must perform, place, construct, or install other items and details not mentioned that are required of the plans under the Standard Specifications and special provisions. The County will receive sealed bids for HOT SPRINGS CREEK BRIDGE REPLACEMENT PROJECT Federal Aid Project No. BRLO-5931(030) Plans, specifications and bid documents can be obtained at http://lumosinc.com/planroom/ for a nonrefundable download fee of $15. Prospective Bidders must be Contractors presently licensed under the California State Law for the type of work specified. All proposals or bids must be accompanied by qualification statements of the bidder's competency to preform work under these specifications. Any addenda issued for this project will also be available at this website. Bid forms for this work are included in a separate book titled: COUNTY OF ALPINE COMMUNITY DEVELOPMENT DEPARTMENT MARKLEEVILLE, CALIFORNIA BID FOR HOT SPRINGS CREEK BRIDGE REPLACEMENT PROJECT FEDERAL AID PROJECT NO. BRLO-5931(030) Contract Documents may be viewed at the following locations; however, you must purchase the documents from http://lumosinc.com/planroom/ to be added to the plan holders list and be considered a responsible bidder: Construction Bidboard, Inc., San Diego, California Humboldt Builders Exchange, Eureka, California Dodge Data & Analytics, New York, New York North Coast Builders Exchange, Santa Rosa, California Peninsula Builders Exchange, San Carlos, California Placer County Contractors Association and Builders Exchange, Roseville, California Shasta Builders Exchange, Redding, California Valley Contractors Exchange, Chico, California The Contractor must have either a Class A license or a combination of Class C licenses that make up a majority of the work. The DBE Contract goal is (18%) Eighteen percent. Federal-aid project no.: BRLO-5931(030) For the federal training program, the number of trainees or apprentices is 4. ---PAGE BREAK--- NTB - 2 Notice To Bidders Federal Aid Project No. BRLO-5931(030) Bids must be on a unit price basis. Complete work, excluding plant establishment work, within 160 working days. Complete plant establishment work within 5 years. The estimated cost of construction is $3,445,000. An optional pre-bid meeting is scheduled for 10:00 a.m. on Wednesday, October 13, 2021, at the Hot Springs Creek Bridge project location in the County of Alpine, near Markleeville, CA 96120. The pre-bid conference is not mandatory. The County will receive sealed bids until 2:00 p.m. on the bid open date to the clerk at the County’s Board of Supervisors Chambers at 99 Water Street, Markleeville, CA 96120. Bids received after this time will not be accepted. The County will immediately open and publicly read the bids at the mentioned location after the specified closing time. The County reserves the right to reject any and all bids. Questions or comments regarding this project must be submitted via email to Michelle Gamble, Project Manager at [EMAIL REDACTED] no later than 4:00 p.m. local time on Friday October 22, 2021. Questions received after this time will not be accepted. Responses will be communicated via the Lumos plan room through an addendum. Submit your bid with bidder’s security equal to at least 10 percent of the bid. You must take necessary and reasonable steps to ensure that DBEs have opportunity to participate in the Contract (49 CFR 26). No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) 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 (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. Prevailing wages are required on this Contract. The Director of the California Department of Industrial Relations determines the general prevailing wage rates. Obtain the wage rates at the DIR Web site, http://www.dir.ca.gov, or from the County’s Community Development Department. The federal minimum wage rates for this Contract as determined by the United States Secretary of Labor are included in the Bid Book and are available at modifiedDate&index=wd&is_active=true&page=1. . If the minimum wage rates as determined by the United States Secretary of Labor differs from the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, you and your subcontractors must not pay less than the higher wage rate. The County does not accept lower State wage rates not specifically included in the federal 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 you and your subcontractors, you and your subcontractors must pay not less than the Federal minimum wage rate that most closely approximates the duties of the employees in question. Prior to the issuance of the Notice to Proceed, you will attend a pre-construction conference held at the office of the Community Development Department for the purpose of discussing the scope of work, Contract drawings, specifications, existing conditions, material to be ordered, equipment to be used, and all essential ---PAGE BREAK--- NTB - 3 Notice To Bidders Federal Aid Project No. BRLO-5931(030) matters pertaining to the prosecution and the satisfactory completion of the project. You MUST include all major superintendents for the work and major sub-contractors at this conference. You must appoint a superintendent to act as the single point of contact for the duration of the project. In the event a substitution should be made during the project, you will provide this information in writing. The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous. The hotline is part of the DOT’s effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. California Department of Transportation has made available Notices of Suspension and Proposed Debarment from the Federal Highway Administration. For a copy of the notices, go to http://www.dot.ca.gov/hq/esc/oe/contractor_info. Additional information is provided in the Excluded Parties List System at http://www.epls.gov. PRELIMINARY QUANTITIES (NOT TO BE USED FOR BIDDING PURPOSES) HOT SPRINGS CREEK BRIDGE REPLACEMENT PROJECT BID Item No. Item Code Description Unit of Measure Estimated Quantity 1 066999 CONSTRUCTION STAKING LS LUMP SUM 2 120090 CONSTRUCTION AREA SIGNS LS LUMP SUM 3 120100 TRAFFIC CONTROL SYSTEM LS LUMP SUM 4 120149 TEMPORARY PAVEMENT MARKING (PAINT) SQFT 70 5 120182 PORTABLE DELINEATOR EA 40 6 129000 TEMPORARY RAILING (TYPE K) LF 2360 7 129090 TEMPORARY ALTERNATIVE CRASH CUSHION EA 4 8 130100 JOB SITE MANAGEMENT LS LUMP SUM 9 130300 PREPARE STORM WATER POLLUTION PREVENTION PLAN LS LUMP SUM 10 130310 RAIN EVENT ACTION PLAN EA 6 11 130320 STORM WATER SAMPLING AND ANALYSIS DAY EA 6 12 130330 STORM WATER ANNUAL REPORT EA 1 13 130640 TEMPORARY FIBER ROLL LF 2250 ---PAGE BREAK--- NTB - 4 Notice To Bidders Federal Aid Project No. BRLO-5931(030) Item No. Item Code Description Unit of Measure Estimated Quantity 14 130680 TEMPORARY SILT FENCE LF 2250 15 130710 TEMPORARY CONSTRUCTION ENTRANCE EA 2 16 130900 TEMPORARY CONCRETE WASHOUT LS LUMP SUM 17 131103 WATER QUALITY SAMPLING AND ANALYSIS DAY EA 6 18 131104 WATER QUALITY MONITORING REPORT EA 6 19 131105 WATER QUALITY ANNUAL REPORT EA 2 20 131201 TEMPORARY CREEK DIVERSION SYSTEMS LS LUMP SUM 21 146002 CONTRACTOR-SUPPLIED BIOLOGIST (LS) LS LUMP SUM 22 146004 FISH PROTECTION LS LUMP SUM 23 146006 FUGITIVE DUST CONTROL PLAN LS LUMP SUM 24 146007 INVASIVE SPECIES CONTROL LS LUMP SUM 25 146008 BAT AND BIRD EXCLUSION DEVICE LS LUMP SUM 26 160110 TEMPORARY HIGH-VISIBILITY FENCE LF 2250 27 170103 CLEARING AND GRUBBING (LS) LS LUMP SUM 28 190101 ROADWAY EXCAVATION CY 1710 29 192003 STRUCTURE EXCAVATION (BRIDGE) CY 112 30 193003 STRUCTURE BACKFILL (BRIDGE) CY 81 31 204015 PLANT (GROUP S) EA 18 32 204036 PLANT (GROUP B) EA 18 33 204039 VEGETATED ROCK SLOPE PROTECTION EA 16 34 204099 PLANT ESTABLISHMENT WORK LS LUMP SUM 35 210270 ROLLED EROSION CONTROL PRODUCT (NETTING) SQFT 19700 36 210300 HYDROMULCH SQFT 19700 ---PAGE BREAK--- NTB - 5 Notice To Bidders Federal Aid Project No. BRLO-5931(030) Item No. Item Code Description Unit of Measure Estimated Quantity 37 210350 FIBER ROLLS LF 3250 38 210420 STRAW SQFT 19700 39 210430 HYDROSEED SQFT 19700 40 260203 CLASS 2 AGGREGATE BASE (CY) CY 1270 41 390132 HOT MIX ASPHALT (TYPE A) TON 980 42 394074 PLACE HOT MIX ASPHALT DIKE (TYPE C) LF 130 43 394077 PLACE HOT MIX ASPHALT DIKE (TYPE F) LF 60 44 397005 TACK COAT TON 1.4 45 480600 TEMPORARY SHORING LS LUMP SUM 46 490520 FURNISH STEEL PILING (HP 12 X 84) LF 896 47 490521 DRIVE STEEL PILE (HP 12 X 84) EA 22 48 500001 PRESTRESSING CAST-IN-PLACE CONCRETE LS LUMP SUM 49 510051 STRUCTURAL CONCRETE, BRIDGE FOOTING CY 60 50 510053 STRUCTURAL CONCRETE, BRIDGE CY 94 51 510054 STRUCTURAL CONCRETE, BRIDGE (POLYMER FIBER) CY 269 52 510085 STRUCTURAL CONCRETE, APPROACH SLAB (TYPE EQ) CY 24 53 519088 JOINT SEAL (MR LF 74 54 520102 BAR REINFORCING STEEL (BRIDGE) LB 28008 55 520110 BAR REINFORCING STEEL (EPOXY COATED) (BRIDGE) LB 26784 56 600097 BRIDGE REMOVAL LS LUMP SUM 57 723050 ROCK SLOPE PROTECTION (1/4 T, Class V, METHOD B) (CY) CY 340 58 723080 ROCK SLOPE PROTECTION (60 lb, Class II, METHOD B) (CY) CY 140 59 729011 ROCK SLOPE PROTECTION FABRIC (CLASS 8) SQYD 450 ---PAGE BREAK--- NTB - 6 Notice To Bidders Federal Aid Project No. BRLO-5931(030) Item No. Item Code Description Unit of Measure Estimated Quantity 60 810170 DELINEATOR (CLASS 1) EA 51 61 820134 OBJECT MARKER (TYPE P) EA 4 62 820220 REMOVE MARKER EA 4 63 839543 TRANSITION RAILING (TYPE WB-31) EA 4 64 839584 ALTERNATIVE IN-LINE TERMINAL SYSTEM EA 4 65 839746 CONCRETE BARRIER (TYPE 842) LF 223 66 840504 4" THERMOPLASTIC TRAFFIC STRIPE LF 3200 67 872002 TEMPORARY SIGNAL SYSTEMS LS LUMP SUM 68 999990 MOBILIZATION LS LUMP SUM – Denotes Final Pay Item COUNTY OF ALPINE Date: 9/28/21 Debbie Burkett Community Development Director ---PAGE BREAK---