← Back to Alpinecountyca Gov

Document alpinecountyca_gov_doc_ea60e29964

Full Text

i NOTICE TO CONTRACTORS Invitation for Bids Alpine County invites sealed proposals for the project entitled Hot Springs Road Erosion Control and Repair Project and the Diamond Valley Road Culvert Improvement Project to be received at the Alpine County Board of Supervisors’ Chambers located at 99 Water Street, Markleeville, CA 96120, until 3:00 p.M. local time on Friday, July 10, 2020. Bids can be hand delivered to the drop box outside of the Administrative Building at the above address. The Administrative Offices will be closed to the public due to the COVID-19 restrictions. Bids will be read via a Zoom meeting on the internet. Additional information on how to watch the bid opening will be placed on the County website under Bids and RFPs. Bids received after the designated closing time will be returned unopened to the Bidder. The project consists of two combined projects with separate plans for each. The project is located in Alpine County, California as shown on the plans titled Hot Springs Road Erosion Control and Repair Project and the Diamond Valley Road Culvert Improvement Project. Both projects are being bid to be constructed by one contractor. However, separate bid forms shall be completed for each project as outlined in the contract documents. Both projects are funded with federal funds. The Hot Springs Road Erosion Control and Repair project is located near Markleeville on Hot Springs Road approximately 1.5 miles from the intersection with Laramie Street. The Diamond Valley Road Culver Improvement Project is located near Woodfords on Diamond Valley Road approximately 4.3 miles from SR 88 at the intersection of Airport Road. The primary scope for the Hot Springs Erosion Control and Repair Project includes the placement of rock slope stabilization, traffic control, temporary BMPs and miscellaneous grading. The primary scope of the Diamond Valley Road Culvert Improvement Project includes the replacement of an existing culvert, reconstruction of rock-lined channels, miscellaneous grading, paving, traffic control and temporary and permanent BMPs. The engineer’s estimate combined for both projects is between $175,000 and $200,000. Plans and Specifications may be obtained at http://www.lumosinc.com/planroom/ for a non- refundable fee of $40.00. Prospective Bidders must be Contractors presently licensed under the California State Law for the type of work specified herein. All proposals or bids shall be accompanied by qualification statements of the bidder’s competency to perform the proposed work in accordance with the specifications. Questions or comments regarding this project must be submitted via e-mail to Michelle Gamble, Project Manager at [EMAIL REDACTED] no later than 5:00 p.m. local time on Friday, July 3, 2020. Questions received after that time will not be accepted. Responses will be communicated via the Lumos plan room through an addendum. The contractor will be required to comply with State and federal contract rules and regulations including requirements for Disadvantaged Business Enterprise (DBE) as detailed in the contract specifications. A bid will be considered non-responsible unless it includes the forms required in contract documents to be completed and submitted with the Bid. There is a DBE ---PAGE BREAK--- ii goal of 6% for the Hot Springs Erosion Control and Repair Project and 3% for the Diamond Valley Road Culvert Improvement Project. Separate DEB forms for each project must be completed. Combined Good Faith Efforts may be submitted as long as both projects are clearly indicated in all advertising and documentation. This Project is subject to prevailing wage requirements. As a federally funded project, the work is subject to both California labor standards and federal labor standards including the Davis- Bacon Act (40 USC 3142). The general prevailing rate of per diem wages and the general prevailing rate of per diem wages for holiday and overtime work must be paid for the locality in which the work will be performed for each craft, classification, or type of worker needed. The higher of either state of California or federal prevailing wages must be paid. The prevailing wages for the work are included as an attachment to the Bid documents. The Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Pursuant to Labor Code sections 1725.5 and 1771.1, Section 7029.1 of the Business and Professions Code and Section 10164 and 20103.5 of the Public Contract Code, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. No bid will be accepted nor any contract entered into without proof of the Bidder’s and its subcontractors’ current registration with the Department of Industrial Relations. Bidder shall certify that Bidder and all listed subcontractors are currently and validly registered with Department of Industrial Relations and shall include its registration number on its bid. Each bidder shall provide the registration number for each listed subcontractor in the space provided. If awarded a contract, the Bidder and its subcontractors of every tier shall maintain active registration with the Department of Industrial Relations for the duration of the Project. It shall be the Bidder’s sole responsibility to evaluate and include the cost of complying with all labor compliance requirements. Notice is hereby given that the project is subject to federal requirements for Equal Employment Opportunity, set forth in 41 CFR Part 60. A bid security for not less than ten percent (10%) of the amount must accompany each proposal. Performance and payment bonds equal to 100% of the contract amount will be required upon award of the contract, which is anticipated to be made on or about July 21, 2020. All bonds are to be secured from a surety that meets all of the State of California bonding requirements and is admitted by the State of California. Notice is further given that, pursuant to Section 22300 of the California Public Contract Code, the contractor is permitted to substitute securities for any moneys withheld by Alpine County to ensure performance under the contract. Alpine County reserves the right to reject any and all bids, to waive any informality in a bid, and to make awards to the lowest, responsive, responsible bidder in the best interest of Alpine County. Award of the contract will be dependent upon receipt of project funding and securement of final permits.