← Back to Elcerrito Gov

Document elcerrito_gov_doc_8b6f1c93d7

Full Text

NOTICE INVITING BIDS N-1 CONTRACT NUMBER C-3074 CITY OF EL CERRITO, PUBLIC WORKS DEPARTMENT NOTICE INVITING BIDS FOR 2014 PAVEMENT REHABILITATION PROGRAM FEDERAL AID PROJECT NO. RSTP-5239 (024) CITY CONTRACT NUMBER C-3074 1. NOTICE IS HEREBY GIVEN that the City of El Cerrito, Contra Costa County, California, will receive sealed bids before 2:00 p.m., on Tuesday, December 16, 2014 in the office of the City Clerk: 10890 San Pablo Avenue, El Cerrito, California, 94530, at which time said bids will be publicly opened and read. 2. All of said work is to be performed in accordance with Plans and Specifications entitled Contract Documents for El Cerrito 2014 Pavement Rehabilitation Program, Federal Aid Project No. RSTP-5239 (024). Paper copies of the Plans and Specifications can be obtained from Reprographics located at 4903 Central Avenue, Richmond, CA 94804 for a non-refundable cost of $65.00 per set. Shipping and handling are extra, depending on the delivery method. Electronic copies of the documents are also available for a non-refundable cost of $30.00 per set. Copies of the documents can be viewed and ordered at www.blueprintexpress.com/elcerrito. They can also be ordered by contacting Reprographics by phone at (510) 559-8299 or by email at [EMAIL REDACTED]. For any questions about ordering or downloading process, please contact It is the responsibility of each prospective bidder to confirm his/her firm is on the planholders list held at to ensure receipt of any subsequent communications, such as Addenda. 3. The work to be done consists of furnishing all materials, equipment, tools, labor, and incidentals as required by the Plans, Specifications, and Contract Documents for the above-stated project. The general items of work to be done hereunder consist of: Mobilization; traffic control and construction signage; cold planing; dense graded asphalt concrete (DGAC) overlays; pavement repairs; curb ramp construction, adjusting existing storm drain manholes, and survey monuments to grade; pavement delineation; striping and pavement marker installation and such other items or details that are required by the Plans, Standard Specifications, or these Special Provisions to be performed, placed, constructed, or installed. 4. The classification of Contractor’s license required in the performance of this Contract is Class A or Class C-12. 5. An Disadvantaged Business Enterprise (DBE) goal of 4.7% has been determined for this project. Bidder’s attention is directed to the Federal Provisions included in the contract documents for details pertaining to compliance with Disadvantaged Business Enterprise (DBE) program requirements for this project. 6. Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the City has obtained the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in this locality for each craft, classification or type of workman needed to execute the contract from the Director of the Department of Industrial Relations. These rates are available at the following website: http://www.dir.ca.gov/DLSR/PWD/index.htm and included in the Contract Documents. ---PAGE BREAK--- NOTICE INVITING BIDS N-2 CONTRACT NUMBER C-3074 The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor. These rates are available at the following website: http://www.access.gpo.gov/davisbacon/davbacsearch.html and are included in the Contract Documents. 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. 7. The successful bidder shall be required to furnish a labor and materials bond and a faithful performance bond in the amount of one hundred percent (100%) of the amount of the Contract. 8. Pursuant to Section 22300 of the Public Contract Code, the Contract will contain provisions permitting the successful bidder to substitute securities for any monies withheld by the City of El Cerrito to ensure performance under the Contract. 9. Each bidder must submit the following documents with its sealed bid: all Proposal pages (pages with page numbering beginning with the letter P, e.g. P-1, P-2, P-3, etc). In addition, there are a number of forms/documents that must be submitted along with each bid, including but not limited to, forms/documents pertaining to Disadvantaged Business Enterprise Program requirements. The Bidder’s attention is directed to the Federal Provisions (pages FA-1 through FA-2 and FR-1 through FR-38) in the Contract Documents. 10. The Engineer’s estimate is $580,000 for the Base Bid. 11. A Mandatory pre-bid conference will be held at the City Offices at 10890 San Pablo Avenue, El Cerrito, CA 94530, at 2:00 p.m., on Tuesday, December 9, 2014. Bidder’s attendance will be determined by the Bidder’s representative’s signature on the City’s Pre-Bid Conference Sign-In Sheet. ONLY BIDDERS THAT ATTEND THE MANDATORY PRE-BID CONFERENCE SHALL BE QUALIFIED TO BID ON THIS PROJECT. DATED: __November 12, Yvetteh Ortiz, P.E. Public Works Director / City Engineer Published in West County Times: November 17 and November 24, 2014