Monday, 30 September 2024

City of Lakeport seeks bids for Lakeshore Boulevard Roadway Repair Project

CITY OF LAKEPORT
ENGINEERING DIVISION
NOTICE TO BIDDERS

PUBLIC NOTICE IS HEREBY GIVEN that the City of Lakeport as AGENCY, invites sealed bids for the above stated project and will receive such bids in the office of the City Clerk, 225 Park Street, Lakeport, CA 95453 up to the hour of 2:00 PM on the 13th day of August, 2018. The bids will be publicly opened and read at 2:00 PM on the 13th day of August, 2018, in the Lakeport City Hall Front Conference Room.

General work description: Replace damaged pavement sections; replace drainage inlets and culverts. There will be some sidewalk repair around new inlets. 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 City will receive sealed bids for LAKESHORE BOULEVARD ROADWAY REPAIR PROJECT From 100 feet s/o SAYRE ST to 300 feet n/o JONES ST, Bid No. 18-02, FEDERAL AID PROJECT NO. ER-32L0(074)

Copies of the documents may be viewed for information only at the City of Lakeport website at http://www.cityoflakeport.com/departments/docs.aspx?deptID=38&catID=51 under Lakeshore Blvd. Roadway Repair Project. To submit a bid, you must request plans, specifications and bid forms as indicated herein. Only bids submitted on the official printed documents will be accepted.
You may request plans, specifications and bid forms for this project from the City of Lakeport, Engineering Division, City Hall, 225 Park Street, Lakeport, California 95453, Telephone (707) 263-3056 ext.20. A nonrefundable fee of $40 is required for the Contract Documents.

In accordance with the provisions of California Public Contract Code § 3300, and Business and Professions Code § 7028.15(e), the Agency has determined that the contractor shall possesses a valid Class A contractor’s license at the time that the contract is awarded. Failure to possess the specified license shall render a bidder’s bid as non-responsive and shall bar award of the contract to any bidder not possessing the specified license at the time of the award.

Bid forms for this work are included in a separate book titled:

CITY OF LAKEPORT
ENGINEERING DIVISION
LAKEPORT, CALIFORNIA
BID
FOR
LAKESHORE BOULEVARD
ROADWAY REPAIR PROJECT
From 100 feet s/o SAYRE ST to 300 feet n/o JONES ST
FEDERAL AID PROJECT NO. ER-32L0(074)
BID NO. 18-02


LM 03/25/15
** KG 3/27/15
ER-43F5(004)E«DVBE_Goals»The DBE Contract goal is (10%) ten percent.

Federal-aid project no.: ER 32L0(074)

Since less than 100 WD and no identified category >$400,000 = 0 trainees/apprentices LM 03/25/15
For the federal training program, the number of trainees or apprentices is 0.

Bids must be on a unit price basis.

Per RG** KG 3/17/15
Complete work within 20 working days.

** GY 4/18/15
The estimated cost of construction is $143,732

choose one** 2/1/13
]

Bids must be prepared on the approved bid forms in conformance with INSTRUCTIONS TO BIDDERS and submitted in the envelopes, sealed and plainly marked on the outside:

“SEALED BID FOR LAKESHORE BOULEVARD
ROADWAY REPAIR PROJECT
From 100 feet s/o SAYRE ST to 300 feet n/o JONES ST
BID NO. 18-02
DO NOT OPEN WITH REGULAR MAIL”
]

The City will receive sealed bids until 2:00 p.m. on the bid open date at the Engineering Division of the City of Lakeport at 225 Park Street, Lakeport, California 95453. Bids received after this time will not be accepted. The City will open and publicly read the bids in the Front Conference Room at the mentioned location after the specified closing time.

Present bidders' inquires in writing to the Office of the Engineering Division, City of Lakeport, 225 Park Street, Lakeport, California, 95453, telephone (707) 263-2341, fax (707) 263-8584. If you have any questions, please contact Paul Curren at 707-263-5615 or Doug Grider at 707-263-3578
Questions about alleged patent ambiguity of the plans, specifications, or estimate must be submitted in writing prior to 5 PM on August 3, 2018. After this time, the City will not consider these questions as bid questions.

The bid must be accompanied by a bid guarantee in the amount of 10% of the total bid by 2:00 p.m. ON THE DATE ADVERTISED FOR THE OPENING OF BIDS. More specifically, pursuant to Public Contract Code §§ 20170 and 20171, all bids for the project shall be presented, under sealed cover and shall be accompanied by one of the following forms of bidder’s security in the amount of ten percent (10%) of the bid: (a) cash; (b) a cashier’s check made payable to the City of Lakeport; (c) a certified check made payable to the City of Lakeport; or (d) a bidder’s bond executed by an admitted surety insurer made payable to the City of Lakeport. Such security shall be forfeited should the successful bidder to whom the contract is awarded fails to timely execute the contract and to deliver the necessary bonds and insurance certificates as specified in the contract documents.

You must take necessary and reasonable steps to ensure that DBEs have opportunity to participate in the Contract (49 CFR 26).

CONTRACTORS AND SUBCONTRACTORS ARE ALSO REQUIRED TO BE REGISTERED WITH THE CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS FOR ANY BID PROPOSAL SUBMITTED ON OR AFTER MARCH 1, 2015, AND FOR ANY CONTRACT FOR PUBLIC WORK ENTERED INTO ON OR AFTER APRIL 1, 2015. A contractor or subcontractor shall not be qualified to bid on, be listed on a bid proposal for, or perform any public work contract unless it is currently registered with the California Department of Industrial Relations as described in Labor Code § 1725.5.

To the extent applicable, at any time during the term of the Agreement for the proposed project, the successful bidder may, at its own expense, substitute securities equivalent to the amount withheld as retention (or the retained percentage) in accordance with Public Contract Code § 22300.

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/DLSR/PWD, or from the City’s Engineering Division.

The federal minimum wage rates for this Contract as determined by the United States Secretary of Labor are included in the Bid Book Section 14 and are available at http://www.wdol.gov/dba.aspx.

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 City 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 Engineering Division 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 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 if Suspension and Proposed Debarment from the Federal Highway Administration. For a copy of the notices, go to http://www.dot.ca.gov/hq/esd/oe/contractor_info . Additional information is provided in the Excluded Parties List System at http://www.epls.gov .

Upcoming Calendar

14Oct
14Oct
10.14.2024
Columbus Day
31Oct
10.31.2024
Halloween
3Nov
11Nov
11.11.2024
Veterans Day
28Nov
11.28.2024
Thanksgiving Day
29Nov
24Dec
12.24.2024
Christmas Eve

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.
Cookies!

lakeconews.com uses cookies for statistical information and to improve the site.

// Infolinks