NOTICE INVITING BIDS

Arena Cove Parking Lot Rehabilitation
Project # 2021-01

1. Notice is hereby given that sealed bids will be received by the City Clerk of the City of Point Arena, 451 School Street, Point Arena, California 95468 on or before 2:00pm on June 10, 2021. Bids will be opened and read publicly at that time.

2. The City proposes to repair and expand an existing seawall and jetty rock, install a new bio-retention basin, and raise a portion of the existing parking lot that services the City’s commercial fishing facility in Arena Cove. Engineer’s opinion of probable cost to perform this work is $484,385.00.

3. An electronic copy of Plans and Specifications may be obtained at City Hall, 451 School Street, Point Arena, California 95468. There will be a fifty dollar ($50) non-refundable charge for each thumb drive.

4. Questions concerning the Project or the bid package must be in writing and must be submitted in person or by email to Scott Perkins, SHN Consulting Engineers and Geologists, 335 S. Main Street, Willits, CA 95490, sperkins@shn-engr.com.

5. In accordance with California Public Contract Code Section 20170, all bids must be presented under sealed cover and include one of the following forms of bidder’s security: cash, cashier’s check made payable to the City, certified check made payable to the City, or a bidder’s bond. The amount of bidder’s security provided must equal at least ten (10) percent of the total of the bid price for the base bid and the additive or deductive items listed in this notice.

6. In accordance with California Labor Code Section 1771, not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the Project is to be performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work fixed as provided in the California Labor Code shall be paid to all workers engaged in performing the Project. The Director of Industrial Relations has determined the general
prevailing wage per diem rates for work in the locality in which the Project is to be performed. In accordance with California Labor Code Section 1773.2, copies of the applicable determinations of the Director are on file in the City Clerk’s Office and may be reviewed upon request.

7. Pursuant to California Public Contract Code Section 3300, a Class A California contractor’s license is required to bid on the Project.

8. Except where prohibited by federal regulations or policies, the successful bidder may, on request and at its expense, substitute securities in lieu of amounts

withheld by the City from progress payments to ensure performance under the contract in accordance with the contract documents. Such securities will be subject to the terms of the escrow for security deposit agreement contained in the contract documents.

9. Pursuant to California Labor Code Section 1771.1, this Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations (DIR). A Contractor may not bid, nor be listed as a subcontractor for any bid proposal submitted for public work without first registering with the DIR and paying the annual fee. Application and renewal are completed online at http://www.dir.ca.gov/Public-Works/PublicWorks.html. 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. If you are not registered and are offered the contract for construction will need to register with DIR prior to the City executing the construction contract.

10. The City of Point Arena reserves the right to postpone the date and time for the opening of proposals at any time prior to the date and time announced in the advertisement in accordance with applicable law.

11. The City reserves the right to reject any and all bids and/or to waive any bid irregularities to the extent permitted by law. If the City elects to award a contract for performance of the Project, the contract will be awarded in accordance with Public Contract Code Section 20103.8 and other applicable law to the responsible bidder submitting a responsive bid with the lowest bid on the base contract without consideration of the prices on the additive or deductive items.

12. All bids will remain valid for 90 days after the bid opening. Except as permitted by law and subject to all applicable remedies, including forfeiture of bidder’s
security, bidders may not withdraw their bid during the 90-day period after the bid opening.

Bid Documents

 

Addendum June 2, 2021

Question 1: It appears that there will be a conflict with Memorial and the 4 SF section of the wall.  Please address how the contractor is expected to handle.

Response 1: The memorial will remain. The wall will stop at the memorial and then proceed past the memorial. Bidders should bid the project for the concrete as shown on the plans.

 

Question 2: Bid item #7 indicates 10” of C2 base and detail #3 on sheet 6 indicates 12” of C2 base, please clarify.

Response 2: Bid item #7 is correct—the base will be a 10” section. The detail on sheet six is incorrect and should read 10” of base.

 

Question 3: Sheet C2 shows 648 CY (730 tons) Jetty Rock. 648 CY will be more than 730 tons. Should the bid reflect the cubic yardage or the tonnage?

Response 3: This project is funded in part by FEMA, which has approved the project for 648 CY of jetty rock. Bidders should bid the project based on the cubic yardage regardless of the resulting tonnage.

 

Question 4: It is unclear where bid item #20 (provide and place rock backing) corresponds with the plans. Please clarify.

Response 4: Bid item #20 describes rock backing for the curb cuts associated with the bioretention facility. Rock backing should be 4 cubic yards of light class material (25 lb).

 

Question 5: Will the contractor be allowed to use native material excavated from the seawall footprint and parking lot for backfill both inside and outside of the seawall?

Response 5: Yes, provided the material is suitable for use as subgrade.

 

Question 6: How far from the back face of the seawall bench will RSP be placed?

Response 6: RSP to be placed directly adjacent to the seawall.

 

Question 7: What finish will be required on the exposed portions of the seawall concrete?

Response 7: Smooth finish on bench and seawall.

 

Question 8: Is there a standard for the density of jetty rock?

Response 8: 2 tons per cubic yard minimum.

 

Question 9: Can all or a portion of the aggregate be recycled?

Response 9: Aggregate base can be used as long as it meets Caltrans specs for Class 2 aggregate base.

 

Question 10: Would a 2020 HVEEM asphalt mix out of my Fort Bragg be acceptable for this project?

Response 10: No, a 2020 HVEEM asphalt mix would not be acceptable.

 

Addendum 2 – June 7, 2021

Question 1: In reference to the Maintenance Bond, does this cover plants as well?  Per the permits, there is maintenance required of the permittee for plants, erosion control, soil. Etc. Is this the responsibility being passed along to the contractor, or will it be maintained by the City of Point Arena?

Response 1: The City will assume responsibilities for the for the ongoing maintenance of the plantings-the responsibility will not be on the contractor.

 

Question 2: Will the jetty rock spec (2 tons/cy) be based on unit weight or specific gravity?

Response 2: The jetty rock spec is to be based on unit weight.

 

Question 3: Does the project include a detailed striping plan?

Response 3: There is not a detailed striping plan.  Striping is to be replaced to match existing as shown on sheet C-2.  Additionally, the Specification 2 for Signing, Striping, and Pavement Marking on sheet G-3 incorrectly references Caltrans Section 84-2.02C “Paint” for traffic stripes and markings.  The correct reference is 84-2.02G “Paint”

 

Español