NOTICE INVITING BIDS

Mill Street Improvement Project
Project # 2021-03

Bid Documents

  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 August 26, 2021. Bids will be opened and read publicly at that time.
  2. The City proposes to perform roadway improvements along approximately 700 feet of Mill Street and approximately 240 feet of Center Street. Proposed work on consists of the removal and disposal of deteriorating asphalt concrete (AC) paving, placement of new AC paving, improvements to existing drainage facilities, replacement of deteriorating sidewalks and driveways, and restriping of the traveled way. Engineer’s opinion of probable cost to perform this work is $1,518,720.50.
  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 Jason Island, SHN Consulting Engineers and Geologists, 335 S. Main Street, Willits, CA 95490, jisland@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.

ADDENDUM #1: August 17, 2021 

Question 1: On plan C-15 refers to detail #2 which is a retaining wall L shape, it is called out on the typical cross section, but not called out in the layout sheets. Can you let me know how long and how tall this wall is and where it is located on the project?

Response 1: The retaining wall will be located along the back of walk on the south side of Mill Street from approximately 6+50 to 9+35. The wall height will vary between 6” and 24”, but an average height of 16” should be assumed for bidding purposes.

Question 2: Detail #3 sheet C-15 shows concrete stairs. This detail shows agg base then stair with an option to pour in solid concrete. If aggregate base is used is there a detail for side retaining walls? With the stair side retaining walls how will those be tied into other construction?

Response 2: Solid concrete stairs should be assumed for bidding purposes.

Question 3: Page or sheet 5 of the project specifications and also duplicated in the project bid documents mentions raw water and sanitary sewer tie in’s and the need for 1m gallon of temp storage tanks to be placed prior to start of construction. The plans and bid items only call out for replacement of storm drain. Can you please clarify what will be needed for this project specifically referring to all the items on sheet 5.

Response 3: Section 1.09 of Section 01-10-00, Summary of Work, shall be omitted from the project specifications.

Question 4: Project permits at the contractor’s expense are mentioned throughout the specifications, sheet 7 specifically. Please verify what permits will be required and what the fee’s will be.

Response 4: No additional permits are anticipated for the project.

Question 5: Sheet 91 mentions trench dewatering, do you have geo tech reports for this project? Or do you know where the water table depth is along Mill Street?

Response 5: A geotechnical report was not prepared for this project. The water table depth along Mill Street is unknown.

Question 6: Sheet 85 mentions unsuitable material if found will be the burden of the contractor to repair / remove / replace. Can you verify if you expect unsuitable subgrade, what locations and what quantity is expected?

Response 6: Unsuitable subgrade material is not expected within the project footprint.

Question 7: Sheet 97 mentions traffic strip, however there are no plans showing any traffic stripe required. Will traffic stripe be required on this project, if so what type and quantity?

Response 7: Traffic stripe will not be required as part of this project.

Question 8: I noticed that on sheet 114 it is requiring a temp field office? Will that be required?

Response 8: A temporary field office is not required but should conform with the requirements of Section 01 50 00 if utilized.

Question 9: There is no mention of WPCP or SWPPP, I assume this is covered by the city general permit?

Response 9: A SWPPP will be required for the project.

Question 10: Do you know what the existing section is along this section of Mill Street, I haven’t found mention of it in the plans or specifications?

Response 10: The existing section along Mill Street is unknown.

 

Addendum #2: August 19, 2021

Bidders are required to list the Department of Industrial Relations (DIR) Number for subcontractors identified in the Bid Proposal. Bidders should use the attached revised Designation of Subcontractors form, which includes a column for subcontractor DIR Numbers, in place of the original Designation of Subcontractors form (page 42) of the Bid Forms (Volume I).

 

Administrative Note

This Bid package contains two projects (“Mill Street” and “Center Street/Riverside”) with two separate funding sources.  These projects are immediately adjacent to each other with a small portion being on Riverside Dr.

 The low bid determination for the bid package which includes both separately funded projects will be the total combined price for both projects, as illustrated in the Bid Schedule. 

 Two separate construction contracts will be issued for the two named projects.  These contracts have the same contract requirements such as bonding, wages, execution, billing and reporting requirements.

 This is necessary to fulfill the City’s administrative obligation to the State level funding sources and the City’s reporting requirements for reimbursement. Both projects will need to be invoiced and billed separately. Guidance and assistance will be provided during the pre-construction period and throughout the project to ensure administrative consistency with the funding sources.

 

Bid Documents

Español