City Council Vacancy Announced

The City of Point Arena is accepting applications for a vacancy on the City Council.

Application for Appointment to City Council

Why is there a Vacancy on Point Arena City Council?

The vacancy was created when only one person ran for two open seats at the upcoming February 22, 2022 SpecialEelection. The person selected will serve a term until the end of 2022 and will need to run for reelection in the November 8, 2022 general election.

Qualifications for City Council

Qualified candidates must:

  • Be a United States Citizen
  • Be over the age of 18
  • Reside with the Point Arena city limits
  • Be a current registered voter in the City of Point Arena.

Process for Filling the Vacancy

The City Council will follow the process outlined below:

Application Period: Applications will be accepted until 4 p.m. January 6, 2022.

City Clerk Transmission of Application Materials. The City Clerk will provide each City Council member with all applications at the close of the application period.

Review of applications. Council members will review all applications and may conduct interviews.

At a Special Meeting at 6 p.m. on January 11, 2021, the City Council will appoint for the vacant seat.

Applying for the Council Appointment

To be considered, a completed application must be received by the City Clerk at Point Arena City Hall, 451 School Street, Point Arena, CA. Applications received after 4:00 pm will not be considered.

The City Council will make an appointment to the City Council at a Special Meeting on January 11, 2022 at 6:00 pm.

2022 City Council Special Election

NOMINATION PERIOD OPENS FOR 2022 CITY COUNCIL SPECIAL ELECTION
 
On Tuesday, February 22, 2022, a special municipal election will be held in the City of Point Arena to elect two new Councilmembers to replace recently resigned Councilmembers.
 
Official nomination papers for eligible candidates desiring to file for the above office may be obtained from the Office of the City Clerk, 451 School Street in Point Arena beginning November 1, 2021, through November 29, 2021, during regular business hours as posted.
 
In order to be eligible to hold office as a member of the Council, a person must be a U.S. citizen, 18 years of age on or before Election Day and a registered voter of the City of Point Arena at the time nomination papers are issued for his or her candidacy and shall continue to reside in the City of Point Arena during the term of office.
 
For more information and to make an appointment to pick up papers, please contact Point Arena City Hall at 882-2122 or email admin@pointarena.ca.gov.
 
Point Arena City Hall is open from 9am to 4pm Monday-Thursday and closed Fridays.

Bid #2021-04: Pier Pilings Repair

NOTICE INVITING BIDS

Point Arena Pier Repair
Project # 2021-04

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 September 9, 2021. Bids will be opened and read publicly at that time.

2. The City proposes to replace damaged components of the Arena Cove Pier including nine wooden fender piles and one steel guide pile. Engineer’s opinion of probable cost to perform this work is $54,140.

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

EXTENSION OF BID SUBMISSION DATE AND BID OPENING DATE ADDENDUM NO. 1

Extension of Bid Opening: The bid submission deadline and bid opening date for the Point Arena Pier Repair Project has been modified from Thursday, September 9, 2021, at 2:00pm to  Thursday, September 16, 2021, at 2:00 pm. Bids will be opened and read publicly at that time.

All other terms and conditions of the bid remain unchanged.

If you have already submitted a bid in response to this procurement process, please be assured that your bid will be held securely until the revised bid opening date. Alternatively, you are permitted to take advantage of this extension to the deadline to make revisions to that bid.

Job: Harbor & Pier Technician

The City of Point Arena seeks a Harbor Operations Technician I

Under direct or general supervision, the position performs a variety of semi-skilled work in the construction, modification, maintenance, repair and operation of the City’s Harbor, Pier and related waterfront facilities and systems; provides assistance in the overall Harbor and Pier operations, including customer services activities related to facilities rentals, usage, boat berth assignments, fees intake, and contract monitoring; and performs related work as required

This is the entry-level class in the public harbor and pier operations series. Initially under close supervision, incumbents with basic maintenance experience learn Harbor and Pier facilities, systems, and related infrastructure, use of tools and equipment, and a wide variety of practices and procedures. As experience is gained, assignments become more varied and are performed with greater independence.

This class is alternately-staffed with Harbor and Pier Operations Technician II and incumbents may advance to the higher level after gaining the knowledge, skill, experience, licenses and certifications which meet the qualifications for and demonstrating the ability to perform the work of the higher-level class.

24 + hours a week
$16.56-20.13 Hr. + Benefits

Full job description and application at:
http://pointarena.ca.gov

Or call 707-882-2122

Applications are due by 4pm Thursday September 9, 2021

Full Job Description
Employment Application

City Council Asks Residents & Visitors to Wear Face Masks

Due to the increase in Covid cases on the South Coast and the contagiousness of the delta variant, the Point Arena City Council is asking residents and visitors to use face masks even if vaccinated.

Face masks are also now required at all City facilities, including City Hall and when on the Point Arena Pier.

The City Council’s Resolution 2021-17 states:

1 The City Council finds that due to the significant increase in COVID-19 cases, the public should be strongly encouraged to wear face masks whenever indoors or outdoors in public settings including grocery or retail stores, theaters, and family entertainment centers, even if they are fully vaccinated.

2 The City Council recommends wearing face masks indoors and outdoors as a precautionary measure to all residents and visitors to Point Arena, regardless of whether such residents/visitors have been vaccinated against the COVID-19 virus.

Thank you for doing all you can to Keep Point Arena Healthy & Safe!

Bid # 2021-03 Mill Street Renovation

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

Bid # 2021-02 Point Arena Pier Repair

NOTICE INVITING BIDS

Point Arena Pier Repair
Project # 2021-02

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 July 22, 2021. Bids will be opened and read publicly at that time.

2. The City proposes to replace damaged components of the Arena Cove Pier including nine wooden fender piles and one steel guide pile. Engineer’s opinion of probable cost to perform this work is $73,920.

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.

Point Arena Pier Repair—Bid #2021-02
Addendum July 16, 2021

Question 1: Are there any technical specifications provided other than the notes on the plans?

Response 1: All technical specifications are on the notes on the plans.

 

Question 2: The permit and plans prohibit impact pile driving and jetting this only leaves vibratory as the pile installation method. Is vibratory the desired pile installation method?

Response 2: Yes—vibratory is the desired method.

 

Question 3: Is there any specific size/ energy required for the vibratory hammer?

Response 3: No—there is no specific size/energy required for the vibratory hammer.

 

Question 4: The permit states that all equipment used on the pier MUST use vegetable based hydraulic oil. Does this requirement only apply to the piledriving equipment? Does it also apply to any crane or other lifting device used on the pier? Would it also apply to a fork lift used to shuttle piles out to the pier?

Response 4: Yes—the requirement applies to any crane or other lifting device used on the pier.

 

Question 5: The permit specifically states that any cutting and drilling of the pile and application of the topical preservative must be done 100′ away from the water however how is it possible to notch the pile for the U bolt (shown on sheet C-2 Section A) drill the pile at the required location, or cut the pile off at the proper elevation since no one can pre determine the exact location/ elevation that will be required for cutting until after the pile is driven?

Response 5: See Note 4(F) on sheet G-2 of the project plans, which provides guidance on unavoidable cutting/drilling in place on the pier.

 

Question 6: Is there any specified minimum embedment for the wood piles? What happens if the pile hits an underground obstruction?

Response 6: No—there is no minimum embedment for the wood piles. Any underground obstruction will be considered an unforeseen underground condition and a solution will be determined during construction.

 

Question 7: The plans state to drive the guide pile to refusal. What is the acceptable determination of refusal?

Response 7: Piles should be driven to the maximum depth possible given the strength of the pile material and site conditions.

 

Question 8: The plans require cutting the pile off 2′ below the surface. What methods can be used to cut the piles 2′ under the surface?

Response 8: Bid the project per the specs, and assume the pile to be cut as far below the surface as site conditions allow.

 

Question 9: The plans state the level of pile treatment/ retention of ACZA is to be in accordance with AWPA guidelines for the application. Normally the engineer determines the level of treatment required. This is very ambiguous. Can you provide the required/ desired treatment retention?

Response 9: See Response 10 below.

 

Question 10: The ACZA treatment consists of Ammonia, copper, zinc, and arsenic. The permit and plans state there can be no obvious ammonia odor. Piles treated with ACZA can have an ammonia odor for a year or more. How is it possible to obtain ACZA treated piles that do not have an ammonia odor? How can the acceptable level of ammonia odor be determined?

Response 10: The level of treatment should be light enough such that the piles do not have a strong ammonia odor. The level of treatment should be selected to minimize the odor of ammonia.

 

Question 11: The plans state that piles must be stored away from the water. Will the contractor be provided an appropriate storage area?

Response 11: Yes—on-site storage will be provided.

 

Question 12: The plans do not specify a length for the plastic wrap. What is the length for the wrap?

Response 12: The wrap will cover as much of the submerged portion of the pile as feasible, up to the pier attachment.

 

Question 13: The plans do not specify a length for the wood piles. What is the length?

Response 13: For context, the most recent replacement pile installed along the pier had a 50-foot pre-cut length. Other historical data on pre-cut pile lengths indicate that lengths have ranged from 42 feet to 50 feet. For this project, the pre-cut length will be what is required to reach the pier attachment after being driven to refusal.

 

Question 14: Is there any coating required for the new guide pile?

Response 14: No—there is not any coating required for the new guide piles.

Question 15: What is the allowed load/ capacity for placing a crane on the pier?

Response 15: There is no published maximum load/capacity for the pier. Please bid the project assuming the lightest equipment required to successfully complete the project.

 

Question 16: Are there specifications for the rubber buffer? Is there an approved supplier for this product?

Response 16: No—it is the intent to find a match as close as possible to the existing material.

 

Question 17: What grade of stainless steel is required for the U bolt and fasteners?

Response 17: See Fender Pile Note on Sheet C-1, which requires all fender pile hardware to be grade 304 stainless steel.

 

Question 18: What is the specification for the pile wrap?

Response 18: There is no specification. The intent is that a product that is durable and meets the project needs should be selected.

 

Question 19: The Coastal Development Permit states on page 6, item 5 that post construction monitoring and maintenance is required for the life of the piles. Who is responsible for this item?

Response 19: The City of Point Arena is responsible for post-construction monitoring and maintenance.

 

Question 20: Same permit page 6 item 6A, who is responsible for the onsite observers?

Response 20: The City of Point Arena is responsible for arranging the on-site observers.

 

 

Bid Documents

 

RFQ: City Engineering & Planning Services

REQUEST FOR QUALIFICATIONS (RFQ)

CITY ENGINEERING & PLANNING SERVICES

Request Release Date: May 17, 2021
Request Closing Date: June 17, 2021

Request Contact Person: Paul Andersen, City Manager
City of Point Arena
Phone: (707) 882-2122
Email: cm@pointarena.ca.gov
Web: http://pointarena.ca.gov/

 

INTRODUCTION:

The City of Point Arena is releasing this Request for Qualifications for City Engineering and Planning Services. The City of Point Arena intends to enter into one or more task-based professional service contracts with a qualified individual or firm to provide general planning services, engineering services, project management, project review, grant preparation, consultation services and design services. Project management services may include future State, Federal and locally funded projects.

It is the City’s intent to engage these services from a qualified individual(s) or firm (s) through an evaluation and comparison of past performance, project team resumes, appropriate references, prior experience in other municipalities and cities similar in nature to Point Arena, as well as the criteria that will be used in evaluating the qualifications of firms and or individuals submitting proposals.

The City may contract with one or more firms or individuals in order to adequately satisfy our needs for engineering services. Accessibility to and a timely response from these firms is essential to the position. The level of involvement by the Planner and/or Engineer will be defined by the City Manager as well as the requirements of active and proposed projects within the City. The Planner and/or Engineer will work in coordination and partnership with the City’s planning team, including the City Manager, Architect, Public Works Superintendent, City Council and Building Official.

The selected Consultant(s) shall follow Caltrans Local Agency Procedure Manual (LAPM) and appropriate Caltrans Manuals for Federal Aid projects. In accordance with the newly issued FHWA Directive of May 15, 2017, regarding FHWA Approval of Architectural and Engineering (A & E) Consultants in a Management Support Role, there will be an audit and approval process the selected Consultant(s) will go through prior to award of the contract.

Deadline Submission: June 17, 2021, 4:00 p.m.

SCOPE OF SERVICES:

Note: The final Scope of Services is subject to change following the selection process and negotiations with the selected individual(s) and/or firm(s). Therefore, the City reserves the right to make revisions. The final contract will comply with Caltrans’ Mandatory Fiscal and Federal Provisions, including labor/wage requirements, fiscal management provisions, and DBE requirements. The Local Assistance Procedures Manual (LAPM) and the Caltrans Manual shall be strictly followed for Federal Aid Projects.

Planning and Engineering services may include, but are not limited to:

• General consulting
• Inspections
• Project review
• Council, commission(s) and community consultation, scoping and visioning
• Peer review
• Grant writing and management
• Design services, including quantity calculations and engineers estimates
• Labor compliance, progress payment review and processing, and claim avoidance
• Design review and permit processing
• Plan check
• Master planning
• CEQA review, consultation and preparation
• Provide engineering recommendations for emergency situations
• Computer or manual drafting
• Ordinance and zoning regulation review, consultation and development
• Design standard review, consultation and development
• Proposal review and development
• Infrastructure review, design and evaluation
• Consultation to public on a fee recovery basis
• May represent the City on various technical advisory boards, committees, and commissions as appropriate
• Prepare preliminary project development documents, environmental studies, PS&E documents for intersection and corridor enhancement projects, pavement preservation projects, and the like
• Assist in programming and funding efforts of transportation projects, completing Federal or State grant applications.

MINIMUM QUALIFICATIONS:

Knowledge of:

• Principles and practices of engineering, including planning, design and construction;
• Use of County, Caltrans and Federal (FHWA) standards and processes; and
• State (STIP) and Federal (RSTP, CMAQ, HSIP and HBP) funds. Consultant must be familiar and experienced with State and Federal administrative requirements and procedures.
• Ability to comply with LAPM contracting, reporting and fiscal management requirements
• Principles and practices of land use planning, including design, environmental regulations, zoning regulations, and the like.

License Requirements:

The City Engineer will be a licensed Civil Engineer, in good standing, with the State of California; project managers assigned to a project may be civil engineers but do not require that license.

The City Planner will hold sufficient licenses, degrees and/or certificates necessary to demonstrate their professional capacity and capabilities to meet the requirements of this RFQ.

Experience:

At least ten (10) years of progressively responsible work experience, including work with Local, State and Federal governments and agencies, including Caltrans and FHWA.

POINT-OF-CONTACT:

The City of Point Arena requires that Respondents restrict all contact and questions regarding this RFQ to the individual named below. Questions concerning terms and conditions and technical specifications shall be directed in writing via email to:

Paul Andersen, City Manager
RFQ-City Engineering & Planning Services
cm@pointarena.ca.gov

PROPOSAL REQUIREMENTS:

If you or your firm is interested in the opportunity to work with the City, please provide the following information:

 Firm or Individual Name, Address, Telephone Number, Email Address, Website address and Year Organized of the firm or person submitting the quote;

 Qualifications, Licenses, Certifications, Specialized Training and Educational/Professional Resume of all persons that would provide services under any resulting contract;

 A description of capabilities to satisfy the requirements of this RFQ; including any previous experience or services provided to the City of Point Arena or jurisdictions similar in scope and size, demonstration of technical ability to deliver and administer civil projects;

 A description of capabilities to meet State, Federal, County and/or Local requirements, including demonstrated ability to implement LAPM/Caltrans Manuals; provide example projects in which Consultant has demonstrated the ability to follow the Federal Aid process in construction administration and for engineering design;

 Provide a minimum of three (3) references for similar services only, who can attest to the Respondent’s knowledge, quality of work, timeliness, diligence, and professionalism. Respondent must include names, contact persons, and phone numbers for all references;

 Other factors or special considerations you feel would influence your selection, and describe why you would like to work with the City of Point Arena;

 Estimated Fee Schedule and Billing Rates- (Provide in a Separate Envelope) Please provide an estimate of billing rates for staff at the various levels which may perform work on the City’s projects. If at any point during the term of the master agreement, your firm’s billing rates will be increasing those increases shall be clearly outlined in the fee schedule provided in the Estimated Billing Rates section of the proposal. If no increases are shown, there will be no increases allowed on the billing rates at any classification. Invoices submitted throughout the term of the master agreement will be paid at the proposed billing rates provided in the proposal. The estimated fee schedule does not constitute a bid; a detailed review of the merits of the proposal will be completed prior to the cost information being reviewed.

OTHER TERMS AND CONDITIONS:

The City reserves the right to reject any or all responses. The City reserves the right to waive any variances from the original Request for Qualification’s specifications in cases where the variances are considered to be, in the sole discretion of the City, in the best interests of the City.

All proposals submitted in response to this RFQ shall become the property of the City. The City retains the right to use any or all of the information presented in any proposal to the RFQ, whether amended or not. Selection or rejection of the proposal does not affect this right. Contract(s) shall be awarded to the applicant(s) determined to be the best qualified to meet the City’s needs, with a mutually agreeable start date.

COMMUNICATION DURING EVALUATION

Under no circumstances shall any Respondent contact in person, by telephone, or otherwise, any representative of the City of Point Arena other than as provided above in regard to this RFQ. Failure to comply with this provision may result in the disqualification of that entity from this procurement process.

SUBMITTAL

Please provide 1 (one) original proposal with the signature of an authorized individual on a typed letter of submittal. Proposals shall be submitted in a sealed envelope clearly marked on the outside of the envelope, “City of Point Arena City Engineering & Planning Services” and addressed to:

City of Point Arena
Paul Andersen, City Manager
PO Box 67
Point Arena, CA 95468

RFQ’s will be accepted via email but a hard copy is also required.

Submission Deadline: 

All proposals must be received no later than 4:00 p.m. on June 17, 2021

 

Bid # 2021-01 Arena Cove Parking Lot Rehabilitation

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”

 

Job: Public Works Maintenance Supervisor

The City of Point Arena seeks a Public Works Maintenance Supervisor.

Responsibilities of the position include performing a variety of work in the construction, modification, maintenance, repair and operation of City infrastructure, including streets, traffic controls and structures, storm water systems, parks, landscapes, and street trees; and performs related work as required.

This is the full supervisory-level class and currently oversees one employee. Incumbents are expected to independently perform the full range of public works maintenance duties and work in a collaborative manner. Performance of the work requires the use of considerable independence, initiative and discretion within established guidelines.

32- 40 hours per week @ $24.47 – $29.74 per Hour plus Benefit Package

Applications are due by 4pm Thursday May 13, 2021

Español