Rip Rap Deliveries

Agency: City of Antioch
State: California
Type of Government: State & Local
Category:
  • 56 - Construction and Building Materials
Posted: Jan 19, 2024
Due: Feb 22, 2024
Solicitation No: RFB-750-0222-24A
Publication URL: To access bid details, please log in.
Bid Number Open Date Close Date Close Time Description RFP/Bid Doc Addendum
RFB-750-0222-24A 1/18/24 2/22/24 2 PM Rip Rap Deliveries

Attachment Preview

DEPARTMENT OF PUBLIC WORKS
Request for Bid:
Rip Rap Deliveries
BID NO. 750-0222-24A
City of Antioch
Operation & Maintenance Division
1201 W. Fourth St
Antioch CA, 94509
Release Date: January 18, 2024
Bids Due: February 22, 2024, by 2:00 P.M.
I. GENERAL CONDITIONS
1. General Information - The Public Works Department of the City of Antioch, California, will receive bid
responses located at the City Clerk’s Office at City Hall, 200 H St, 3rd Floor, Antioch, CA 94509 on February 22,
2024 until 2:00 P.M. Questions relating to specifications or technical questions must be submitted via email to
Bryan Pitts at bpitts@antiochca.gov. Contractors are NOT to pursue City staff by telephone or in person.
2. Form of Bid - The Bid shall be made on the attached Bid forms. If the form is deemed inadequate, additional
information may be submitted with the Bid, via an attachment of catalogs, drawings, photographs, or a letter.
Letters repeating prices and details from the City's specifications must be omitted. Bids shall be made only on
the designated form, properly executed, and enclosed in a sealed envelope bearing the name of the vendor,
the Bid number, due date, and Bid title. Forms are available and may be secured by prospective vendors at
the Department of Public Works at 1201 W. 4th Street, Antioch, CA 94509. Bids shall be written in ink,
computer generated, or by typewriter. Mistakes may be crossed out and corrections inserted adjacent thereto
and must be initialed in ink by the person signing the Bid. Bids are to be verified before submission as they
cannot be corrected or altered or signed after Bids are opened.
3. Interpretation of Bids - Should a vendor find discrepancies in, or omissions from the specifications, or should
vendor be in doubt as to their true meaning, vendor shall submit a formal request to the Public Works
Department for an interpretation thereof prior to the Bid opening to the attention of Bryan Pitts at
bpitts@antiochca.gov. The person submitting the request shall be responsible for its prompt delivery. Any
interpretation of, or change in the bid documents will be made only by an addendum published on the City’s
website and shall become part of any contract awarded. The City will not be responsible for any other
explanation or interpretations. Technical questions or requests shall be submitted no later than 4 p.m.
January 31, 2024, and will be answered by 4 p.m. February 7, 2024.
4. Addenda - Any addenda issued by the City during the time of request shall be covered in the Bid and shall be
made a part of the contract.
5. Bid Opening - Bids shall be delivered to the City Clerk’s Office located at City Hall, 200 “H” St, 3rd Fl, Antioch,
CA 94509 on or before the day and hour set for the opening of Bids. A contractor may withdraw their Bid,
either personally or by written request, at any time prior to the scheduled time for opening of Bids.
6. Late Bids - Any Bids received after the scheduled time of opening will be clocked in but will not be opened or
considered.
7. No Bid - If a bid is not made, the bid form must be returned and the reason for not bidding stated; otherwise,
the vendor's name will be removed from the bidders list. If a bid is submitted without an amount, it will not
be considered.
8. Award or Rejection - The Bid will be awarded to the lowest responsive and responsible bidder offering the
lowest price to the City and will be announced by way of publishing to the City’s website (Bid Documents).
The City reserves the right to reject any or all bids, to accept or reject any one or more items of a bid, or to
waive any minor irregularities or informalities in the bid. It is anticipated that all items will be purchased,
however the City reserves the right to change quantities prior to the award.
RFP CONTRACT & SPECIFICATIONS
Page 1 of 7
KEEP THESE PAGES FOR YOUR RECORDS
If within the past two years, a contractor has had a contract terminated early by the City of Antioch then the
contractor is disqualified from submitting Bids on any future projects for a two-year period from the date of
termination.
9. Insurance Requirements - Proposers acknowledge the City’s insurance requirements as detailed in
Attachment “B”. Exceptions to City insurance requirements will not be made. Any Proposer unable to meet
the insurance requirements at the time of the Bid Due date, as detailed, shall not be eligible for selection or
award of contract.
10. Prevailing Wage - Where labor is required for public work as part of this contract, pursuant to the provisions
of the Labor Code of the State of California, contractors shall pay no less than the minimum wages established
by the Director of the Department of Industrial Relations of the State of California. It shall be required that
the contractor’s DIR# be written on the sealed bid package for verification purposes. If no DIR# is stated,
the submitted Bid package will not be reviewed. (If applicable)
To the extent applicable, Contractor shall comply with the requirements of the California Labor Code including
but not limited to hours of labor, nondiscrimination, payroll records, apprentices, workers' compensation, and
prevailing wages.
No less than the general prevailing rate of per diem wages, and not less than the general prevailing rate of per
diem wages for holidays and overtime work, for each craft, classification or type of worker needed to execute
the work under this Agreement shall be paid to all workers, laborers and mechanics employed in the execution
of the work by the Contractor or any subcontractor doing or contracting to do any part of the work. The
appropriate determination of the Director of the California Department of Industrial Relations shall be filed
with, and available for inspection, at the City offices. Contractor shall post, at each job site, a copy of the
prevailing rate of per diem wages. The Contractor shall forfeit fifty dollars ($50.00) for each calendar day or
portion thereof for each worker paid less than the stipulated prevailing rates for any public work done under
the Agreement by it or by any subcontractor under Contractor.
The City reserves the right to request and review the contractor’s payroll records in the form of certified
payroll records. In the event certified payroll records are requested, they are to be submitted via email to
sconnelly@antiochca.gov. Furthermore, Contractor is to submit two sets: one complete and one redacted of
private information [On the second copy the name, address and social security number of the individual
employees must be redacted (blacked out).]
11. Terms and Conditions - The bidder shall not change the wording on the specifications or conditions. No words
or comments shall be added to the general conditions or detailed specifications. Any explanation or
alternative offered shall be set forth in a letter attached to the front cover of the specifications. Alternatives
which do not substantially comply with the City's specifications cannot be considered. Conditional bids cannot
be accepted.
12. Payment Terms - Must be indicated by filling in the proper blanks on the bid form. Cash discounts of less than
20 days will be considered net. The standard terms at the City of Antioch are Net 30 days.
13. Brand Names - The make or brand and grade of the article on which the bid is submitted should be stated on
the bid form.
RFP CONTRACT & SPECIFICATIONS
Page 2 of 7
KEEP THESE PAGES FOR YOUR RECORDS
14. FOB Point - It is understood that the bidder agrees to deliver FOB (Freight on Board) Destination, with no
freight charges to the City. All costs for packing, delivery, drayage, postage, freight, express, or for any other
purpose are to be borne by the bidder.
15. Approved Equal Brand names and numbers, when used, are for reference to indicate the character or quality
desired. The use of the name of a manufacturer, or any special brand or make, in describing any item in the
bid documents does not restrict bidders to that manufacturer or specific article. An equal of the named
product will be given due consideration if literature is submitted with the bid showing that the product is of
equal or better quality and utility to that specified by the City. Determination of acceptability of any product
shall be solely at the City’s discretion.
16. Tax - No bid shall include federal excise tax, in as much as the City is exempt per published IRS regulations
concerning state/local governments. The City is obligated to pay applicable state sales or use taxes.
17. Appeals - Any actual or prospective bidder, or contractor that has a grievance in connection with any City
solicitation or award of contract may protest in writing pursuant to the provisions in Antioch Municipal Code
section 3-4.03. Protestors are urged to seek resolution of their complaints initially with the using department.
18. Contract Documents - The work embraced herein shall be performed at the locations covered in this bid and
in accordance with the current Standard Specifications of the State of California, Business and Transportation
Agency, Department of Transportation. In addition to the State Specifications, the following will also apply:
these Specifications; the Bid; the Contract, required herein; any supplemental agreements amending or
extending the work; working drawings or sketches clarifying or enlarging upon the work specified herein; and
to pertinent portions of other documents included by reference thereto in these Specifications.
The Successful bidder shall be expected to agree to and comply with all terms addressed in the attached
Sample Maintenance Services Agreement. The bidder shall not change the wording in the attached
specifications or conditions. No words or comments shall be added to the general conditions or detailed
specifications. Conditional bids cannot be accepted.
19. Business License The City of Antioch requires that any contractor doing business within the city limits must
hold a valid City of Antioch Business License prior to merchandise delivery (by vendor) or services provided.
20. Governing Law - This contract shall be construed and interpreted according to the laws of the State of
California with venue for any action under this Agreement in Contra Costa County, California.
21. Liabilities - Contractor shall indemnify, save, and hold harmless from and defend the City, its officers, agents
and employees, against any and all claims, costs, demands, causes of action, suits, losses, expense or liability
arising from, or alleged to have arisen, from any acts or omissions of Contractor, its agents, sub-contractors,
officials or employees, in connection with the execution of the work covered by this Agreement, as it may be
amended, except for the sole negligence or willful misconduct of City. This indemnification includes any claim
that the materials or equipment provided under this Agreement, or any tool, article or process used in
manufacture of such tools or equipment, constitutes an infringement of any patent issued by the United
States. This entire indemnification provision shall survive termination or cancellation of this Agreement.
RFP CONTRACT & SPECIFICATIONS
Page 3 of 7
KEEP THESE PAGES FOR YOUR RECORDS
22. Right to Audit - The City of Antioch reserves the right to verify, by examination of vendors’ records, all invoiced
amounts when firm prices are not set forth in the purchase agreement.
23. Liquidated Damages - If delivery does not occur on schedule, it is understood that the City will suffer damage.
It being impractical and infeasible to determine the amount of actual damage, it is agreed that the contractor
shall pay to the City the sum of two hundred ($200.00) dollars per day for each and every calendar days delay
in finishing the contract.
24. Warranty - Terms of any warranty offered by the manufacturer or the bidder shall be included with the bid.
Contractor warrants all work done and goods provided under this Agreement shall at the minimum: a) meet
all conditions of the Agreement; b) shall be free from all defects in design, material, and workmanship; and 3)
shall be fit for the purposes intended. If any defects occur within said warranty period, Contractor shall be
solely responsible for the correction of those defects.
25. Key Dates and Information
RFP Release Date:
Title:
Deadline for written questions/clarifications:
Response to Written Questions:
Bid Due Date and Time:
Submittal:
Contract Manager:
Email Address:
Address for Bid Submittals and Opening:
January 18, 2024
Rip Rap Deliveries
January 31, 2024, 4:00 p.m.
February 7, 2024, at 4:00 p.m.
February 22, 2024, by 2:00 p.m.
One original, with ink signatures, and one copy of the
response to this Request for Proposal (RFP) must be
sealed and must clearly display the Bidder’s business
name, Bid No. and DIR Number.
Bryan Pitts
Operations Supervisor Streets and Landscape
bpitts@antiochca.gov
City of Antioch City Hall
City Clerk’s Office
200 H St, 3rd Floor
Antioch, CA 94509
RFP CONTRACT & SPECIFICATIONS
Page 4 of 7
KEEP THESE PAGES FOR YOUR RECORDS
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Status Ref# Project Close Date Dayes Left Action Open 110775 [UPCOMING: November 2023]

Association of Bay Area Governments

Bid Due: 12/31/2024

Follow 127EAS24Q0004 Calaveras RD Snow Grooming Active Contract Opportunity Notice ID 127EAS24Q0004 Related

Federal Agency

Bid Due: 12/06/2024

Follow Military Ocean Terminal Concord Rail Maintenance Active Contract Opportunity Notice ID HTC711-24-R-R002

Federal Agency

Bid Due: 12/28/2024

Contracting opportunity Bid Number IFB #2024 Qualified Contractors List Category Construction Due Date/Time

Alameda County

Bid Due: 11/29/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.