INVITATION FOR BID FOR NEW RIVER IMPROVEMENT - CALEXICO REACH

Agency: City of Calexico
State: California
Type of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Oct 18, 2022
Due: Nov 1, 2022
Publication URL: To access bid details, please log in.
INVITATION FOR BID FOR NEW RIVER IMPROVEMENT - CALEXICO REACH

NOTICE OF INVITATION FOR BIDS NEW
RIVER IMPROVEMENT PROJECT - CALEXICO REACH

1. General Information PUBLIC NOTICE IS HEREBY GIVEN THAT the City of Calexico is inviting bids to construct the New River Improvement Project - Calexico Reach, in the City of Calexico. The Project consist of building a Trash Screen and Diversion Structure for the New River just north of the US-Mexico International Boundary in Calexico, installing a 72-in pipe that would divert the day-today flow for approximately 1.5 miles, and building a pumping station to take up to 5.0 million gallons per day of treated wastewater from the City of Calexico Wastewater Treatment Plant and pump them via a 16-in forcemain into the River channel just downstream from the Diversion Structure.

2. Scope of Work The work shall be done in conformance to the City’s final plans and specifications for the Project. The Project includes four (4) major tasks:

(a) Installing a Trash Screen across the New River and building a structural concrete Diversion Structure for the New River at a point approximately 900 feet downstream from the US-Mexico International Boundary in Calexico. These tasks also entail:

i. Construction of a temporary diversion channel and coffer dam to build the Diversion Structure and Trash Screen.

ii. Demolition work and site improvements including grading, erosion control, fencing and installation of two security gates, lighting, and construction of a new paved access road over an existing dirt road.

iii. Removal of an existing security screen that is across the New River, between 2nd Street and the International Boundary, just upstream of the proposed location for the Trash Screen and Diversion Structure.

(b) Installing approximately 1.5 miles of a 72-inch underground Fiberglass Reinforced Mortar (FRM) pipe to convey via gravity polluted New River water from the Diversion Structure to a point just upstream of where the All-American Canal Siphon goes over the New River. This work also requires:

i. Building an Energy Dissipater at the end of the 72-inch FRM pipe to prevent erosion of the New River channel at the outfall of the 72-inch FRM pipe.

ii. Construction of a small temporary coffer dam to build the Energy Dissipater.

iii. Grading and erosion control of an area just above where the 72-inch FRM pipe outfalls back into the River, to protect the pipe and outfall infrastructure.

iv. Stockpiling of native species plants removed from the area excavated to install the 72-in FRM pipe, and replanting the impacted area with the stockpiled plants and/or native plants from a nursery (estimated density of plants in the area is approximately twenty-five percent/acre).

(c) Construction of a Pump-back System to replace the polluted water in the River channel that flows adjacent to City neighborhoods with clean, treated wastewater from the Calexico Wastewater Treatment Plant (WWTP). The Pump-back System consists of construction of a 5.0-million gallons per day sewage pump station and the installation of approximately 4,000 feet of a 16-inch Ductile Iron Pipe (DIP) forcemain.

3. Engineer’s Cost Estimate and Construction Schedule Bidders shall take notice hereto that the Engineer’s Cost Estimate for the construction of the Project is thirty-four million, one hundred and ninety thousand, and five hundred and fifty-six dollars ($34,190,556). The Project’s construction period is 300 days from the Notice to Proceed. Subsection 4, below, details the Project’s key components. Please refer to the “Job Quantities and Proposal Bid Form” (p. 66) for the Bid Schedules.

4. Description of Project Components NOTE: All work described herein shall be performed as required by the City’s approved plans and specifications for the Project, which have been prepared for the City by MBI.

(a) Trash Screen and Diversion Structure—A rectangular reinforced concrete Diversion Structure shall be constructed within the existing New River channel to divert up to 160 cubic feet per second of flows from New River into the bypass encasement (discussed below). The concrete channel will provide structural support for a Trash Screen that will be used to remove up to 1 ton per day of floating and submerged trash from the New River. The Trash Screen will be located at a point approximately 900 feet downstream from the US-Mexico International Boundary in Calexico. The Diversion Structure would span the full width of the New River. The new channel structure would include an entry and exit transition section to allow a smooth transition between the geometry of the existing natural trapezoidal River channel to that of the rectangular section. The rectangular section would include an integrated cutwater designed to split the channel flow into two equally sized fixed Trash Screens and provide support for an overhead trolley-mounted trash raking system structure. The Diversion Structure will be located within the concrete channel segment and be just downstream of the Trash Screen. The Diversion Structure will include an integral stainless steel slide gate, with a seismic actuator to allow automatic isolation of the pipeline in case of a significant earthquake of sufficient magnitude to cause potential damage to the downstream pipeline.

(b) Bypass 72-inch FRM Pipe Encasement—An approximately 1.5-mile-long 72-inch FRM pipe shall be installed to convey flows from the New River to avoid the southern portion of the City of Calexico. The bypass pipeline has been designed to convey up to 160 cubic feet per second (cfs) via gravity. Flows exceeding 160 cfs would be diverted into the 72-inch pipe. Instead, they would flow through the existing New River channel. The bypass pipe will outfall back into the New River just east of the All-American Canal Siphon. The pipe will be located approximately 3 to 4 feet below the ground surface. In areas where there is insufficient cover above the pipeline elevation with the existing surface grade (less than 1 foot), an embankment would be constructed on top of the pipeline using fill excavated from the trench. The embankment must be constructed per the geotechnical requirements. Where needed due to anticipated high groundwater table, cutoff walls must be built to protect the pipe also.

i. The bypass pipeline will require an Energy Dissipater at its Outfall to avoid New River channel erosion from the pipe’s discharge. The 350 square-foot Energy Dissipater will be located approximately 400 feet east of the All-American Canal Siphon. The height varies from approximately 7 feet at the terminus of the bypass pipeline to approximately 3 feet at the discharge Outfall. Riprap would be installed immediately adjacent to and downstream of the energy dissipater to further decrease the potential for erosion from the anticipated discharge of flow back into the New River from the bypass pipeline.

ii. Additionally, the westerly slope terrace of an area of land at the western end of and above the bypass pipe requires grading and erosion control to protect the pipe.

(c) Pump-back System—A five-million gallon per day (5.0 mgd) pump station shall be built at the City’s existing Wastewater Treatment Plant (WWTP) and approximately 4,000 feet of a 16-inch Ductile Iron Pipe forcemain shall be installed to pump up to 5.0-million gallons per day of effluent from the WWTP and discharge it into the New River channel at a point immediately downstream of the Diversion Structure. The forcemain will start at the WWTP and continue along and within Animal Shelter Drive (an existing paved road), with the exception of the last 500 feet of forcemain, which will be installed along an existing dirt road to the proposed location of the Diversion Structure. The objective of the Pump-back system is to maintain a wetted River channel from where the flow of the River is diverted to the point where the 72-in bypass pipe outfalls back into the New River.

5. Pre-bid Meeting

A non-mandatory pre-bid meeting shall be held on Tuesday, November 1, 2022 at 10:00 am. While the meeting is not mandatory, bidders are encouraged to participate in the meeting because it affords an opportunity to become more familiar with the scope of work for the Project, the Project’s key areas, and other administrative and procedural requirements. To facilitate meeting participation, the meeting will be virtual through Zoom. Potential bidders can join the Zoom Meeting at:

https://us06web.zoom.us/j/81418802648?pwd=Q2ljQlFoVDdkWTJzSDJ0WTlmaVpaQT09

They can also participate by Telephone:

Dial: US:+1 669 444 9171

Meeting ID: 814 1880 2648

Passcode: 932050

Bidders shall take notice that the bidder is nevertheless required to conduct a site visit and sign the Certification of Site Examination form (see Page 83 of the Invitation for Bids).

6. Addenda

The correction of any discrepancies or omissions from the specifications or other contract documents or any interpretation thereof during the bidding period shall be made only by written addendum. A completed and signed addenda acknowledgement (see Page 79) shall be included in the Bid Proposal.

7. Bidding Instructions, Project’s Available Supporting Documents

(a) SEALED PROPOSAL will be accepted at the Office of the City Clerk, City Hall, 608 Heber Avenue, Calexico, California until 2:00 p.m., on November 16, 2022, at which time all proposals will be publicly opened and read aloud. LATE BIDS WILL NOT be accepted and will be considered unresponsive.

(b) Each bid shall be submitted in a sealed envelope bearing on the outside the name of the bidder, his/her address, and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid shall be enclosed in another envelope addressed as specified in the bid form.

(c) No bid shall be received unless it is made using the format specified in this Invitation to Bid and Technical Specifications. Each bid must be accompanied by a guaranty of cash, certified check, and cashier check or bidders' bond made payable to the City of Calexico for an amount equal to at least ten percent (10%) of the bid. Such guaranty to be forfeited should the bidder to whom the contract is awarded fails to enter the contract. All guaranties are to be returned after the contract is awarded.

(d) The bid may be considered incomplete and be disqualified if any of the following information is not provided. i. Bid Information:

1. Proposal/Bid Form 5. Workmen’s Compensation Certificate

2. 10% Bid Bond 6. Drug/Alcohol Testing Requirements

3. Proposal Agreement 7. Non-Collusion Declaration

4. Subcontractor’s Listing 8. Corporate Certification Partnership Information

ii. On the bid form(s), the unit price items, and total contract price must be written in words and figures. The words and figures shall appear on the blank spaces provided.

iii. On page 80, Subcontractor's Listing shall be completed. If no subcontractor will be used, indicate an "X" mark on the space provided for "No" subcontractor.

(e) This is a City Public Works Department project, which is exclusively being funded with State public funds. Accordingly, it is subject to prevailing wages laws and regulations. Pursuant to Labor Code §1773, the general prevailing wage rates in the county, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available at City of Calexico address and available from the California Department of Industrial Relations' Internet web site at http://www.dir.ca.gov/DLSR/PWD. The applicable Federal minimum wage rates as predetermined by the United States Secretary of Labor are available at the City of Calexico Public Works Department. In addition, a copy may be examined at the offices described above where project plans, special provisions, and bid forms may be seen. Revisions to the applicable Federal Wage Rates, up to ten (10) days before bid opening, shall be identified by the issuance of an addendum with the corresponding Internet Website address of where the revisions can be found. The final contract documents signed by the City and the contractor shall include the Federal Wage Rates, or the Federal Wage Rates as revised by addendums, if any such addendums have been issued. Future effective general prevailing wage rates, which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates.

Attention is directed to the Federal minimum wage rate requirements in the Contract Documents. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum 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 the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate, which most closely approximates the duties of the employees in question.

(f) The U.S. Department of Transportation ("DOT") provides a toll-free hotline service to report bid rigging activities. Bid rigging activities can be reported Monday through Friday, between 8:00 a.m. and 5:00 p.m., Eastern Standard Time at 800/424-9071. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline to report these activities. The hotline is part of DOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. All information will be treated confidentially and caller anonymity will be respected.

(g) A bid will only be accepted from a Contractor who is licensed in accordance with the provisions of Chapter 9, Division 3, of the Business and Professions Code of the State of California as amended. In addition, the Contractor, sub-contractors, and suppliers shall also have a business license issued by the City prior to commencing work. Further, the successful bidder shall comply with all Imperial County orders regarding COVID-19. Bidders are advised to review the County’s COVID-19 requirements.

(h) Electronic version on the approved plans and specifications, geotechnical reports for the Project, groundwater quality results in the area of the Project, and photos/displays of certain Project areas may be obtained by visiting the City’s website at: https://www.calexico.ca.gov/bidsandrfps.

(i) Special attention of all prospective bidders is called to Item 3 of Page 5 (Engineer’s Cost Estimate and Construction Schedule), above, and the Bid Requirements and General Conditions Articles of this document for full directions as to bidding, etc.

(j) Pre-submittal inquires must be submitted to Lilliana Falomir, Public Works Manager – Administrative via email at falomirl@calexico.ca.gov by 5:00 p.m. on November 9, 2022.

8. Bid Evaluation and Award of Construction Contract (a) All bids are to be compared based on the Engineer’s Cost Estimate for the Project and estimate of the quantities of work to be done. The Engineer’s Cost Estimate puts the cost to build the Project at approximately thirty-four million, one hundred and ninety thousand, and five hundred and fifty-six dollars ($34,190,556).

(a) A summary of the bids along with a recommended bid may be presented to the City Council for its consideration of awarding the Project’s construction contract at a Public Meeting, after the bids are received and evaluated, in December 2022, at 6:30 p.m. in the City Council Chambers, 608 Heber Avenue, Calexico, California.

(b) No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.

(c) Please also take notice that the Contractor will be required to obtain coverage under and comply with the State Water Resources Control Board General NPDES Permit for Discharges Associated from Construction and Land Disturbance Activities. Additionally, it is expected that construction of the temporary diversion channel, coffer dams, and in the New River floodplain will require dewatering, which will generate wastewater that needs to be discharged. The city’s review of groundwater quality results for the area of the Project indicates that groundwater resulting from dewatering activities should pose a relatively low threat to New River water quality. Accordingly, the Contractor shall be required to obtain coverage under and comply with the California Regional Water Quality Control Board, Colorado River Basin, General Waste Discharge Requirements and NPDES Permit for Low Threat Discharges to Surface Waters Within the Colorado River Region, prior to commence construction. The Regional Water Board permit is necessary to discharge wastewater from dewatering activities into the New River. The groundwater quality results may be obtained by visiting the City’s website at https://www.calexico.ca.gov/bidsandrfps.

(d) If bidder is a corporate entity and is awarded the contract, prior to execution of the contract, Contractor shall submit satisfactory, documentary proof that the person(s) executing said contract on the behalf of said corporation has authority to do so.

CITY'S RIGHT RESERVED: The City reserves the right to reject any or all bids, to waive any informality in a bid, and to make awards in the interest of the City.

If you have any questions, please do not hesitate to contact Public Works Department at 760/768-2160.

Esperanza Colio Warren, City Manager

City of Calexico

NRIP - Calexico Reach - Invitation for Bids and Specifications
NRIP - Calexico Reach - Technical Specifications dated 10/10/2022
NRIP - Calexico Reach - Plans
NRIP - Calexico Reach - CDFW Section 1602 SBAA
NRIP - Calexico Reach - CWA Section 401 Water Quality Certification
NRIP - Calexico Reach - Dept. of Army Permit Number SPL-2021-00235-CJA
NRIP - Calexico Reach - Monitoring and Adaptive Management Plan
NRIP - Calexico Reach - Groundwater Results for Flooplain Wells Report dated 06/01/20222
NRIP - Calexico Reach - Habitat Restoration and Enhancement Plan
NRIP - Calexico Reach - Project Pictures and Slides
NRIP - Calexico Reach - Geotechnical Report dated 04/01/2022
NRIP - Calexico Reach - Geotechnical Report dated 10/31/2018
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

RAMP ID Title Status Category Type Open Date Close Date Department URL 211224

City of Los Angeles

Bid Due: 5/16/2024

Follow SCOTT SCBA AIR CYLINDERS Active Contract Opportunity Notice ID N6278624T0004 Related Notice

Federal Agency

Bid Due: 12/07/2024

Details Event ID 0000027861 Format/Type: Sell Event / RFx Published Date 12/21/2023 3:00PM

State Government of California

Bid Due: 9/30/2024

EXT AIR | Direct Charging Fast Charging Hub Lease Format : Sell |

City of San Francisco

Bid Due: 5/08/2024

* 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.