2022/23 Pavement Rehabilitation Project, CIP No. 8250

Agency: City of Davis
State: California
Type of Government: State & Local
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Jan 27, 2023
Due: Feb 9, 2023
Publication URL: To access bid details, please log in.
2022/23 Pavement Rehabilitation Project, CIP No. 8250
  • Department: Public Works, Public Works Engineering and Transportation, Public Works Utilities and Operations
  • Category: Request For Proposal, Request For Qualification, Notice Inviting Bids
  • Start Date: January 03, 2023 2:03 pm
  • Close Date: February 09, 2023 1:00 pm

This post was updated on January 6, 2023 – Addendum 1 was added, changing the Bid Opening Date to Thursday, February 2, 2023.

This post was updated on January 26, 2023 – Addendum 2 was added.

This post was updated on January 27, 2023 – Addendum 3 was added, changing the Bid Opening Date and Time to Thursday, February 9, 2023 at 1:00 p.m.

NOTICE INVITING BIDS 2022/23 PAVEMENT REHABILITATION PROJECT CIP No. 8250

1. Notice

NOTICE IS HEREBY GIVEN that the City Council of the City of Davis (“City”) invites and will receive sealed Bids up to but not later than January 19, 2023, 2:00 pm, at the City Clerk’s office of the City Manager, located at 23 Russell Boulevard, Davis, CA 95616, for the furnishing to the City of all labor, equipment, materials, tools, services, transportation, permits, utilities, and all other items necessary for the 2022/23 PAVEMENT REHABILITATION PROJECT, CIP NO. 8250. The main doors to City Hall will remain locked, so please call (530) 757-5648 when you arrive and someone will meet you and provide a receipt for you. At said time, Bids will be publicly opened and read aloud at the City Office. Bids received after said time shall be returned unopened. Bids shall be valid for a period of 90 calendar days after the Bid opening date.

BID OPENING PROCEDURE

The bids shall be opened in Council Chambers at 23 Russell Boulevard, Davis, CA 95616. Bidders will comply with the currently active Yolo County Order on COVID-19. These can be found at https://www.yolocounty.org/government/general-government-departments/health-human-services/adults/communicable-disease-investigation-and-control/covid-19

You are hereby directed to cause all workers and subcontractors on the Project to comply with all aspects of the current order.

2. Requesting Plans And Specifications

Plans and specifications (not including standard specifications and other documents included by reference), and proposal forms, may be obtained by logging on to www.blueprintexpress.com/davis or by calling BPXpress Reprographics at (916) 760-7281 The cost is $250 per set (plus shipping and handling) and is non-refundable. Any bidder that fails to purchase a complete set of plans, specifications and proposal forms from BPXpress Reprographics prior to the bid opening date and time OR is not included on the BPXpress plan holder list shall have their bid deemed non-responsive. In other words, the bidder must purchase the plan set from BPXpress Reprographics AND be on the BPXpress plan holder list to be deemed responsive. The only exception shall be in the event a bidder’s name is not included on the plan holders list but the bidder can produce proof of purchase of the plans, specifications and proposal forms from BPXpress Reprographics with a purchase date that occurred prior to the close of bidding. Any bid produced from plans, specifications and proposal forms obtained from sources other than those purchased from BPXpress by bidder shall be deemed non-responsive. Only bidders on the plan holders list shall receive addenda notifications

It is the responsibility of each prospective bidder to pay the fee and download and print all Bid Documents for review and to verify the completeness of Bid Documents before submitting a bid. Any Addenda will be posted on www.blueprintexpress.com/davis. It is the responsibility of each prospective bidder to check the BPXpress Reprographics website listed above on a daily basis through the close of bids for any applicable addenda or updates. The City does not assume any liability or responsibility based on any defective or incomplete copying, excerpting, scanning, faxing, downloading or printing of the Bid Documents. Information on BPXpress Reprographics may change without notice to prospective bidders. The Contract Documents shall supersede any information posted or transmitted by BPXpress Reprographics.

Bids must be submitted on the City’s Bid Forms. To the extent required by section 20103.7 of the Public Contract Code, upon request from a contractor plan room service, the City shall provide an electronic copy of the Contract Documents at no charge to the contractor plan room.

Contract documents will not be available for inspection or purchase from the City by potential Bidders.

3. Description Of The Work

2022/23 PAVEMENT REHABILITATION PROJECT, CIP NO. 8250 : The work shall include the rehabilitation and reconstruction package including mobilization, public notification, traffic control; hot-mix asphalt (HMA) patches and base repairs; concrete improvements, including curb ramp replacements for ADA compliance, sidewalk and curb and gutter repairs; bike and pedestrian path reconstruction requiring removal of asphalt concrete pavement and underlying subgrade materials; cold-milling asphalt concrete pavement, regrading of intersections to adjust cross slopes at crosswalks for ADA compliance; cold in-place recycling of asphalt pavement (CIR); reconstruction of bike paths with aggregate base (AB) and HMA; HMA and RHMA paving and overlay; slurry seals; adjusting utility covers to grade, installing traffic striping, marking and markers, and replacing traffic loops. Work shall be completed in accordance with the intent of the Project Plans and Specifications. All work shall be performed in accordance with the City of Davis Standard Specifications January 1996 Edition, Addenda through July 2017, General Prevailing Wage Rate, Labor Surcharge and Equipment Rental Rates, and the Contact Documents.

All work shall be performed in accordance with the Contract Documents and all applicable local and state laws and regulations.

4. Engineer

Engineer's Estimate: __$10,172,000___

Project Engineer: Melissa Marshall, Principal Civil Engineer, PE

5. Contractor's License Classification and Subcontractors

Unless otherwise provided in the Instructions for Bidders, each Bidder shall be a licensed contractor pursuant to sections 7000 et seq. of the Business and Professions Code in the following classification(s) throughout the time it submits its Bid and for the duration of the contract: Class A, or a combination of C12 and C8.

Subcontractor Substitution requests shall be made within 35 calendar days after the award of the contract. Pursuant to Public Contract Code Section 3400(b), the City may make findings designating that certain additional materials, methods or services by specific brand or trade name other than those listed in the Standard Specifications be used for the Project. Such findings, if any, as well as the materials, methods or services and their specific brand or trade names that must be used for the Project may be found in the Special Conditions.

6. Trenches and Open Excavations

Pursuant to Labor Code Section 6707, if this Project involves construction of a pipeline, sewer, sewage disposal system, boring and jacking pits, or similar trenches or open excavations, which are five feet or deeper, each bid submitted in response hereto shall contain, as a bid item, adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life or limb, which shall conform to applicable safety orders.

7. Bid Security

Each Bid shall be accompanied by cash, a certified or cashier’s check, or Bid Bond secured from a surety company satisfactory to the City Council, the amount of which shall not be less than ten percent (10%) of the submitted Total Bid Price, made payable to City of Davis as bid security. The bid security shall be provided as a guarantee that within five (5) working days after the City provides the successful bidder the Notice of Award, the successful Bidder will enter into a contract and provide the necessary bonds and certificates of insurance. The bid security will be declared forfeited if the successful Bidder fails to comply within said time. No interest will be paid on funds deposited with the City. The Bid Bond submitted shall be provided by a surety duly authorized by the Insurance Commissioner to transact surety business in the State of California.

8. Performance Bond and Labor and Material Bond

The successful Bidder will be required to furnish a Faithful Performance Bond and a Labor and Material Payment Bond each in an amount equal to one hundred percent (100%) of the Contract Price. Each bond shall be in the forms set forth herein, shall be secured from a surety company that meets all State of California bonding requirements, as defined in California Code of Civil Procedure Section 995.120, and that is a California admitted surety insurer.

Pursuant to Section 22300 of the Public Contract Code of the State of California, the successful Bidder may substitute certain securities for funds withheld by the City to ensure its performance under the contract.

9. Labor Code Requirements

Pursuant to Labor Code Section 1773, the City has obtained the prevailing rate of per diem wages and the prevailing wage rate for holiday and overtime work applicable in Yolo County from the Director of the Department of Industrial Relations for each craft, classification, or type of worker needed to execute this contract. A copy of these prevailing wage rates may be obtained via the internet at: www.dir.ca.gov/dlsr/

In addition, a copy of the prevailing rate of per diem wages is available at the City’s Public Works Department and shall be made available to interested parties upon request. The successful bidder shall post a copy of the prevailing wage rates at each job site. It shall be mandatory upon the Bidder to whom the Contract is awarded, and upon any subcontractors, to comply with all Labor Code provisions, which include but are not limited to the payment of not less than the said specified prevailing wage rates to all workers employed by them in the execution of the Contract, employment of apprentices, hours of labor and debarment of contractors and subcontractors.

Pursuant to Labor Code Sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. No Bid will be accepted nor any contract entered into without proof of the contractor’s and subcontractors’ current registration with the Department of Industrial Relations to perform public work. If awarded a contract, the Bidder and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project. Notwithstanding the foregoing, the contractor registration requirements mandated by Labor Code Sections 1725.5 and 1771.1 shall not apply to work performed on a public works project that is exempt pursuant to the small project exemption specified in Labor Code Sections 1725.5 and 1771.1.

This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. In bidding on this Project, it shall be the Bidder’s sole responsibility to evaluate and include the cost of complying with all labor compliance requirements under this contract and applicable law in its Bid.

10. Retention

Pursuant to Public Contract Code Section 7201, the City has made a determination that the project described herein is substantially complex, and therefore a retention of 5 % will be withheld from payment until after the work is complete.

11. Substitution Requests

Substitution requests shall be made within 35 calendar days after the award of the Contract. Pursuant to Public Contract Code Section 3400(b), the City may make findings designating that certain additional materials, methods or services by specific brand or trade name other than those listed in the Standard Specifications be used for the Project. Such findings, if any, as well as the materials, methods or services and their specific brand or trade names that must be used for the Project may be found in the Special Conditions.

12. Not Applicable

13. Award

City shall award the contract for the Project to the lowest responsive, responsible Bidder as determined by the City from the TOTAL BID PRICE (SUM OF BASE BID AND ALL ADD ALTERNATIVES). City reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or in the bidding process.

(Notice Inviting Bids continues on following page)

14. Notice to Proceed

This Project, if awarded, will be awarded for a March, 2023 start date. The Notice to Proceed shall be issued no later than March 20, 2023.

15. Further Information/Questions

For further information, contact Melissa Marshall, PE, Principal Civil Engineer, MMarshall@cityofdavis.org. Questions will only be considered and answered via email. Questions will not be considered or answered 48 working hours prior to the bid opening.

16. Pre-Bid Conference

There will be no Pre-Bid Conference for this project.

17. Time for Completion

As defined in the Contract, section 00 52 13 CONTRACT b., the time for completion for this project is 180 working days.

Deliver Bids To:

CITY OFFICES - CITY CLERK'S OFFICE
23 Russell Boulevard, Davis, CA 95616-3896
(Building is located on the corner of Russell Boulevard & B Street)

*Note* If you choose to mail your Bid Proposal via any of the overnight/express services, the outside envelope MUST be clearly marked as follows:

“SEALED BID FOR: 2022/23 PAVEMENT REHABILITATION PROJECT, CIP No. 8250. DELIVER IMMEDIATELY TO CITY CLERK'S OFFICE”

Bid Due Date And Time: January 19, 2023, 2:00 pm

SEE NOTICE INVITING BIDS, PARAGRAPH 1, NOTICE, FOR DETAILS.

Download the Notice Inviting Bids: 2022/23 PAVEMENT REHABILITATION PROJECT, CIP No. 8250 (PDF)

Download Addendum No. 1 (PDF) , containing change to Bid Opening Date to February 2, 2023.

Download Addendum No. 2 (PDF) , containing Responses to Questions and changes to the Engineer’s Estimate, Bid Forms, General Conditions, Technical Specifications and Plans.

Download Addendum No. 3 (PDF) , containing change to Bid Opening Date and Time to February 9, 2023 at 1:00 p.m.; Responses to Questions; and changes to Engineer’s Estimate, Bid Forms, Technical Specifications and Plans.

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.