Call Toll Free +1 855-856-TIPS
NOTICE INVITING SEALED BID
FOR THE
FY 2020-21 Roadway Rehabilitation and Sidewalk Repair Project ~ Zone 2
(CIP No. 70020)
NOTICE IS HEREBY GIVEN that the CITY OF TUSTIN, as AGENCY invites sealed bids for the above stated project and will receive sealed bids for the construction, materials, supplies, equipment and/or services set forth herein, subject to all conditions outlined in the Bid Package.
Scope of Work: The work will occur in Zone 2 of the City generally bounded by Irvine Boulevard to the north, Newport Avenue to the east, SCRRA/OCTA railroad to the south, and City boundary to the west. This work shall consist in part of furnishing all labor, materials, tools, equipment and incidentals as required by the plans, specifications and contract documents for the above stated project. The work to be done hereunder consists of asphalt concrete pavement repair, crack routing and sealing, asphalt concrete resurfacing, slurry sealing, traffic signing, striping and markings, removal and replacement of existing sidewalks, and curb ramps to meet ADA requirements, minor repair to existing irrigation all as detailed on the plans and specified herein or as customarily necessary to complete the intent of the proposed work.
Project Schedule: 85 working days
Engineer’s Estimate: $1,650,000-$1,700,000
1. Obtaining Bid Documents
An electronic copy of the Bid Package (including plans, specifications and proposal) is available through the City’s electronic bidding portal, ProcureNow.
2. Bid Opening
Bid opening date and time: March 16, 2021 at 10:00 am
Sealed bids will be received through ProcureNow, online electronic bidding system and original signed and sealed bond at the Office of the City Clerk during normal business hours prior to the Bid Opening at the Office of the City Clerk, 300 Centennial Way, Tustin, California 92780.
In accordance with provisions of Section 3300 of the California Public Contract Code, the AGENCY has determined that the Contractor shall possess a valid California Contractor’s License
Further, it is a misdemeanor not to have a license at the time of the bid (Business and Professions Code Section 7028.15 (a). In the case of City contracts which involve Federal funds, the Contractor must be properly licensed at the time of award of the contract (Public Contract Code Section 20103.5). Failure to possess such license may render the bid non-responsive and bar the award of the contract to that non-responsive Bidder. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY.
4. Prevailing Wages
In accordance with the provisions of Section 1770, et seq., of the Labor Code, the Director of the Department of Industrial Relations of the State of California has determined the general prevailing rate of wages applicable to the work to be done. The Contractor and any subcontractor under him, will be required to pay to all persons employed on the project by the Contractor sums not less than the sums set forth in the documents entitled “General Prevailing Wage Determination made by the Director of Industrial Relations pursuant to California Labor Code, Part 7, Chapter 1, Article 2, Sections 1770, 1771, 1773, 1773.1 and 1774.” These documents can be reviewed in the office of the City Engineer or may be obtained from the State.
Notice Requirements
- project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5.
- public works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5
of Industrial Relations.
5. Bid Security
Each bid shall be accompanied by bid security in the form of a cashier’s check, certified check or bid bond in the amount of 10% of the total bid amount. All cashier’s checks or certified checks must be drawn on a responsible bank doing business in the United States and shall be made payable to THE CITY OF TUSTIN. A bonding company admitted and licensed to do business in the State of California must issue bid bonds. Bids not accompanied by the required bid security shall be rejected. Cash and personal or company checks are NOT acceptable.
6. Payment Bond and Performance Bond
A Payment Bond and a Performance Bond, each in the amount of 100% of the contract amount, will be required of the Contractor. Said bonds shall be issued by an admitted Surety company that is duly authorized to issue such bonds in the State of California.
7. Insurance
Prior to execution of contract, Contractor shall provide Agency with insurance certificate(s) with endorsements evidencing commercial general liability and automobile liability insurance as prescribed in the contract, with a company of A.M. Best’s Key Rating of Grade A and Class VII (seven) with an Admitted Insurer, or rated Grade A- or better and Class X (ten) or better with a Surplus Line Broker. Workers’ Compensation Insurance with a company of A.M. Best’s Key Rating of Grade B- or better and Class VII (seven) or better, or offered by State Compensation Fund, is acceptable.
Contractor shall provide to the Agency within ten (10) working days after the date of notice of award of contract the aforementioned insurance certificate(s) with endorsements which must meet the requirements of the specifications and comply with the contract documents. Failure to comply with this requirement will result in annulment of the award, forfeiture of the bid security and Agency will pursue award to the next qualified responsive bidder. Contractor is advised that insurance requirements are non-negotiable and Agency will not consider waiving insurance requirements. There are no exceptions.
8. Retention
In accordance with the Contract, Five Percent (5%) of any progress payment will be withheld as retention. Pursuant to Section 22300 of the Public Contract Code, at the request and expense of the Contractor, approved securities equivalent to the amount withheld may be deposited with the AGENCY or with a state or federally chartered bank as the escrow agent, and AGENCY shall then pay such moneys to the Contractor. Refer to the Contract for further clarification.
9. Questions
Questions regarding this Notice Inviting Bids shall be submitted through the City’s e-Procurement Portal, ProcureNow, or for general questions by contacting Public Works at 714-573-3150
THE AGENCY RESERVES THE RIGHT TO REJECT ANY BID OR ALL BIDS AND TO WAIVE ANY INFORMALITY OR IRREGULARITY IN ANY BID AND TO TAKE ALL BIDS UNDER ADVISEMENT FOR A MAXIMUM PERIOD OF SIXTY (60) DAYS.
ANY CONTRACT AWARDED WILL BE LET TO THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER.
NO BID SHALL BE CONSIDERED UNLESS IT IS PREPARED ON THE APPROVED PROPOSAL FORMS IN CONFORMANCE WITH THE INSTRUCTIONS TO BIDDERS.
By order of the City Council of the City of Tustin, California, the 16th day of February, 2021.
Attest: _____________________________
Erica N. Yasuda, City Clerk
- Published in Tustin News: February 18, 2021 & February 25, 2021 11442347
…. More