Douglas County legal - 39684

COUNTY OF ALPINE 

COMMUNITY DEVELOPMENT DEPARTMENT 

NOTICE TO BIDDERS 

Bids open Tuesday, February 13th, 2024 @ 2:00 PM

General work description: Roadway widening and reconstruction of approximately 4,820 Feet on existing alignment of Hot Springs Road, including drainage improvements and driveway conform reconstructions. You must perform, place, construct, or install other items and details not mentioned that are required of the plans under the Standard Specifications and special provisions. 

The County will receive sealed bids for HOT SPRINGS ROAD RECONSTRUCTION PROJECT 

Project No. RPL-5931(041) 

Plans, specifications and bid documents can be obtained at http://lumosinc.com/planroom/ for a nonrefundable download fee of $42. Prospective Bidders must be Contractors presently licensed under the California State Law for the type of work specified. All proposals or bids must be accompanied by qualification statements of the bidder’s competency to perform work under these specifications. Any addenda issued for this project will also be available at this website. 

Bid forms for this work are included in a separate book titled:

Construction Bidboard, Inc., San Diego, California 

Humboldt Builders Exchange, Eureka, California 

Dodge Data & Analytics, New York, New York 

North Coast Builders Exchange, Santa Rosa, California 

Peninsula Builders Exchange, San Carlos, California 

Placer County Contractors Association and Builders Exchange, Roseville, California 

Shasta Builders Exchange, Redding, California 

Valley Contractors Exchange, Chico, California 

The Contractor must have either a Class A license or a combination of Class C licenses that make up a majority of the work. 

Project no.: RPL-5931(041) 

Bids must be on a unit price basis. 

Complete work within 100 working days. 

The estimated cost of construction is $4,180,000. 

An optional pre-bid meeting is scheduled for 10:00 a.m. on Wednesday, January 17, 2024, at the Hot Springs Road project location in the County of Alpine, near Markleeville, CA 96120. The pre-bid conference is not mandatory. 

The County will receive sealed bids until 2:00 p.m. on the bid open date to the clerk at the County’s Board of Supervisors Chambers at 99 Water Street, Markleeville, CA 96120. Bids received after this time will not be accepted. 

The County will immediately open and publicly read the bids at the mentioned location after the specified closing time. The County reserves the right to reject any and all bids. 

It is anticipated that an addendum to these plans will be posted to include the installation of broadband conduit within scope of this reconstruction project. 

Questions or comments regarding this project must be submitted via email to Samuel Booth, Director, at sbooth@ alpinecountyca.gov no later than 4:00 p.m. local time on Friday January 26, 2024. Questions received after this time will not be accepted. Responses will be communicated via the Lumos plan room through an addendum. 

Submit your bid with bidder’s security equal to at least 10 percent of the bid. 

No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 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. 

Prevailing wages are required on this Contract. The Director of the California Department of Industrial Relations determines the general prevailing wage rates. Obtain the wage rates at the DIR Web site, http://www.dir.ca.gov, or from the County’s Community Development Department. 

If the minimum wage rates as determined by the United States Secretary of Labor differs from the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, you and your subcontractors must not pay less than the higher wage rate. The County does not accept lower State wage rates not specifically included in the federal 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 you and your subcontractors, you and your subcontractors must pay not less than the Federal minimum wage rate that most closely approximates the duties of the employees in question. 

The selected bidder will be required to execute an agreement substantially similar to the County standard form contract for public works projects, which includes insurance and indemnification provisions. 

Prior to the issuance of the Notice to Proceed, you will attend a pre-construction conference held at the office of the Community Development Department for the purpose of discussing the scope of work, Contract drawings, specifications, existing conditions, material to be ordered, equipment to be used, and all essential matters pertaining to the prosecution and the satisfactory completion of the project. You MUST include all major superintendents for the work and major sub-contractors at this conference. You must appoint a superintendent to act as the single point of contact for the duration of the project. In the event a substitution should be made during the project, you will provide this information in writing. 

The Markleeville Water Company is performing a water system improvement project to replace the existing water system in Hot Springs Road. The project will be bid this winter and construction is anticipated to occur in the same construction season as this project. Prior to and during construction, the selected bidder will be required to coordinate with the water company’s contractor on staging of materials and construction timing. 

The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous. The hotline is part of the DOT’s effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. 

California Department of Transportation has made available Notices of Suspension and Proposed Debarment from the Federal Highway Administration. For a copy of the notices, go to http://www.dot.ca.gov/hq/esc/oe/contractor_info. Additional information is provided in the Excluded Parties List System at http://www.epls.go 

Pub Dates: January 6, 10, 2024 Ad # 39684

Comments

Use the comment form below to begin a discussion about this content.

Sign in to comment