California Bids > Bid Detail

ATP Cycle 5: Cathedral Canyon Drive Sidewalks and Multiuse Trail/Date Palm Drive Expansion

Agency: Cathedral City
Level of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD10233389477814418
Posted Date: Sep 20, 2023
Due Date: Oct 19, 2023
Solicitation No: B24-54E
Source: https://www.cathedralcity.gov/...
ATP Cycle 5: Cathedral Canyon Drive Sidewalks and Multiuse Trail/Date Palm Drive Expansion
  • RFP Number: B24-54E
  • Start Date: 09/20/2023
  • Close Date: 10/19/2023 2:00 PM

SECTION 1100

INVITATION TO BID

BID NO: B24-54E

ATP CYCLE 5:

CATHEDRAL CANYON DRIVE SIDEWALKS AND MULTIUSE TRAIL

(CIP NO. 08505)

AND DATE PALM DRIVE EXPANSION

(CIP NO. 08508)

SEALED BIDS will be received by the City of Cathedral City at the Office of the City Clerk located at 68700 Avenida Lalo Guerrero, Cathedral City, California, 92234, until 2:00 p.m. on THURSDAY, OCTOBER 19, 2023 at which time they will be publicly opened in the City of Cathedral, City Hall Study Session Room and read for performing work as follows:

SCOPE OF WORK:

Cathedral Canyon Drive Sidewalks and Multiuse Trail (C08505)

The scope of work consists of furnishing all supervision and labor, materials, necessary equipment, and tools, utility work, traffic control and public services coordination required for the completion of the Project. The work to be done includes mobilization, traffic control, stormwater BMPs, construction staking and perpetuation; grading; clearing and grubbing; removal of utilities, trees, AC pavement, PCC, base, subgrade, native material, and unclassified material; construction of AC pavement over compacted CAB; construction of full depth AC; construction of PCC sidewalk, curb ramp, curb and gutter, cross gutter and spandrel, and retaining curb; construction of slough wall; construction of decomposed granite over compacted native material; adjustment to grade and/or relocation of utilities; construction of cabinet foundation and extension of existing conduit and wiring for relocated utility; coordination for relocation of utilities by others; signing and striping; and furnishing and installation of speed feedback sign and hybrid beacon per project documents. Work shall be performed, placed, constructed, or installed within public streets right-of-way. All work and resulting facilities will fully conform to the currently adopted Coachella Valley State Implementation Plan (CVSIP) for PM-10 including Best Management Practices during the construction process.

Date Palm Drive Expansion (C08508)

The scope of work consists of furnishing all supervision and labor, materials, necessary equipment, and tools, utility work, traffic control and public services coordination required for the completion of the Project. The work to be done includes mobilization; traffic control; stormwater BMPs; construction survey and perpetuation; grading; clearing and grubbing; demolition, removal, hauling, and disposal of pavement, subgrade, curb and gutter, sidewalk, driveway; landscaping area, unclassified excavation, fencing, concrete footing,, handrailing and utilities; construction of wall; compaction of native material;, construction of AC and PCC pavement; construction of cement-stabilized base; construction of PCC driveway, curb ramps, curb and gutter, and sidewalk; construction of storm drain improvements; relocation or adjustment existing utilities; installation of railing, and signing and striping. Work shall be performed, placed, constructed, or installed within public streets right-of-way. All work and resulting facilities will fully conform to the currently adopted Coachella Valley State Implementation Plan (CVSIP) for PM-10 including Best Management Practices during the construction process.

All project work and incidental items to complete the project shall be performed in accordance with the plans, specifications, and other provisions of the contract. All the above improvements are to be constructed in a workmanlike manner, leaving the entire project in a neat and presentable condition.

This project is to be completed within Three Hundred Sixty Five (365) working days from the date specified in the Notice to Proceed. Time for commencement and completion of the work is important and is to be of the essence of the Contract. The successful bidder should plan to order any long lead-time equipment items immediately following Notice of Award.

The Contractor shall not begin any construction activity at the site before the issuance of the Notice to Proceed. Any Work that is done by the Contractor in advance of the Notice to Proceed shall be considered as being done at the Contractor’s own risk and responsibility, and as a consequence will be subject to rejection.

There is no pre-bid conference scheduled for this project.

Complete sets of the bidding documents may be purchased online at:

Planit Reprographics www.planitreprographics.com Plan Well Enterprise

IMPORTANT: If you are not on the plan holders list through PlanIt Plan Room you will not receive any addenda. It is the responsibility of the bidder to ensure that they are placed on the plan holders list.

Bidding procedures are prescribed in the Project Specifications. Bids shall be executed upon the forms bound and made a part of said Specifications. Bid security in an amount not less than ten percent (10%) of the total bid dollar amount and conforming to the prescribed bidding procedures is required to be submitted with each bid, as a guaranty to be forfeited should the bidder, if awarded the contract, fail to enter into the same, or fails to furnish in a timely manner the bonds and/or proof of insurance. The City reserves the right to reject any or all bids, and to waive any irregularities in the bids.

Pursuant to Section 1770, et. seq., of the California Labor Code, the successful bidder shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. Copies of such prevailing rate of per diem wages are on file at the office of the City Clerk and will be made available to any interested party on request.

Pursuant to Public Contract Code Section 22300, for moneys earned by the Contractor and withheld by the City to ensure the performance of the Contract, the Contractor may, as its option, choose to substitute securities meeting the requirements of said Public Contract Code Section 22300.

No contractor or subcontractor may be listed on a bid proposal for a public works project 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)].

PREVAILING WAGES. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates, including the per diem wages applicable to the work, and for holiday and overtime work, including employer payments for health and welfare, pension, vacation, and similar purposes, in the County of Riverside in which the work is to be done, have been determine by the Director of the Department of Industrial Relations, State of California. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations’ Internet web site at www.dir.ca.gov . Future effective 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.

Pursuant to Labor Code section 1725.5, no contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant at the time the contract is awarded. Contractors and subcontractors may find additional information for registering at the Department of Industrial Relations website at: http://www.dir.ca.gov/Public-Works/publicworks.html .

Pursuant to Labor Code section 1771.4, all bidders are hereby notified that this project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.

Pursuant to SB854, all contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). All contractors and subcontractors must also provide a copy and proof to the City of online submittal within two (2) days of online submission.

Affirmative action to ensure against discrimination in employment practices on the basis of race, color, national origin, ancestry, sex, or religion will also be required. The City hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract.

Once the contract is awarded, the contractor and all subcontractors shall have a current business license with the City of Cathedral City.

All bidders shall be licensed under the provisions of Chapter 9, Division 3 of the Business and Professions Code of the State of California to do the type of work contemplated in the project. In accordance with provisions of California Public Contract Code Section 3300, the City has determined that the Contractor shall possess a valid Class A or C License and/or other specialty licenses applicable to this project at the time that the bid is submitted. Failure to possess the specified license(s) shall render the bid as non-responsive. The Prime Contractor shall perform not less than 51% of the Contract Work.

This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.

The successful bidder will be required to furnish a Labor and Materials bond in the amount equal to one hundred percent (100%) of the Contract price, as well as a Faithful Performance Bond, in the amount equal to one hundred percent (100%) of the Contract price.

Each bidder shall submit with its bid a statement setting forth its experience on the forms included in the Bid Proposal.

Telephones will not be available to bidders. Bid forms received after the designated time will not be accepted. Bidders and their authorized agents are invited to attend.

Bids must be prepared on the approved proposal forms in conformance with the Instructions to Bidders and shall be submitted only in sealed envelopes plainly marked on the outside “SEALED BID FOR CONSTRUCTION OF BID NO. B24-54E, ATP CYCLE 5: CATHEDRAL CANYON DRIVE SIDEWALKS AND MULTIUSE TRAIL (C08505) AND DATE PALM DRIVE EXPANSION (C08508) - DO NOT OPEN WITH REGULAR MAIL”.

The City reserves the right to reject any or all bids, to waive any irregularity, to accept any bid or portion thereof, and to take all bids under advisement for a period of forty-five (45) days.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >