Quantcast
Channel: The Macomb Daily - Classified Ads
Viewing all articles
Browse latest Browse all 19971

COUNTY OF HUMBOLDT DEPARTMENT OF PUBLIC WORKS NOTICE TO BIDDERS Sealed proposals will be received by (and...

$
0
0
Times-Standard, COUNTY OF HUMBOLDT DEPARTMENT OF PUBLIC WORKS NOTICE TO BIDDERS Sealed proposals will be received by (and all bids should be mailed or delivered to) the Clerk of the Board Office SEALED BID for (Project Name) Humboldt County Courthouse 825 Fifth Street, Suite 111 Eureka, California, 95501 until 2:00 PM, TUESDAY, JULY 14, 2015, at which time they will be publicly opened by the Clerk of the Board of the County of Humboldt at a public meeting in the Office of the Clerk of the Board of Supervisors, Humboldt County Courthouse, Eureka, California, for performing work as follows: RED CAP ROAD (8Q100) SHOULDER WIDENING, PHASE 2 P.M. 0.3 TO 1.56 AGREEMENT NO.: DTFH69-15-H-00051 CONTRACT NO.: 321606A Bids are required for the entire work as described herein: The road work to be done consists, in general, of, traffic control, cultural monitoring, clearing, detours, earthwork to construct widening and mechanically stabilized embankments (wire wall), placing aggregate base and hot mix asphalt paving and dikes, replacing culverts and drainage inlets, placing rock slope protection, thermoplastic pavement striping, delineator guide markers and signs. This work also consists of temporary water pollution control, as needed and installation of erosion control for permanent soil stabilization. Raising utility covers, cold-planing and repaving existing pavement, and constructing an extended portion of the project are additive options. Bidders are advised that the work must be completed within 60 working days. The Engineer's Estimate for this work is: $798,790. INDIAN PREFERENCE This contract shall be executed in accordance with the Indian Preference Act 1934, 25 CFR Part 5 Preference in Employment and the Karuk Tribe TITLE 5 TERO Ordinance. All BIDDERS requesting Indian preference shall submit their request for Indian preference to the Karuk Tribe office at least one week before the bid submittal date for approval. TRIBAL EMPLOYMENT RIGHTS ORDINANCE (TERO) All BIDDERS acknowledge that a 2% TERO fee will be imposed on the gross value of any contract initiated within the interior/exterior boundaries of the Karuk Ancestral Territory, provided that the total contract or annual gross revenues meet or exceed $2,500. Contact Dion Wood, TERO Officer, at (530) 493-1600 Ext 2030, for questions on the Karuk TERO policy. Notice: The work is subject to a 2-week shutdown scheduled for August 26 until September 4, 2015 due to the Panamnik World Renewal Ceremony. Plans, Special Provisions (not including documents included by reference) and Proposal Forms may be obtained by prospective Bidders upon ADVANCE payment of a non-refundable printing and service charge in the amount of $15.00. All checks shall be made payable to COUNTY OF HUMBOLDT and should be mailed along with the request for Plans to the Humboldt County Department of Public Works, 1106 Second Street, Eureka, California, 95501. Telephone: (707) 445-7652 Requests for plans, planholder list, or project estimate (707) 445-7377 Engineering division, questions regarding plans or specs (707) 445-7409 Fax transmissions Plans and Special Provisions reference the Caltrans Standard Specifications and Standard Plans dated 2010. Provisions that reference federal-aid contracts are applicable. The successful Bidder shall furnish a Payment Bond and a Performance Bond. The Contractor shall possess a CLASS "A" Contractors License at the time this contract is awarded. A pre-bid meeting is scheduled for this project. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990. The County of Humboldt affirms that in any contract entered into pursuant to this advertisement, Disadvantaged Business Enterprises, as defined in 49 CFR Part 26, will be afforded full opportunity to submit bids in response to this invitation. For this contract, the County has included a Disadvantaged Business Enterprises (DBE) goal of 0.8 Percent. Bidders need not achieve the percentage stated as a condition of award. Inquiries or questions based on alleged patent ambiguity of the plans, specifications or estimate must be communicated as a bidder inquiry prior to bid opening. Any such inquiries or questions, submitted after bid opening, will not be treated as a bid protest. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, 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 County of Humboldt, 1106 2nd Street, Eureka, CA. 95501 and available from the California Department of Industrial Relations' Internet web site at http://www.dir.ca.gov/DLSR/PWD. The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are available on the web home page of the Department of Labor at http://www.gpo.gov/davisbacon/ and copies may be examined at the offices described above where project plans, special provisions, and proposal forms may be seen. Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of " Special Provisions, Notice to Bidder's, Proposal and Contract" books. 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 of the Department of Labor. 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. This project is subject to the "Buy America" provisions of the Surface Transportation Act of 1982.as amended by the Intermodal Surface Transportation Efficiency Act of 1991 (ISTEA) Sections 1041(a) and 1048(a), and the regulations adopted pursuant thereto. The U.S. Department of Transportation (DOT) provides a toll-free "hotline" service to report bid rigging activities. Bid rigging activities can be reported Mondays through Fridays, between 8:00 a.m. and 5:00 p.m., Eastern Time, Telephone No. 1-800-424-9071. 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 the 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. KATHY HAYES Clerk of the Board of Supervisors County of Humboldt, State of California 6/21, 28 & 7/5/2015

Viewing all articles
Browse latest Browse all 19971

Trending Articles