ALPS WAY PIPELINE REPLACEMENT PROJECT
[Project No. 01-06-78-51418]
Bid Date: Tuesday, January 23, 2024 at 2:00 P.M.
Engineers Estimate: $200,000
Addendums: There are no addendums for this project
Information on obtaining Addendums, Plans, Specifications, and Contract Documents:
The Valley Center Municipal Water District (“District”) will receive sealed bids for the ALPS WAY PIPELINE REPLACEMENT PROJECT (“Project”) at the office of the Valley Center Municipal Water District no later than TUESDAY, JANUARY 23rd, 2024 2:00 P.M, at which time or thereafter said bids will be opened and read aloud. Bids received after this time will be returned unopened. Bids shall be valid for 60 calendar days after the bid opening date.
Project Funding: Funding for this project has been provided in full or in part through an agreement with the State Water Resources Control Board. California Drinking Water State Revolving Fund (“DWSRF”) is capitalized through a variety of funding sources, including loans or grants from the United States Environmental Protection Agency (“USEPA”) and state bond proceeds. The contents of this document do not necessarily reflect the views and policies of the foregoing, nor does mention of trade names or commercial products constitute endorsement or recommendation for use. (Gov. Code § 7550, 40 CFR § 31.20.) Bids must comply with all requirements associated with this funding source, including, but not limited to, USEPA DBE compliance and American Iron and Steel. In addition, the successful Bidder will be required to comply with all requirements associated with the DWSRF funding in carrying out the Project. The DWSRF funding requirements are described in Section 00800 DWSRF Funding Requirements.
The Project generally consists of the abandonment of approximately 280 linear feet of existing 16-inch diameter buried concrete mortar lined and coated steel potable waterline and installation with 16-inch diameter buried polyvinyl chloride (PVC) potable waterline including; valves, air vacuum assemblies, blowoff assemblies, water service, and the abandonment of an existing water service and existing steel cylinder waterline. District is furnishing certain materials described in Section 00750 to be installed by the Contractor. All work is located within Cougar Pass Road/Alps Way, an existing developed County of San Diego public right of way.
ENGINEER’S ESTIMATE: $200,000
All to be completed in 90 calendar days.
A MANDATORY Pre-Bid Conference will be held at the Project Site: Intersection of Couser Road and Alps Way on the following date(s) and time(s): DECEMBER 7th at 1:00 PM and DECEMBER 19th at 1:00 PM. Each and every Bidder MUST attend one of the Pre-Bid Conferences. Prospective bidders may visit the Project Site without making arrangements. Bids WILL NOT be accepted from any bidder who did not attend a Pre-Bid Conference.
Bidders may examine the Contract Documents at the office of the Valley Center Municipal Water District, 29300 Valley Center Road, Valley Center, California 92082 (Contact: Nick Lyuber (760) 735-4556). Hard copy prints of Plans, Specifications, and Contract Documents can be ordered from ERI Repro, 1200 Simpson Way, Escondido, CA 92029, Phone: (760) 745-8626. Bidder is responsible for payment of all costs associated with acquiring plans and specifications from Escondido Reprographics, Inc. Digital copies shall be made available only through Valley Center Municipal Water District offices. Bids must be submitted on the District’s Bid Forms or copies thereof.
Bids must be accompanied by cash, a certified or cashier’s check, or a Bid Bond in favor of the District in an amount not less than ten percent (10%) of the submitted Total Bid Price.
Each bid shall be accompanied by the security referred to in the Contract Documents, the Non-Collusion Declaration, the list of proposed subcontractors, and all additional documentation required by the Instructions to Bidders.
The successful bidder will be required to furnish the District with a Performance Bond equal to 100% of the successful bid, and a Payment Bond equal to 100% of the successful bid, prior to execution of the Contract. All bonds are to be secured from a surety that meets all of the State of California bonding requirements, as defined in Code of Civil Procedure Section 995.120, and is admitted by the State of California.
Pursuant to Public Contract Code Section 22300, the successful bidder may substitute certain securities for funds withheld by the District to ensure his performance under the Contract.
The Director of Industrial Relations has determined the general prevailing rate of per diem wages in the locality in which this work is to be performed for each craft or type of worker needed to execute the Contract which will be awarded to the successful bidder, copies of which are on file and will be made available to any interested party upon request at the Engineering office or online at http://www.dir.ca.gov/dlsr. A copy of these rates shall be posted by the successful bidder at the job site. The successful bidder and all subcontractor(s) under him, shall comply with all applicable Labor Code provisions, which include, but are not limited to the payment of not less than the required prevailing rates to all workers employed by them in the execution of the Contract, the employment of apprentices, the hours of labor and the 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.
The California Air Resources Board (“CARB”) implemented amendments to the In-Use Off-Road Diesel-Fueled Fleets Regulations (“Regulation”) which are effective on January 1, 2024, and apply broadly to all self-propelled off-road diesel vehicles 25 horsepower or greater and other forms of equipment used in California. A copy of the Regulation is available at https://ww2.arb.ca.gov/sites/default/files/barcu/regact/2022/off-roaddiesel/appa-1.pdf. Bidders are required to comply with all CARB and Regulation requirements, including, without limitation, all applicable sections of the Regulation, as codified in Title 13 of the California Code of Regulations section 2449 et seq. throughout the term of the Project. Bidders must provide, with their Bid, copies of Bidder’s and all listed subcontractors the most recent, valid Certificate of Reported Compliance (“CRC”) issued by CARB. Failure to provide valid CRCs as required herein may render the Bid non-responsive.
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.
Since this Project is funded in whole or in part with DWSRF funds, the work must also comply with the minimum rates for wages for laborers and mechanics as determined by the Secretary of Labor in accordance with the provisions of Davis-Bacon. As between the State and Federal rates, the higher of the two rates must be paid. Attention is directed to the DWSRF Funding Requirements section of the Contract Documents.
Each bidder shall be a licensed contractor pursuant to the Business and Professions Code and shall be licensed in the following appropriate classification(s) of contractor’s license(s), for the work bid upon, and must maintain the license(s) throughout the duration of the Contract: A-General or C-34 Pipeline.
Award of Contract: The District shall award the Contract for the Project to the lowest responsible bidder as determined from the base bid alone by the District. The District reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or in the bidding process.
For further information, contact the District Engineering Department by email at Engineering_Projects@vcmwd.org or by phone at 760-735-4500.