REQUEST FOR BID
BID NO. 988-0326-25A
ASPHALT OVERLAY
VILLAGE EAST PARK,
AND MESA RIDGE
TRAILS
BID DUE DATE: March 26, 2025 at 2PM
RFP CONTRACT & SPECIFICATIONS
Page 1 of 10
KEEP THESE PAGES FOR YOUR RECORDS
I. GENERAL CONDITIONS
1. General Information - The Public Works Department of the City of Antioch, California, will receive bid
responses at its City Clerk's office located at 200 H Street, Antioch, CA 94509 on March 26, 2025 at 2
PM. Questions relating to specifications or technical questions must be submitted via email to Bryan
Pitts at bpitts@antiochca.gov. Bidders are NOT to pursue City staff by telephone or in person.
2. Form of Bid - The bid shall be made on the attached bidder's proposal form. If the form is deemed
inadequate, additional information may be submitted with the proposal, via an attachment of
catalogs, drawings, photographs, or a letter. Letters repeating prices and details from the City's
specifications must be omitted. Bids shall be made only on the designated bid form, properly executed, and
enclosed in a sealed envelope bearing the name of the bidder, the bid number, bid due date, and bid title.
Forms are available and may be secured by prospective bidders at the City Clerk's office at 200 H ST. Street,
Antioch, CA 94509. Bids shall be written in ink, computer generated, or by typewriter. Mistakes may be
crossed out and corrections inserted adjacent thereto and must be initialed in ink by the person signing
the bid. Bids are to be verified before submission as they cannot be corrected or altered or signed after
bids are opened.
3. Interpretation of Bids - Should a bidder find discrepancies in, or omissions from the specifications, or
should bidder be in doubt as to their true meaning, bidder shall submit a formal request to the Public
Works Department for an interpretation thereof prior to the bid opening to the attention of Rachel
Harris at rharris@antiochca.gov. The person submitting the request shall be responsible for its prompt
delivery. Any interpretation of, or change in the proposed documents will be made only by an addendum
published on the City’s website, and shall become part of any contract awarded. The City will not be
responsible for any other explanation or interpretations.
4. Addenda - Any addenda issued by the City during the time of bidding shall be covered in the bid and shall be
made a part of the contract. It is the bidder's responsibility to check the City of Antioch website, for any
addenda that may have been issued prior to the bid/proposal due date. (https://www.antiochca.gov/rfps/)
5. Bid Opening - Bids shall be delivered to the City Clerk's office located at 200 H St. Antioch, CA 94509 on
or before the day and hour set for the opening of bids. A bidder may withdraw his bid, either personally or
by written request, at any time prior to the scheduled time for opening of bids.
6. Late Bids - Any bids received after the scheduled time of opening will be clocked in, but will not be opened
or considered.
7. No Bid - If a bid is not made, the bid form must be returned and the reason for not bidding stated; otherwise,
the vendor's name will be removed from the bidders list. If a bid is submitted without an amount, it will not
be considered.
8. Award or Rejection - The bid will be awarded to the lowest responsive and responsible bidder offering the
best value to the City and will be announced by way of publishing to the City’s website
(https://www.antiochca.gov/rfps/). Best value is based on all factors, including: cost (unit prices and total prices);
contractor’s ability, capacity and skill; ability to perform within the time required; character, integrity, reputation,
judgment, experience and efficiency of contractor; quality of contractor’s performance on previous purchases
or contracts, if applicable; and the ability of the contractor to provide future maintenance, repair, parts and
services, if applicable. If within the past two years, a contractor has had a contract terminated early by the City
RFP CONTRACT & SPECIFICATIONS
Page 2 of 10
KEEP THESE PAGES FOR YOUR RECORDS
of Antioch then contractor is disqualified from bidding on any future projects for a two year period from the date
of termination.
The City reserves the right to reject any or all bids, to accept or reject any one or more items of a bid, or to
waive any minor irregularities or informalities in the bid. It is anticipated that all items will be purchased, however
the City reserves the right to change quantities prior to the award. Estimated quantities are no guarantee of a
certain quantity to be ordered by City. The City reserves the right to make the award to the overall low bidder,
or split the award amongst the bidders. If the bid is on an “all or nothing” basis, this must be stated on the bid
form.
For the purpose of evaluating bids for multiple awards, the sum of $175.00 is considered to be the
administrative cost to the City for issuing and administering each contract awarded. Individual awards will be
made for the items and combinations of items which result in the lowest aggregate price to the City, including
such administrative cost.
9. Terms and Conditions - The bidder shall not change the wording on the specifications or conditions. No words
or comments shall be added to the general conditions or detailed specifications. Any explanation or alternative
offered shall be set forth in a letter attached to the front cover of the specifications. Alternatives which do not
substantially comply with the City's specifications cannot be considered. Conditional bids cannot be accepted.
10. Brand Names- The make or brand and grade of the article on which the bid is submitted should be stated on
the bid form.
11. Payment Terms - Must be indicated by filling in the proper blanks on the bid form. Cash discounts of less than
20 days will be considered net. The standard terms at the City of Antioch are Net 30 days.
12. FOB Point - It is understood that the bidder agrees to deliver FOB Destination, with no freight charges to the
City. All costs for packing, delivery, drayage, postage, freight, express, or for any other purpose are to be
borne by the bidder.
13. Approved Equal – Brand names and numbers, when used, are for reference to indicate the character
or quality desired. The use of the name of a manufacturer, or any special brand or make, in describing any
item in the bid documents does not restrict bidders to that manufacturer or specific article. An equal of the
named product will be given due consideration if literature is submitted with the bid showing that the product
is of equal or better quality and utility to that specified by the City. Determination of acceptability of any product
shall be solely at the City’s discretion.
14. Tax - No bid shall include federal excise tax, inasmuch as the City is exempt per published IRS regulations
concerning state/local governments. The City is obligated to pay applicable state sales or use taxes.
15. Samples - When requested, bidders shall submit properly marked samples of the article(s) on which bid is
made to the City. Any sample submitted must be clearly marked in such a manner that the marking is fixed,
so that the identification of the sample is assured. Such marking shall state (1) name of bidder, (2) number of
bid, and (3) item number. Samples, when required, must be furnished free of expense to the City, and if not
destroyed by tests, will upon request be returned at bidder's expense unless retained by City for future
comparison.
16. Inspection - All items furnished shall be subject to the inspection of the City, and unsuitable items may be
rejected. Defective items shall be made good by the vendor in a manner satisfactory to the City.
17. Assignment - No assignment by the contractor or any contract to be entered into hereunder or of any part
thereof, except of funds to be received thereunder by the contractor, will be recognized by the City unless such
RFP CONTRACT & SPECIFICATIONS
Page 3 of 10
KEEP THESE PAGES FOR YOUR RECORDS
assignment has had the prior written approval of the City.
18. Warranty - Terms of any warranty offered by the manufacturer or the bidder shall be included with the bid.
Contractor warrants all work done and goods provided under this Agreement shall at the minimum: a) meet
all conditions of the Agreement; b) shall be free from all defects in design, material and workmanship; and 3)
shall be fit for the purposes intended. If any defects occur within said 12 months following acceptance,
Contractor shall be solely responsible for the correction of those defects.
19. Timely Delivery – If indicated in the bid form, bidder shall indicate time of delivery as the number of calendar
days following receipt of the order by the contractor to receipt of the goods or services by the City. Time of
delivery may be a consideration in the award.
Time is of the essence, and the purchase order is subject to termination for failure to deliver on time. The
acceptance by buyer of later performance with or without objection or reservation shall not waive the right to
claim damage for such breach nor constitute a waiver of the requirements for the timely performance of any
obligation remaining to be performed by the vendor.
20. Liquidated Damages - If delivery does not occur on schedule it is understood that the City will suffer damage.
It being impractical and infeasible to determine the amount of actual damage, it is agreed that the contractor
shall pay to the City the sum of five hundred ($500.00) dollars per day for each calendar day delay in finishing
the contract.
21. Termination for Default - The City may, by written notice of default to the vendor/contractor, terminate the
contract in whole or in part should the vendor/contractor fail to make satisfactory progress, fail to deliver within
time specified therein or fail to deliver in strict conformance to specifications and requirements set forth therein.
In the event of such termination, the City reserves the right to purchase or obtain the supplies or services
elsewhere, and the defaulting vendor/contractor shall be liable for the difference between the prices set forth
in the terminated order and the actual cost thereof to the City. The prevailing market price shall be considered
the fair repurchase price. If, after notice of termination of this contract under the provisions of this clause, it
is determined for any reason that the Contractor was not in default under the provisions of this clause, the
rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant
to the Termination for Convenience clause. The rights and remedies of City provided in this article shall not
be exclusive and are in addition to any other rights and remedies provided by law or under resulting order.
22. Termination for Convenience - The City may, by written notice stating the extent and effective date, terminate
any resulting order for convenience in whole or in part, at any time. The City shall pay the vendor as full
compensation for performance until such termination the unit or pro rate price for the delivered and accepted
portion, and a reasonable amount, as costs of termination, not otherwise recoverable from other sources by
the contractor as approved by the City, with respect to the undelivered or unaccepted portion of the order,
provided compensation hereunder shall in no event exceed the total price. In no event shall the City be liable
for any loss of profits on the resulting order or portion thereof so terminated. The rights and remedies of City
provided in this article shall not be exclusive and are in addition to any other rights and remedies provided
by law or under resulting order.
23. Fiscal Year - Obligation for payment of any contract beyond the current fiscal year end is contingent upon
the availability of funding from which payment can be made. No legal liability shall arise for payment beyond
June 30 of the calendar year unless funds are made available for such performance.
24. Equal Opportunity - Contractor shall not discriminate, on the basis of a person’s race, religion, color, national
origin, age, physical or mental handicap or disability, medical condition, marital status, sex, or sexual
orientation or any other prohibited basis under federal or state law, against any employee, applicant for
RFP CONTRACT & SPECIFICATIONS
Page 4 of 10
KEEP THESE PAGES FOR YOUR RECORDS
employment, subcontractor, bidder for a subcontract, or participant in, recipient of, or applicant for any services
or programs provided by Contractor under this Agreement. Contractor shall comply with all applicable federal,
state, and local laws, policies, rules, and requirements related to equal opportunity and nondiscrimination in
employment, contracting, and the provision of any services that are the subject of this Agreement, including
but not limited to the satisfaction of any positive obligations required of Contractor thereby.
Contractor shall include the provisions of this Subsection in any subcontract approved by the Contract
Administrator or this Agreement.
25. Business License – The City of Antioch requires that any contractor doing business within the city limits must
hold a valid City of Antioch Business License prior to merchandise delivery (by vendor) or services provided.
26. Governing Law - This contract shall be construed and interpreted according to the laws of the State of
California with venue for any action under this Agreement in Contra Costa County, California.
27. Liabilities -- Contractor shall indemnify, save and hold harmless from and defend the City, its officers, agents
and employees, against any and all claims, costs, demands, causes of action, suits, losses, expense or liability
arising from, or alleged to have arisen, from any acts or omissions of Contractor, its agents, sub-contractors,
officials or employees, in connection with the execution of the work covered by this Agreement, as it may be
amended, except for the sole negligence or willful misconduct of City. This indemnification includes any claim
that the materials or equipment provided under this Agreement, or any tool, article or process used in
manufacture of such tools or equipment, constitutes an infringement of any patent issued by the United States.
This entire indemnification provision shall survive termination or cancellation of this Agreement.
28. Right to Audit -- The City of Antioch reserves the right to verify, by examination of vendors’ records, all
invoiced amounts when firm prices are not set forth in the purchase agreement.
29. Assignment -- In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is
accepted, it will assign to the purchasing body all rights, title and interest in and to all causes of action it may
have under Section 4 of the Clayton Act (1 5 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2
(commencing with Section 16700) of part 2 of Division 7 of the Business and Professions Code), arising from
the purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the
bid. Such assignment shall be made and become effective at the time the purchasing body tenders final
payment to the bidder.
30. Surety Bonds – The Bidder is required to submit a bidder’s bond if included on the Bid Form. Unless stated
to the contrary in the Detailed Specifications, Contractor is required to provide the following surety bonds from
an admitted and authorized surety in California in the full amount of the work to be performed:
• Payment Bond
• Performance Bond
31. Prevailing Wage - Where labor is required for public work as part of this contract, pursuant to the provisions
of the Labor Code of the State of California, contractors shall pay no less than the minimum wages established
by the Director of the Department of Industrial Relations of the State of California.
To the extent applicable, Contractor shall comply with the requirements of the California Labor Code
including but not limited to hours of labor, nondiscrimination, payroll records, apprentices, workers'
compensation and prevailing wages.
No less than the general prevailing rate of per diem wages, and not less than the general prevailing rate of
per diem wages for holidays and overtime work, for each craft, classification or type of worker needed to
execute the work under this Agreement shall be paid to all workers, laborers and mechanics employed in the
RFP CONTRACT & SPECIFICATIONS
Page 5 of 10
KEEP THESE PAGES FOR YOUR RECORDS
This page summarizes the opportunity, including an overview and a preview of the attached documents.