Fanita Dr and Mission Gorge Rd Asphalt Repairs

Agency: City of Santee
State: California
Type of Government: State & Local
NAICS Category:
  • 237310 - Highway, Street, and Bridge Construction
  • 238990 - All Other Specialty Trade Contractors
Posted Date: Jan 18, 2024
Due Date: Jan 31, 2024
Solicitation No: CIP 2024-11
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Fanita Dr and Mission Gorge Rd Asphalt Repairs
  • RFP Number: CIP 2024-11
  • Start Date: 01/03/2024
  • Close Date: 01/31/2024 10:00 AM

CONTRACT WORK DESCRIPTION: Work to be done includes the furnishing of all labor, materials and equipment necessary for asphalt patching, geotechnical testing, traffic control and all related and necessary work as defined in the contract documents (the “Project”).

Any questions relating to this project should be directed to Toby M. Espinola at (619) 258-4100 x 174, or via email at tobyespinola@cityofsanteeca.gov

If you wish to be placed on the plan holder’s list, please contact Toby M. Espinola at (619) 258-4100 x 174, or via email at tobyespinola@cityofsanteeca.gov

Documents:
Plans/Specifications
Plan Holder’s List
Newspaper Advertisement
Notice Requesting Bids


Attachment Preview

Fanita Dr. and Mission Gorge Rd.
Asphalt Repairs
CIP 2024-11
RFB Issued | January 2024
Bid Opening | January 31, 2024 at 10:00 am
Engineer’s Estimate: $485,000.00
Time for Completion: 20 Working Days
City of Santee
10601 Magnolia Avenue • Santee, CA 92071
(619) 258-4100
www.CityofSanteeCA.gov
(This page is intentionally left blank)
i
Fanita Dr. and Mission Gorge Rd. Asphalt Repairs, CIP 2024-11
TABLE OF CONTENTS
NOTICE INVITING SEALED BIDS ................................................................................. 1
INSTRUCTIONS FOR BIDDERS.................................................................................... 5
SPECIFICATIONS AND CONTRACT DOCUMENTS .................................................. 15
SPECIAL PROVISIONS ............................................................................................... 16
PART 1 GENERAL PROVISIONS................................................................................ 17
SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND
SYMBOLS .............................................................................................................................17
1-2 TERMS AND DEFINITIONS .....................................................................................17
SECTION 2 - SCOPE AND CONTROL OF THE WORK........................................................17
2-1 AWARD AND EXECUTION OF THE CONTRACT ...................................................17
2-3 SUB-CONTRACTS...................................................................................................18
2-4 CONTRACT BONDS ................................................................................................18
2-5 PLANS AND SPECIFICATIONS...............................................................................19
2-7 SUBSURFACE DATA...............................................................................................20
2-9 SURVEYING ............................................................................................................20
2-11 INSPECTION........................................................................................................20
2-13 TECHNICAL STUDIES AND DATA ......................................................................21
SECTION 3 - CHANGES IN WORK.......................................................................................21
3-3 EXTRA WORK .........................................................................................................21
3-4 CHANGED CONDITIONS ........................................................................................24
3-5 DISPUTED WORK ...................................................................................................24
SECTION 4 - CONTROL OF MATERIALS ............................................................................29
4-1 MATERIALS AND WORKMANSHIP.........................................................................29
SECTION 5 - UTILITIES ........................................................................................................30
5-1 LOCATION ...............................................................................................................31
5-7 COORDINATION......................................................................................................31
SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK ............33
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK ..............33
6-2 PROSECUTION OF THE WORK .............................................................................35
6-6 DELAYS AND EXTENSIONS OF TIME....................................................................35
6-7 TIME OF COMPLETION ..........................................................................................37
6-8 COMPLETION, ACCEPTANCE AND WARRANTY ..................................................37
6-9 LIQUIDATED DAMAGES .....................................................................................40
6-10 USE OF IMPROVEMENTS DURING CONSTRUCTION ......................................40
6-11 RIGHT TO AUDIT .................................................................................................40
SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR ................................................41
7-1 THE CONTRACTORS EQUIPMENT AND FACILITES.............................................41
7-2 LABOR .....................................................................................................................42
7-3 LIABILITY INSURANCE ...........................................................................................45
7-4 LICENSING ..............................................................................................................50
7-5 PERMITS .................................................................................................................51
7-6 THE CONTRACTOR’S REPRESENTATIVE ............................................................51
7-7 COOPERATION AND COLLATERAL WORK .......................................................52
7-8 WORK SITE MAINTENANCE...................................................................................53
ii
Fanita Dr. and Mission Gorge Rd. Asphalt Repairs, CIP 2024-11
7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS ..................59
7-10 SAFETY................................................................................................................61
7-17 NOTIFICATION AND COORDINATION................................................................63
SECTION 9 - MEASUREMENT AND PAYMENT...................................................................64
9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK ................................64
9-3 PAYMENT ................................................................................................................64
9-4 WAIVER OF CLAIMS ...............................................................................................71
PART 2 CONSTRUCTION MATERIALS ...................................................................... 73
SECTION 203 - BITUMINOUS MATERIALS .........................................................................73
SECTION 211 - MATERIAL TESTS.......................................................................................73
PART 3 CONSTRUCTION METHODS......................................................................... 74
SECTION 300 - EARTHWORK..............................................................................................74
SECTION 301 - TREATED SOILS, SUBGRADE PREPARATION, AND PLACEMENT OF
BASE MATERIALS ................................................................................................................74
SECTION 302 - ROADWAY SURFACING.............................................................................74
SECTION 314 - TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS, AND
PAVEMENT MARKERS ........................................................................................................78
PART 6 - TEMPORARY TRAFFIC CONTROL ............................................................ 79
SECTION 600 - ACCESS ......................................................................................................79
SECTION 601 - WORK AREA TRAFFIC CONTROL .............................................................79
BID SUBMITTAL PACKAGE ....................................................................................... 97
PROPOSAL ...........................................................................................................................99
BID SCHEDULE ..................................................................................................................100
SIGNATURE SHEET ...........................................................................................................101
BID BOND ...........................................................................................................................103
INFORMATION REQUIRED OF BIDDER............................................................................107
DESIGNATION OF SUBCONTRACTORS...........................................................................109
PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION................................111
GUARANTEE ......................................................................................................................112
NON-COLLUSION AFFIDAVIT / DECLARATION................................................................113
SAMPLE CONTRACT DOCUMENTS ........................................................................ 115
AGREEMENT ......................................................................................................................116
BID SCHEDULE ..................................................................................................................117
PERFORMANCE BOND......................................................................................................122
PAYMENT BOND (LABOR AND MATERIALS) ...................................................................126
WORKERS' COMPENSATION INSURANCE DECLARATION ............................................129
iii
Fanita Dr. and Mission Gorge Rd. Asphalt Repairs, CIP 2024-11
CITY OF SANTEE
STATE OF CALIFORNIA
NOTICE INVITING SEALED BIDS
NOTICE IS HEREBY GIVEN, that the City of Santee, City, invites sealed bids for:
FANITA DR. AND MISSION GORGE RD. ASPHALT REPAIRS
CIP 2024-11
Sealed bids will be received at the Office of City Clerk, City of Santee, 10601 Magnolia
Avenue, Building 3, until 10:00 a.m. on Wednesday, January 31, 2024 at which time
they will be publicly opened and read aloud at said office. Any bidder who fails to
submit its documentation by the above date and time shall have that Bid rejected and
returned unopened. Bids shall be valid for a period of 90 calendar days after the bid
opening date.
Work to be done includes the furnishing of all labor, materials and equipment necessary
for the construction of the Fanita Dr. and Mission Gorge Rd. Asphalt Repairs Project
including asphalt patching, geotechnical testing, traffic control and all related and
necessary work as defined in the contract documents (the “Project”).
Contract Documents, including Plans, Specifications and Proposal Forms, may be
examined and/or downloaded on the City’s website at www.cityofsanteeca.gov.
Contract Documents may also be examined at the City Clerk’s Office, 10601 Magnolia
Avenue, Building 3, Santee, CA 92071-1266. All bidders shall notify the City of Santee
to be added to the bidder’s list if plans and specifications are downloaded from the
City’s website in order to receive any addendums to the contract documents.
Each bid must conform and be responsive to the Contract Documents and all plans,
specifications and proposal forms described above.
Each bid must be submitted in a sealed envelope bearing on the outside the name of
bidder, the bidder’s address, the name of the project for which the bid is submitted and
the appropriate State Contractor's License designation held by the bidder. If forwarded
by mail, the sealed envelope containing the bid must be enclosed in another envelope
addressed to the City Clerk, City of Santee, 10601 Magnolia Avenue, Building 3,
Santee, CA 92071-1266.
Bid Guarantee / Bid Bond:
Each bidder must submit a bid to the City Clerk on standard forms available in the
Office of the Director of Engineering. Said bid is to be accompanied by a certified or
cashier's check, cash deposit, or a bidder's bond made payable to the City of Santee, in
an amount not less than 10 percent (10%) of the total bid submitted. The bid security
shall be provided as a guarantee that within ten (10) calendar days after the City
provides the successful bidder the Notice of Award, the successful bidder will enter into
1
Fanita Dr. and Mission Gorge Rd. Asphalt Repairs, CIP 2024-11

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Project Name SMUMC CW Room 2350 MRI Replacement Project Number 907531.01 Project Description

UCLA Capital Programs

Bid Due: 5/14/2024

UCLA SMUMC CW Room 2350 MRI Replacement Bids 5/14/24

UCLA Capital Programs

Bid Due: 5/14/2024

EXT DPW | ZSFG Bldg 5 Fam Hlth Ctr Relo Ph 1 5C

City of San Francisco

Bid Due: 5/29/2024

Solicitation Number: RFB-IS-24201078 Title: REPLACE HEAT EXCHANGER GASKET - MANDATORY JOB WALK (PAGE

Los Angeles County

Bid Due: 5/13/2024