Similar Projects
Construction of Community Center and Sports Complex Site Improvements
Demolition, New Construction, Renovation, Infrastructure
Bidding
$200,000 CJ est. value
Laguna Hills, CA 92653

Citywide Park Improvements
Infrastructure
Bidding
$43,000 CJ est. value
Cypress, CA 90630

Tract 37509 Heirloom Street Improvements Temecula Center Dr Date Street and Ynez Road
Alteration
Post-Bid
Irvine, CA

Annual Concrete Replacement at Various Locations
Alteration
Post-Bid
$640,000 est. value
Orange, CA 92866

Omnibus Concrete Repairs
Alteration
Results
$450,000 est. value
Santa Ana, CA 92799

On-Call Asphalt Maintenance
Term Contract, Alteration
Results
Irvine, CA

Downtown Visalia Streetlights and Paving Project
Infrastructure, Alteration
Post-Bid

On-Call Aspalt Seal Coat Maintenance
Alteration
Results
Irvine, CA

On-Call Concrete Sidewalk Surface Grinding
Term Contract
Post-Bid
Irvine, CA

Central Library Fountain Restoration Project
Renovation, Infrastructure
Results
Huntington Beach, CA 92648

Irvine Ranch Water District Well Water Treatment System
Alteration
Post-Bid
$4,500,000 est. value
Orange, CA

LH on the Hill Letter Display
Alteration
Results
Laguna Hills, CA

Annual Local Paving Program
Term Contract
Post-Bid
Seal Beach, CA

Concrete Crack and Spall Repair at ACC Car Park 2
Alteration
Results
Anaheim, CA

Concrete and Masonry Services
Alteration
Post-Bid
Placentia, CA

Last Updated 01/18/2023 11:39 AM
Project Title

Rectangular Rapid Flashing Beacons (RRFB)

Physical Address View project details and contacts
City, State (County) Fullerton, CA 92832   (Orange County)
Category(s) Single Trades
Sub-Category(s) Concrete
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected January 2023
Bids Due View project details and contacts
Estimated Value $367,316 [brand] Estimate
Plans Available from Copy Center
Owner View project details and contacts
Architect View project details and contacts
Description

The Work shall consist of, but not limited to, the installation of Rectangular Rapid Flashing Beacons (RRFB) at fourteen intersections citywide, construction/reconstruction of impacted sidewalk, traffic signal pole installation/modification, and all related work. The time of completion of contract shall be sixty (60) working days as defined in the Standard Specifications for Public Works, 2018 Edition. Liquidated Damages, as defined in the referenced specifications, Section 6-9, shall be $500 per calendar day. For this contract, the contractor shall possess Classification "A" license at the time the bid is submitted. The City intends to issue a Notice to Proceed on or before January 23, 2022. Contractor will take full responsibility for completing all precursory requirements necessary for this issuance. Contractor shall take note of the following dates and milestones: November 11, 2022 Deadline for questions November 18, 2022 Response to questions posted December 6, 2022 Award of Contract to Lowest Responsible Bidder December 30, 2022 Deadline to submit agreement, bonds, insurance, Water Pollution Control Documents. January 9, 2023 Tentative Preconstruction Meeting January 23, 2023 Notice to Proceed/Start Construction Contractor shall provide all labor, materials, tools, equipment and incidentals for the work, complete in place. The Contractor agrees to commence the work and related services upon the receipt of a written Notice to Proceed from the City. It is the Contractor's responsibility to provide sufficient and qualified personnel, equipment and materials. Each bid must be accompanied by a certified or cashier's check, or bidder's bond, made payable to the City of Fullerton, for an amount equal to at least 10% of the amount bid, such guarantee to be forfeited should the bidder to whom the contract is awarded fail to enter into the contract. In addition, a Performance Bond in the amount of 100% of the bid, and a Labor and Materials Bond in the amount of 100% of the bid shall be required of the successful bidder prior to entering into a contract. The City will permit substitution of approved securities for monies retained on this project in accordance with Section 7-3.2 of the Standard Specifications for Public Works Construction ("Greenbook"), 2018. The Contractor shall also provide Commercial General Liability Insurance, Comprehensive Automobile Liability Insurance, Workers' Compensation, and if necessary, Umbrella/Excess Liability to the minimum limits as defined in the Supplemental Information to Bidders with Certificates of Insurance for each form of coverage. This project is federally funded and the Contractor shall conform to the requirements of the Davis-Bacon Act. Should there be a conflict between Federal and State prevailing wage rates, the Contractor shall pay the higher of the two Bidders are advised that, as required by federal law, the State has established a statewide overall DBE goal. This City of Fullerton Federal-Aid contract is considered to be part of the statewide overall DBE goal. The City of Fullerton is required to report to Caltrans on DBE participation for all Federal-Aid contract each year so that attainment efforts may be evaluated. The City of Fullerton has established a Disadvantaged Business Enterprises (DBE) goal of 2% for this project. No contract will be awarded to any contractor who has not been licensed in accordance with the provisions of Chapter 9 of Division III of the State Business and Professions Code, Section 7,000, et seq. The Contractor shall possess the appropriate legal and necessary licenses required to complete the work as shown in this contract at the time the bid is submitted. No contractor or subcontractor may be listed on a bid proposal for public works project unless registered with the Department of Industrial Relations (DIR) pursuant to Labor Code 1725.5 and Senate Bill 854. A contractor is prohibited from working on this contract with any subcontractor who is ineligible to perform work pursuant to Section 1777.1 or 1777.7 of the Labor Code. Apprentices: Attention is directed to sections 1777.5, 1777.6 and 1777.7 of the California Labor Code concerning the employment of apprentices by the contractor or any such subcontractor under him. Section 4.02.010 of the Fullerton Municipal Code requires that all contractors and sub-contractors shall obtain a City Business Registration Certificate. The contract will not be executed until the contractor and sub-contractor(s) obtain such certificate from the Business Registration Office at City Hall, 303 West Commonwealth Avenue, Room 104, Fullerton, CA 92832. All bids are to be compared on the basis of the City Engineer's estimate of the quantities of work to be done. If the City Council makes an award, it will be to the lowest responsible bidder. For Unit Price bids, in the event there is a discrepancy between the extension and the unit cost, the unit cost will prevail. By Resolution No. 6173, the City Council adopted the general prevailing rate of per diem wages as determined and published by the State Director of the Department of Industrial Relations, pursuant to Sections 1770, 1773, and 1773.1 of the California Labor Code. Copies of these rates, the Federal Wage Rates, and the latest revisions thereto are on file in the office of the City Engineer and are available for review upon request. The contractor shall also comply with Sections 1771, 1774, 1775, 1776, 1777.5, 1813, and 1815 as required by the California Labor Code. In the awarding of the contract, the City shall give equal opportunity to all bidders, regardless of sex, race, creed, color, national, or ethnic origin. The Contractor, sub-recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. Each subcontract signed by the bidder must include this assurance. Any questions regarding this bid package may be referred to Jeffery Chinchilla, Public Works Department Engineering Division at 714.738.6858.

Details

Division 03 - Concrete, Cast-in-Place Concrete.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents