Similar Projects
Visser Apartments
New Construction, Infrastructure
Conception
$70,000,000 CJ est. value
Visalia, CA 93277

2022 Bond / Measure Z - Farmersville Unified School District
Demolition, New Construction, Renovation, Infrastructure
Conception
$8,600,000 CJ est. value
Farmersville, CA 93223

Mammoth Townhomes
New Construction, Infrastructure - 9,676 SF
Design
$1,400,000 CJ est. value
Visalia, CA 93291

Ben Maddox Way Apartments
New Construction, Infrastructure - 189,087 SF
Design
$52,000,000 CJ est. value
Visalia, CA 93292

CA NPS PP SEKI 2018(3) CA NPS PP SEKI 2020(1) Pavement Preservation Lassen Seki Phase I and Pavement Preservation Seki Phase II
Term Contract
Post-Bid
Fresno, Sequoia National Park, CA

Springville New Public Library
New Construction, Infrastructure - 3,000 SF
Post-Bid
$2,300,000 CJ est. value
Springville, CA 93265

Cold plane AC, place HMA (Type A) and RHMA-G
Infrastructure
Results
$1,890,000 est. value
CA

Cold plane AC pavement, HMA (Type A), Slurry Seal, and Striping
Infrastructure
Results
$780,000 est. value
CA

West Putnam Elementary School Classroom
Addition, Demolition, Infrastructure
Construction
$11,049,000 CJ est. value
Porterville, CA 93257

Surf Thru Carwash / Tulare
New Construction, Infrastructure - 5,270 SF
Construction
$3,000,000 CJ est. value
Tulare, CA 93274

The Darling Hotel Expansion Phase 2
Addition, Demolition, Renovation, Infrastructure - 12,000 SF
Pending Verification
$1,200,000 CJ est. value
Visalia, CA 93291

Pony Express / Visalia
New Construction, Infrastructure - 4,400 SF
Pending Verification
$1,000,000 CJ est. value
Visalia, CA 93291

Plaza Park Lights/Electrical Upgrades - NEW - City of Visalia
Infrastructure
Conception
$1,300,000 CJ est. value
Visalia, CA 93277

LifeStar Ambulance Maintenance Building
New Construction, Infrastructure
Design
$2,000,000 CJ est. value
Tulare, CA 93274

Resurfacing of Perry Family Park Rubber Fall Area
Infrastructure
Post-Bid
Visalia, CA 93277

Last Updated 05/22/2023 01:14 PM
Project Title

Tule River Parkway, Phase III (Rebid)

Physical Address View project details and contacts
City, State (County) Porterville, CA 93257   (Tulare County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Maintenance, Paving/Reconstruction, Sidewalks/Parking Lot, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected April 2023
Bids Due View project details and contacts
Estimated Value $2,536,720 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

**As of April 28, 2023, this project has not yet been awarded . A timeline for award has not yet been established. This project is subject to the "Buy America" requirements of the Title 23 United States Code, Section 313 and the regulations adopted pursuant thereto. A Certified Check, Cashier's Check, or Bidder's Bond in the amount of ten percent (10%) of the bid made payable to the City of Porterville will be required to accompany each proposal. Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Compliance with the prevailing rates of wages and apprenticeship employment standards established by the State Director of Industrial Relations will be required. 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. The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in this project manual issued for bidding purposes and in copies of this book that may be examined at the offices described above where project plans, special provisions, and bid forms may be seen. Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of this project manual. 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. 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. As per SB854, passed by California State Senate on June 20, 2014, contractors and subcontractors will now be required to register with the California Department of Industrial Relations (DIR) per Section 1725.5 of the Labor Code. Special attention is directed to Section 1720.9 of the Labor Code which now provides that the hauling and delivery of ready-mix concrete for a Public Works project is subject to prevailing wage rates and other related requirements. Affirmative action to ensure against discrimination in employment practices on the basis of race, color, national origin, ancestry, disability, gender, sexual orientation, age, or religion will also be required. No qualified disabled person shall, on the basis of disability, be excluded from participating in, be denied the benefits of, or otherwise be subject to discrimination. The City of Porterville affirms that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation. The City hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, disability, gender, sexual orientation, or religion in any consideration leading to the award of contract. The Local Agency's Disadvantaged Business Enterprise (DBE) participation level for this contract is 15%. See Section 1, Part II, Item 1 for complete DBE information and requirements. The City's entire DBE program is included in Section 4, Appendices. The bidder shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract 15% of the dollar value of the prime contract to small business enterprises owned and controlled by socioeconomically disadvantaged individuals. Only work performed by DBE subcontractors will count as participation towards the DBE contract goal. All bidders will be required to submit information concerning the DBEs that will participate in this contract. This information will include the name and address of each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract. A signed copy of each DBE's quote is required to be submitted with Exhibit 15-G, DBE Commitment Form, to serve as written confirmation that the DBE is participating in the contract. If the bidder fails to achieve the contract goals stated herein, it will be required to provide documentation demonstrating that it made good faith efforts attempting to do so. Good faith efforts will be evaluated on the following factors, including, but not limited to: Solicit through all reasonable and available means the interest of all certified DBE firms that are capable of performing the contract work; Provide sufficient time for the DBE to respond to the solicitation and take appropriate steps to follow up the initial solicitation to the DBE; Select portions of the work to be performed by the DBE, increasing the likelihood that the DBE goal will be met; Provide interested DBEs with information about the contract in a timely manner and assist them in responding to a solicitation; Negotiate in good faith with interested DBEs; Not rejecting a DBE as being unqualified without good reason; Assist DBEs in obtaining bonding and lines of credit or insurance; Assist interested DBEs in obtaining equipment, supplies, materials or related assistance or services; Use services of minority or women community organizations or groups. A bid that fails to meet the requirements of a good faith effort will be considered nonresponsive. Documentation to prove a substantial good faith effort was made will be reviewed in detail as the City's determination is submitted to Caltrans for final evaluation. No bid will be accepted from a Contractor who is not duly licensed in accordance with the provisions of Chapter 9, Division III, of the Business and Professions Code, and has a current Class A, General Engineering, State of California Contractor's license. The right is reserved by the City of Porterville to reject any or all bids, to evaluate the bids submitted and to award the contract according to the proposal which best serves the interests of said City. The successful bidder will be required to furnish the City of Porterville with a "Performance Bond" in the amount of one hundred percent (100%) of the contract and a "Labor and Materials Bond" in the amount of one hundred percent (100%) of the contract amount. Upon receiving the "NOTICE OF AWARD," the successful bidder has TEN (10) DAYS to submit the signed contract together with all required bonds, insurance and licenses to the Project Manager, and meet with the City in a PRE-CONSTRUCTION MEETING to discuss any problems or questions pertaining to this project. It is the Contractor's responsibility to contact the City's Project Manager immediately, to arrange for the PRE-CONSTRUCTION MEETING during the TEN (10) DAY PERIOD. The Contractor shall have 90 working days from the effective date of the NOTICE TO PROCEED to complete the required work. The Contractor shall pay the City LIQUIDATED DAMAGES in the amount of $4000 a day for each calendar day the project is delayed beyond the "TIME OF COMPLETION DATE." The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report these activities. All information will be treated confidentially, and caller anonymity will be respected. furnishing to said City all labor, materials, equipment, transportation, and services to install a new trail alignment along the Tule River between Plano Street and Main Street in Porterville, CA.

Details

Division 31 - Earthwork, Earthwork Methods.
Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways.
Division 33 - Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks.
Division 34 - Transportation, Operation and Maintenance of Transportation.

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