Similar Projects
Last Updated | 08/24/2022 09:05 AM |
Project Title | Bohannon Water Control Replacement Project |
Physical Address | View project details and contacts |
City, State (County) | Robbins, CA 95676 (Sutter County) |
Category(s) | Heavy and Highway |
Sub-Category(s) | Dam/Tunnel, Site Development |
Contracting Method | Competitive Bids |
Project Status | Construction start expected September 2022 |
Bids Due | View project details and contacts |
Estimated Value | $1,200,000 [brand] Estimate |
Plans Available from | Civil Engineer |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | As of August 24th, 2022, project has not been awarded. No timeline of award was established. 22-120 FOR: CONTRACT NO. SM-BD-2022-R: Sutter Mutual Water Company Bohannon Dam Replacement Project Sutter SMWC, California CONSTRUCTION COST: $950,000 to $1,200,000 *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. CONTRACTORS CALIFORNIA LICENSE AND/OR CLASS REQUIRED: General Engineering Class. The project is 1.2 miles north of State Route 113 on Reclamation Road. 3853'12.81"N Latitude, 12142'58.42"W Longitude (WGS 84 Google Earth) PROJECT DESCRIPTION: The work performed under this Contract includes the furnishing of all labor, materials, equipment and supervision for construction of the Bohannon Control Facility. This work includes construction of concrete headwall, installation of District Supplied Gates, culvert installation, embankment work, fencing, electrical, structure excavation, structure backfill, dewatering, coffer dam, aggregate base, and other work as necessary to complete the Bohannon Dam Water Control Facility. Note: The Sutter Mutual Water Company reserves the right to make accommodations to public bid openings and Pre- Bid Conferences due to ongoing health concerns regarding COVID-19. SMWC will strive to provide updates regarding the conduct of its public bid openings and Pre-Bid Conferences as soon as they become available. Award of this contract requires the bidder to have a valid California contractors license with the classifications identified above. These requirements shall be met at the time of the bid opening. Each bid must also be accompanied by security in the form of a bid bond issued by a corporate surety, a certified check or cashiers check payable to SMWC, or cash for an amount not less than ten percent (10%) of the aggregate sum of the bid. The successful bidder shall be required to execute a Material and Labor Payment Bond and a Performance Bond, issued by a corporate surety, acceptable to SMWC, each for not less than one hundred percent (100%) of the contract price. SMWC encourages the submission of bids and sub-bids by minority-owned and women-owned business enterprises. This is a public works project in accordance with Section 1720 of the California Labor Code. No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. This is a construction project in accordance with Section 1771.5 of the California Labor Code. This contract is subject to: (1) Federal Labor Standards Provisions as required by the Davis-Bacon Act and other applicable Federal requirements, (2) Equal Employment Opportunity requirements pursuant to Executive Order 11246, and (3) Minority Business Enterprise (MBE) development pursuant to Executive Order 12432. All labor on the project shall be paid no less than the minimum wage rates as established by the U.S. Secretary of Labor or as determined by the Director of the California Department of Industrial Relations. The higher of the two rates will be paid in accordance with the following acts and codes: (1) The Davis-Bacon Act, and (2) Section 1770, and following, of the California Labor Code. Copies of the minimum wage rates established by the Secretary of the U.S. Department of Labor (portal) and the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations (portal) are on file at the office of the Labor Compliance Program, 9700 Goethe Road, Suite D, Sacramento, CA 95827. These copies shall be made available to any interested party upon request. The SMWC will not accept lower State wage rates not specifically included in the Federal Minimum Wage Decision. This includes helper (or other classifications based on hours of experience) or any other classification not appearing in the Federal Wage Decision. Where the Federal Wage Decision does 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. Pursuant to California Public Contract Code Section 22300, the contractor may, at its own expense, substitute securities for any money being withheld by SMWC to ensure performance under this contract. SMWC reserves the right to reject any or all bids, to waive any informality in any bid, and to determine which bid, in the judgment of the agency, is the lowest responsive bid of a responsible bidder. NOTE: ALL QUESTIONS AND CORRESPONDENCE CONCERNING THIS NOTICE TO CONTRACTORS SHALL BE DIRECTED AS FOLLOWS: Mr. Kyle Sanchez Tel: (530) 742-6485 MHM Incorporated c/o SMWC 1204 E Street Marysville, CA 95901 ksanchez@mhm-inc.com (Include SMWC Bohannon Water Control Project - Contract No. SM-BD-2022-R in subject line of email correspondence.) General and limited questions may be answered by telephone. More detailed questions shall be submitted in writing. Questions will be accepted until Wednesday, July 13, 2022 at 2:00 PM. Written responses to questions will be made by addendum. |
||||||
Details |
|
||||||
Bidder's List | View project details and contacts | ||||||
Prospective Bidders | View project details and contacts | ||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |