NOTICE INVITING SEALED BIDS
Notice is hereby given that the City Council of the City of Marina, County of Monterey, State of California, hereby invites sealed bids for the following work to be done according to plans and specifications on file, adopted therefor, to wit:
TAXILANE REHABILITAITON
Sealed bids for the above-mentioned work will be received at Marina Municipal Airport Administration Building, 781 Neeson Road, Marina, California 93933. Marina, California, until 2:00 o'clock p.m. Wednesday, June 25th, 2025 and will be publicly opened and read aloud at 2:05 p.m. on said Day.
The work includes furnishing all labor, materials, equipment, and performing all work necessary and incidental to the construction of the project known as TAXILANE REHABILITATION project, AIP 3-06-0367-020-2025, according to drawings and specifications as prepared by the City of Marina and according to the Contract Documents. Work includes rehabilitating a taxilane, including:
- Airfield safety and security.
- Construction site environmental compliance.
- Variable and uniform thickness pavement grind.
- Variable thickness (2” average) hot-mix asphalt pavement overlay.
- Application of pavement markings.
The Contractor shall possess a Class A license at the time of bid. Failure to possess the specified license shall render the bid non-responsive.
Project is to be completed within twenty-five (25) working days from the date specified in the Notice to Proceed, subject to downward adjustment based on extent of package awarded. The Contractor shall pay to the City of Marina the sum of $2,000 (Two Thousand Dollars) for each and every calendar day’s delay in finishing the work in excess of the working day completion time.
Each bidder shall be pre-qualified in accordance with the Specifications and must submit evidence of competency and evidence of financial responsibility to the City at the time of the bid opening. The City of Marina reserves the right to reject any or all bids and to waive any informality in bids received.
Each bid shall be accompanied by a cashier's or certified check payable to the order of the City, amounting to ten percent (10%) of the bids, or by a bond in said amount payable to said City, signed by the bidder and a corporate surety or by the bidder and two sureties who shall justify before any officer competent to administer an oath, in double said amount and over and above all statutory exemptions. Said check shall be forfeited or said bond shall become payable to said City in case the bidder depositing the same does not, within fifteen (15) days after written notice that the contract has been awarded to him, enter into a contract with the City. No bidder may withdraw its bid for a period of ninety (90) days after the date set for opening of bids.
Bidding Documents are on file and the public may download from the City website, https://www.cityofmarina.org/bids.aspx. In order to download project documents, you must contact the Marina Municipal Airport (831-582-0102, or Morduno@cityofmarina.org) to be included in the plan-holder list. Potential bidders, subcontractors and suppliers are responsible for reviewing the complete bidding documents, including all addenda, prior to submitting their bid. Hard copies can be obtained by calling (831) 788-3577, for a non-refundable sum of $50.00 for each set of Plans and Specifications. An additional postage charge of $5.00 for mailing.
A non-mandatory pre-bid conference and project walk-through will be made at 10:00 AM on Tuesday, June 10th, 2025. at the Airport Administration Building, 781 Neeson Road, Building 540, Marina, CA. Prospective bidders are required to attend the pre-construction conference.
The contractor shall submit a list of the name and address of each subcontractor and the portion of the work which each subcontractor will do. The list shall be submitted by the bidder together with the bid. Use the form supplied in the contract documents. If no such list is submitted, it will be assumed that the contractor will do all the work herein specified.
The successful bidder and all subcontractors must have a valid City of Marina business license before the commencement of work.
The successful bidder will be required to furnish a payment bond in the amount equal to one hundred percent (100%) of the Contract Price, as well as a faithful performance bond, in the amount equal to one hundred percent (100%) of the Contract Price. The bonds shall be on the forms included in the Contract Documents. Pursuant to Public Contract Code Section 22300, for monies earned by the Contractor and withheld by the City of Marina to ensure the performance of the Contract, the Contractor may, at its option, choose to substitute securities meeting the requirements of Public Contract Code Section 22300.
Minimum wages, as ascertained from the Secretary of Labor or State of California, whichever is greater, currently prevailing in Monterey County, California, are required to be paid mechanics and laborers, employed directly upon the site of the work. A copy of Federal minimum rates is included with the Specifications package. A copy of State prevailing wage rates are available at City Hall. The City complies with SB 854. All contractors and subcontractors must be registered with the State Department of Industrial Relations (DIR) at the time of bid, for prevailing wage monitoring. The City will review the DIR registration list for confirmation of participation.
Attention of the bidders is invited to the fact that the attached wage rates are the minimum hourly rates required to be paid during the life of the contract. Bidders are advised to keep themselves informed as to local labor conditions such as length of work day and work week, overtime compensation, prospective changes or adjustments of wage rates and other conditions. The foregoing will not be the subject of any price increase since it is the bidder's responsibility to be familiar with prevailing wage rates for required labor classifications and to take into consideration possible contingent wage increases which might be applicable to this work.
The successful bidder must ensure that employees and applicants for employment are not discriminated against on the basis of age, color, race, national origin, ancestry, religion, sex, sexual preference, marital status, and shall comply with the Americans with Disabilities Act.
The DBE Goal for this project is 4.0%. 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 regarding Disadvantaged Business Enterprise (DBE) participation. The apparent successful competitor will be required to submit information concerning the DBE's that will participate in this contract. The 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. If the bidder fails to achieve the contract goal stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so.
Federal Funded Project:
This project is funded in part with funds from the Federal Government. The project is subject to numerous federal financial and contractual requirements including the following:
AFFIRMATIVE ACTION REQUIREMENT
NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION to
ENSURE EQUAL EMPLOYMENT OPPORTUNITY
1. The Offeror’s or Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth herein.
2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor’s aggregate workforce in each trade on all construction work in the covered area, are as follows:
Timetables
Goals for minority participation for each trade: 28.9%
Goals for female participation in each trade: 6.9%
These goals are applicable to all of the Contractor’s construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non-federally involved construction.
The Contractor’s compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor’s goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed.
3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed.
4. As used in this notice and in the contract resulting from this solicitation, the “covered area” is the City of Marina, Monterey County, California.
BUY AMERICAN PREFERENCE
(Reference: 49 USC § 50101)
(Reference Only – Refer to Federal Register)
CIVIL RIGHTS – TITLE VI ASSURANCE
Title VI Solicitation Notice:
The City, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
DAVIS-BACON REQUIREMENTS.
(Reference: 2 CFR § 200 Appendix II(D))
(Reference Only – Refer to Federal Register)
DEBARMENT AND SUSPENSION (NON-PROCUREMENT).
(Reference: 2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5 DOT Suspension & Debarment Procedures & Ineligibility)
(Reference Only – Refer to Federal Register)
DISADVANTAGED BUSINESS ENTERPRISE.
(Reference: 49 CFR part 26)
(Reference Only – Refer to Federal Register)
TRADE RESTRICTION
(Reference: 49 CFR part 30)
(Reference Only – Refer to Federal Register)
LOBBYING AND INFLUENCING FEDERAL EMPLOYEES
(Reference: 31 USC § 1352, 2 CFR part 200, Appendix II(J), 49 CFR part 20, Appendix A)
(Reference Only – Refer to Federal Register)
PROCUREMENT OF RECOVERED MATERIALS
(Reference: 2 CFR § 200.322, 40 CFR part 247)
(Reference Only – Refer to Federal Register)
By order of the Council of the City of Marina, Monterey County, California.
City Clerk
City of Marina, California
Dated: