Sign up to access Documents
Signup now
RELOCATION OF RED MOUNTAIN COMMUNICATIONS SITE STATE OF CALIFORNIA GOVERNOR¿S OFFICE OF EMERGENCY SERVICES DEL NORTE AND HUMBOLDT COUNTY, CA CONTRACT NUMBER: 24-260387, PROJECT NUMBER: 136825 SEALED BIDS: The Office of Business and Acquisition Services will receive Sealed Bids at 707 Third Street, West Sacramento, California 95605 before 2:00 P.M., July 31, 2025. Hand delivered bids shall be placed in the DGS/OBAS Bid/Proposal Drop Box located in the lobby. This is a re-advertisement of a Project for which bids were opened on December 20, 2024 and no contract was awarded. No revisions were made to scope of original work and Drawings and Project Manual, including Addenda, remain same as originally issued with exception of new bid opening date. New Bid Forms will be issued to qualified bidders. Project comprises labor, material and services necessary for: Major components of Project Work consist of Major components of Project Work consist of establishing three new tower and vault communications facilities. Work includes site clearing, grading, road work, excavating for footings, installing towers, feedline bridges, vaults, backup power equipment, tower equipment, propane tanks, diesel tanks, electrical, mechanical and related work. License required to bid the project: A or B Certificate of Reported Compliance (CRC) ¿ Fleet Vehicles: As a condition of Contract award, prior to Contract execution, Contractor shall submit copies of the valid CRCs for any fleet retained by the Contractor or any listed Subcontractor, for which any vehicles subject to the California Air Resources Board In-Use Off-Road Diesel Fueled Fleet Regulations, Section 2449(i), Title 12, California Code of Regulations, are used in the completion of the work included in the Contract. More information on the In-Use Off-Road Diesel-Fueled Fleets Regulation can be found at the following link: https://ww2.arb.ca.gov/our-work/programs/use-road-diesel-fueled-fleets-regulation Health and Safety Provisions: Contractor and all subcontractors shall abide by all health and safety mandates issued by federal, state, and local governments and/or public health officers as well as those issued by DGS, and worksite specific mandates. If multiple mandates exist, the Contractor and subcontractors shall abide by the most restrictive mandate. The term ¿employee¿, ¿worker¿, ¿state worker¿ or ¿state employee¿ in health and safety mandates includes contractor and subcontractor personnel. Costs associated with adhering to health and safety mandates are the responsibility of the Contractor. Contractor is responsible for the tracking and compliance of health and safety mandates and may be audited upon request. Successful bidder shall furnish payment and performance bonds, each in the amount of 100 percent of the Contract price. Prospective bidders must attend the mandatory pre bid site inspection tour on July 16th and 17th 2025, at 9:00 A.M., at which time representatives of the State and prospective bidders shall meet at 1165 Maple Creek Road, Korbel, CA 95550. The tour of the sites begins with a project orientation meeting in Korbel on July 16th, 2025, and then proceed by escort to the first tower site at Big Lagoon, and then continue to the second tower site at Alder Conservation Camp. The tour will continue on July 17th, 2025, at which time representatives of the State and prospective bidders shall meet at 9:00 A.M. at the Pem-Mey Fuel Mart, 125 Ehlers Avenue, Klamath, CA 95548, and then proceed by escort to the third tower site at Rattlesnake Peak. The tour and pre-bid site inspection will conclude upon the return escort to Pem-Mey Fuel Mart. This project is being re-bid with no changes to the scope of work. Contractors who were verified attendees of the original mandatory pre-bid site inspection held on October 29¿30th, 2024, may but are not required to attend the re-bid pre-bid inspection and remain eligible to submit bids. Attendance at the re-bid pre-bid site inspection is mandatory only for new bidders who did not attend the original bid conference. Failure to attend will result in ineligibility to submit a bid. Bid forms, plans, specifications, and addenda will be available for download at http://www.caleprocure.ca.gov/. Click on ¿Start Search.¿ In the Event name field, enter the project number and click search. While viewing the Event Details, click on ¿View Event Package¿ to view bid forms. It is recommended that all vendors register as a bidder through the Cal eProcure website at https://www.caleprocure.ca.gov/pages/bidder-vendor.aspx. This will allow for automatic notifications if there is any modification to the Event such as the posting of an addendum or additional documentation. Drawings and Project Manual may also be viewed through Builders' Exchanges. A public bid opening will be held on August 1, 2025 at 2:00 P.M. at 707 Third Street, West Sacramento, CA 95605. Bidders that choose to attend the bid opening shall check in with security in the lobby. A DGS representative will meet attendees in the lobby and escort all parties to the bid opening location. At the public bid opening, all bids received before 2:00 P.M., July 31, 2025 will be opened and recorded onto a Preliminary Bid Tabulation. Bidders do not need to attend the bid opening as the Preliminary Bid Tabulation will be emailed to participating contractors immediately after the bid opening. States estimated cost: $32,169,500. The term of this project is 721 calendar days. The States Project Director is Brad Tress at (916) 217-6500.