Similar Projects
Procurement and Installation of Mast Arm-Mounted Internally Illuminated Street Name Signs and Traffic Signal Safety Lights
Infrastructure
Bidding
$170,000 CJ est. value
Diamond Bar, CA 91765

Concrete Repair Program - Phase XI
Infrastructure, Alteration
Post-Bid
$169,000 est. value
West Hollywood, CA 90069

Concrete Cutting Services
Term Contract
Post-Bid
zh, CA 93510

Construction of Concrete Improvements in Residential Streets
Alteration
Results
Cerritos, CA

Place Minor Concrete and Highway Plants
Alteration
Results
$3,850,000 est. value
Los Angeles, CA 90081

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

Outdoor Gym Concrete
Alteration
Results
$100,000 est. value
Lancaster, CA 93536

FY 2021-2022 Concrete Repair
Alteration
Post-Bid
$190,000 est. value
Walnut, CA

Install Plants, Irrigation, and Prepare and Stain AC and Concrete
Alteration
Results
$830,000 est. value
City of Industry, CA 91714

Portland Cement Concrete Materials (As-Needed)
Term Contract
Post-Bid
$35,000 est. value
Palmdale, CA

Prepare and Stain Concrete
Alteration
Results
$640,000 est. value
Los Angeles, CA

RFQ Contractor - Belmont Beach and Aquatics Center
Demolition, New Construction, Infrastructure - 90,480 SF
Post-Bid
$70,000,000 CJ est. value
Long Beach, CA 90803

Individual Slab Replacement
Alteration
Results
$2,800,000 est. value
Long Beach, CA 90810

Annual Concrete Replacement Program - Main Street From Carson Street To Victoria Street
Infrastructure
Post-Bid
$2,740,000 est. value
Long Beach, CA 90745

Place Minor Concrete and Hot Mix Asphalt
Infrastructure, Alteration
Results
$2,750,000 est. value
Long Beach, CA 90899

Last Updated 09/29/2022 11:35 AM
Project Title

Annual Residential Street Rehabilitation Project (Phase 2B)

Physical Address View project details and contacts
City, State (County) Compton, CA 90221   (Los Angeles County)
Category(s) Single Trades
Sub-Category(s) Concrete
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected June 2022
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The proposed work shall be performed in accordance with the plans, specifications and other contract documents as specified herein and shall consist of the following general work descriptions:construction of Cold mill, ARHM pavement, AC Base course, Aggregate Base, full depth AC slot pavement, curb and gutters, sidewalks, Cross Gutter, Alley Intersection, Driveway Approach, Curb Ramps, signing, striping, markings, and pavement legends, Speed Hump, traffic signal loop, adjust to grade existing sewer manhole, water valve, water meter, and storm drain manhole, and suchotheritemsordetails,notmentionedabove,thatare required by the Plans and Standard Specifications. The project location will be Rosecrans Ave, Compton Ave, Slater Ave, and Santa Fe Ave. The Agency reserves the right, after opening bids, to reject any or all bids, or to make award to the lowest responsible bidder and reject all other bids; to waive any informality in the bidding; and to accept any bid or portion thereof; and to take all bids under advisement for a period of Ninety (90) calendar days. Bids will be compared on the basis of the engineer's estimate of the quantities of the several items of work as shown on the Bid Sheets. Only such plans, specifications, and items of work as are appropriate shall apply to the work as bid. At the time of contract award, the contractor shall possess a Class A Contractor's License or a combination of Specialty Contractor's License(s) adequate to perform the work herein described. All subcontractors shall have equivalent licenses for their specific trades. The contractor and all subcontractors shall have a valid City of Compton business license prior to commencing work. Each bid must conform and be responsive to this notice and shall be made on the official forms furnished in the Instructions to Bidders. Each bid must be accompanied by a certified or cashier's check, or by a corporate surety bond on the form furnished by the AGENCY, as a guarantee that the bidder will, if an award is made to him in accordance with the terms of their bid, promptly secure workmen's compensation insurance and liability insurance, execute a contract in the required form, and furnish satisfactory bonds for the faithful performance of the contract and for the payment of claims of material and laborers thereunder. Said check or bidder's bond shall be in an amount not less than 10 percent of the amount of the bid. The Performance Bond shall be not less than 100 percent of the total amount of the bid price named in the contract. The Payment Bond shall be not less than 100 percent of the total amount of the bid price named in the contract. The AGENCY reserves the right to reject any bond if, in the opinion of the AGENCY Attorney, the Surety's acknowledgment is not in the form included in the contract documents or in another form substantially as prescribed by law. Minimum wage rates for this project have been predetermined by the Secretary of Labor. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the prevailing wage rates as determined by the State for similar classifications of labor, the Contractor and their subcontractors shall pay not less than the higher wage rate. In accordance with provisions of Section 1773.2 (amended 1977) of the California Labor Code copies of the prevailing rate of per diem wages as determined by the State Director of Industrial Relations and are available at the California Department of Industrial Relations portal. 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. Copies of the prevailing wage rates are on file with the City and available upon request. The City of Compton hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, Disadvantaged Business and Women's Business Enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, creed, color, or national origin in consideration for an award. The Contract Documents call for monthly progress payments based upon the Engineer's estimate of the percentage of work completed. The AGENCY will retain 5 percent of each progress payment as security for completion of the balance of the work. At the request and expense of the successful bidder, the City will pay the amounts so retained upon compliance with the requirements of Government Code Section 4590 and the provisions of the Contract Documents pertaining to the Substitution of Securities.

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