The City of Alameda (“City”) will accept sealed bids for its ADA CURB RAMP IMPROVEMENTS FY 25/26 (“Project”), by or before February 11, 2026 at 2:00 p.m., at the City’s Public Works Office, located at 950 West Mall Square, Suite 110, Alameda, CA 94501 at which time the bids will be publicly opened. No bids will be accepted unless submitted on the Bid Proposal and Schedule form provided in the Project Manual.
The Project includes, but is not limited to, performing the following Work:
Furnishing all labor, tools, equipment, materials, except as herein specified; and doing all work associated with mobilizing, traffic control, water pollution control, surveying, sawcut, demolition, concrete work including curb, gutter, sidewalk, curb ramps, truncated domes, asphalt patching,, utility lowering and raising.
This Project is situated on the following City streets and intersections:
Haight Avenue/Fifth Street, Fair Oaks Avenue/St. Charles Street, Clinton Avenue/Cedar Street, Calhoun Street/Post Street, High Street/Briggs Avenue, Santa Clara Avenue/Fountain Street, Eagle Avenue/Mulberry Street, Buena Vista Avenue/Arbor Street, Buena Vista Avenue/Jay Street, Pacific Avenue/Bay Street, Eagle Avenue/Thau Way.
Approximate cost of construction: $175,000
There will be no prebid meeting for this Project.
The Contractor shall begin Work no later than five working days following the start date specified in the Notice to Proceed, which may be hand delivered or sent by email. The Contractor shall complete all Work on the Project within Twenty Five (25) Working days after the above start date.
The Contractor, and all Subcontractors, shall pay all workers not less than the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work as determined by the Director of the Department of Industrial Relations (“DIR”), State of California, for the Work performed, pursuant to sections 1770 et seq. of the California Labor Code. Copies of the general prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Contract, as determined by the DIR, are on file at the City. Prevailing wage rates are also available online at: http://www. dir.ca.gov.
This contract will be funded in whole or in part with federal housing and community development funds. The Federal Labor Standards Provisions, including prevailing wage requirements of the Davis-Bacon and Related Acts will be enforced. A copy of the Federal Wage Decision applicable to this project is included in the Bid Document. The contract will be under and subject to the affirmative action requirements for equal employment mandated by Executive Order 11246 of September 24, 1965, as amended, and with all other applicable requirements of U.S. Department of Housing and Urban Development (HUD) and Alameda County, including but not limited to, Federal Labor Provisions and prevailing wage rate as explained in the contract documents.
This Community Development Block Grant funded project is subject to the Davis-Bacon Act, the Copeland "Anti-Kick Back" Act, the Equal Employment Opportunity Requirements and the Contract Works Hours and Safety Standards Act. Minimum wage rates as predetermined by the Secretary of Labor are set forth in the Special Provisions. Pursuant to Part 7 of Division 2 of the California Labor Code (Section 1720 et seq.) the Contractor shall not pay less than the prevailing rate of wages to workers on this project as determined by the Director of California Department of Industrial Relations. The Director's schedule of prevailing rates is on file and open for inspection at City of Alameda, 950 West Mall Square, Rm 110, Alameda, California, 94501 and is incorporated herein by this reference.
If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and his subcontractors shall pay not less than the higher wage rate.
Each Contractor and Subcontractor must pay no less than the specified rates to all workers employed to work on the Project. The schedule of per diem wages is based upon a working day of eight (8) hours. The rate for holiday and overtime work shall be at least time and one-half.
Pursuant to Public Contract Code (“PCC”) section 4104, no contractor or subcontractor shall be qualified to bid on, or be listed in a bid proposal unless currently registered to perform public work pursuant to Section 1725.5.
The Project is subject to the Build America, Buy America Act (BABA). The BABA requires that all iron, steel, manufactured products, and construction materials used in infrastructure projects funded with federal financial assistance, as outlined in Section 70914(a) of BABA, must be produced in the United States.
No bids will be accepted from a Contractor who has not been licensed in accordance with Business and Professions Code section 7000 and following. The General Contractor shall possess a valid Class A construction license issued by the California Contractors State License Board for this Project.
Printed or electronic copies of the plans, specifications, and contract documents, including the Project Manual, and/or any issued addenda may be obtained from BPX Printing & Graphics located at 4903 Central Avenue, Richmond, CA 94804 for a non-refundable cost of $50 per set, exclusive of shipping and handling. Copies of the documents may be viewed and ordered at https://www.alamedaplanroom.com/ or by contacting BPX at (510) 559-8299 or at Richmond@bpxprinting.com. Please contact BPX for ordering or downloading questions. To ensure receipt of any subsequent communications (e.g., an Addenda), each prospective bidder is responsible for confirming that their firm appears on the BPX plan holders’ list.
Bidders are responsible for obtaining any and all changes to the plans, specifications, proposal forms, addenda, other project notifications, and documents during the bid process. A bid is invalid if the Bidder has not deposited it at the designated location prior to the time and date for receipt of bids indicated in this Notice Inviting Bids or prior to any addendum extension thereof.
The City reserves the right to reject any or all bids; to waive minor defects or technicalities; or to solicit new bids. As per PCC section 20170, all bids shall be submitted under seal and accompanied by cash, a bidder’s bond executed by an admitted surety insurer, a cashier’s check, or certified check payable to the City of Alameda in an amount equal to 10% of the total amount bid (PCC 20171).
Upon award of the contract, the successful Bidder shall furnish a bond for faithful performance in the amount of 100% of the total bid. The successful Bidder shall also furnish a bond to secure the payment of all claims for labor and material in the amount of 100% of the total bid. Further, the successful Bidder, and all subcontractors, shall pay for and obtain a City of Alameda Business License.
Retention: The Contractor may elect to receive 100% of payments due under the contract from time to time, without the City retaining any portion of the payment, by depositing securities of equivalent value with the City or in an escrow agent pursuant to PCC section 22300. Such securities, if deposited by the Contractor, shall be valued by the City’s Risk Manager whose decision on valuation of the securities shall be final.
The Contractor’s attention is called to the Business and Professions Code section 7108.5, which generally requires subcontractors to be paid not later than seven days after receipt of each progress payment.
Please direct any Project questions in writing to Ali Hatefi, ahatefi@alamedaca.gov by 12:00 p.m. February 4, 2026.