NOTICE INVITING SEALED BIDS
CITY OF WESTMORLAND
WESTMORLAND DWR/SCDR GRANT #4600015451
WATER DISTRIBUTION PIPING REPLACEMENT PROJECT
BID NO. 2025-01
PUBLIC NOTICE IS HEREBY GIVEN that the City of Westmorland, as CITY, invites sealed bids for the above stated project and will receive such bids in the City’s offices at 355 S. Center St., Westmorland, California 92281 up to the hour of 2:00 P.M. Thursday, April 10, 2025, at which time they will be publicly opened and read aloud. A bid summary will then be prepared and posted.
The work consists generally of the removal & disposal of existing A.C. pavement as needed for removal of existing valves, abandonment-in-place and capping of piping, placing new water piping, and restoring residential services and existing fire hydrants to service. New water valves and complete piping assemblies with related fittings are to be installed. Trenches and excavated areas are to be backfilled and native material or new A.C. Pavement/Base are to be placed as called for in the plans and specifications around water valve cans. Water valve cans are to be adjusted to grade. Existing utilities are to be protected in place. Traffic control and safety measures, as needed, are required, including steel plates to cover trenches in street intersections where needed. Written or verbal notification is to be provided to all who may be affected by water outage and road closures.
Bid packages are available at City Hall, 355 S. Center Street, Westmorland, California 92281 upon payment of a $100.00 non-refundable fee ($120.00 if mailed), or they may be obtained in digital form from the City’s website.
Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code of the State of California. Compliance with the State prevailing rates of wages and apprenticeship employment standards and the State director of Industrial Relations will be required. Affirmative action to ensure against discrimination in employment practices on the basis of race, color, national origin, ancestry, sex, or religion will also be required.
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 areas are as follows:
Goals for Minority Participation in each trade: 18.2%
Goals for Female Participation in each trade: 6.9%
These goals are applicable to all contractor’s construction work performed in the covered area. If the Contractor performs construction work in a geographical area outside of the covered area, it shall apply to 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 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications and its efforts to meet the goals established for the geographical area where the contract resulting from the solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform through the duration of the contract, and in each trade, and the Contractor shall make a good faith effort to employ women and minority individuals 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.
Compliance with the goals will be measured against the total work hours performed.
As used in this notice, and in the contract resulting from this solicitation, the “covered area” is in the City of Westmorland in Imperial County.
The project is subject to all applicable Federal, State, County, and local government laws and regulations, including air quality, waste recycling, and DWR/SCDR standard requirements for public improvement projects.
The contract documents call for monthly payments based upon the engineer's estimate of the work completed. The City of Westmorland 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 Public Contract Code Section 22300 and the provisions of the contract documents pertaining to Substitution of Securities.
Bids must be prepared on the approved proposal forms in conformance with the Instructions to Bidders and submitted in a sealed envelope plainly marked on the outside; ATTN: CITY OF WESTMORLAND: SEALED BID FOR “WESTMORLAND DWR/SCDR GRANT #4600015451 WATER DISTRIBUTION PIPING REPLACEMENT PROJECT BID NO. 2025-01.”
A pre-bid meeting will be held at Westmorland City Hall, 355 S. Center St., Westmorland at 10 a.m. on Thursday, March 27, 2025.
The City of Westmorland reserves the right to reject any or all bids, to award each item separately, delete portions of the work, and/or waive any informality on any bid. No bid may be withdrawn for 60 days after the time set for the opening thereof.
Failure by the successful bidder to enter into a contract with the City or to deliver goods and/or services in accordance with the bid may result in a declaration by the City that the bidder is not a responsible bidder, and elimination from consideration in future bidding.
At the time of contract award, the prime contractor shall possess a Class "A" contractor's license and/or any combination of "C" specialty contractors license(s) sufficient to perform the work.
Dated this 20th day of March, 2025.
By: Christine Pisch, City Clerk, City of Westmorland
Questions may be submitted to:
City of Westmorland
P.O. Box 699
355 S. Center St.
Westmorland, CA 92281
Email: joelhamby@roadrunner.com
(760) 344-3411
file link:
https://app.box.com/s/gj97qbvoypmd34jfz0brjg1t2o7c7h42
The City of Westmorland (“City”) is seeking experienced consulting firms to assist
City staff by providing construction management services in the following areas:
-Represent the interests of the City in all matters pertaining to the
construction project described herein
-Develop a bid package (RFP) for a general contractor
-Manage the RFP process to facilitate selection of a qualified general contractor
-Oversee the general contractor and inspect the contractor’s work
-Oversee procurement of materials and inspect the materials Review
and audit invoices for materials and labor
-Oversee and coordinate with architectural and engineering firms Ensure
legal compliance with the City of Westmorland and obtain permits
-Ensure legal compliance with Imperial County Fire and City Fire
-Ensure legal compliance with Federal and State agencies
The above list is a general summary of construction management services being
sought by the City. Section 9 herein contains more detailed information concerning
the scope of work within the following three categories: (1) administrative scope, (2)
inspection scope, and (3) architectural and engineering scope.
SCHEDULE OF EVENTS
This RFQ will be governed by the following estimated schedule:
Release of RFQ March 19, 2025
Deadline for Written Questions April 2, 2025
Responses to Questions Posted on Web April 4, 2025
Qualifications are Due April 9, by 4:00 pm
Interviews if Necessary April 14, 2025, via Zoom
RFQ Evaluation and Contract Approval April 16, 2025
For copies of the following below please contact City Clerk at 760-344-3411 or cityclerk@cityofwestmorland.net
For all Preliminary Design Report, Full Specifications and Westmorland WTP Final signed Plans visit the link below.
https://app.box.com/s/38r4ui1ucvvn8vgcxgnwqgf8n9m8xurk
Responses due to the City Clerk at cityclerk@cityofwestmorland.net and sealed quotes must be mailed to:
City of Westmorland
355 South Center Street Westmorland, CA 92281
Any questions please contact the City Clerk via email at cityclerk@cityofwestmorland.net
Water and Sanitary Sewer Rate Study Services
Deadline: March 19, 2025
The City of Westmorland (the “City”) is requesting proposals to conduct a comprehensive water and sewer rate study and a water and sewer capacity fee analysis that will provide the basis for establishing water and sewer rates and capacity fees that adequately and equitably fund the City’s water and sewer operations, future capacity demands, while minimizing rate fluctuations.
Proposers have the option of submitting their proposal electronically, as a PDF file, or in hard copy form (minimum of 3 hard copies). Proposals must be received by the city on or before 4:00 p.m. on March 19, 2025. Proposals and all inquiries relating to this RFP should be addressed to:
Contact Information
All correspondence, including all questions and final proposals, must be submitted to:
City of Westmorland
Attn: Christine Pisch, City Clerk
355 South Center Street Westmorland, CA 92281
cityclerk@cityofwestmorland.net
760-344-3411 - city hall
Public Hearing.
Notice of Public Hearing Regarding the City of Westmorland Application for Funding a Public Safety Building through the United Stated Department of Agriculture Rural Development Disaster Relief Grant.
Location:
City of Westmorland
City Hall – Council Chambers
355 South Center Street
Westmorland, CA 92281
Time: 6:00 P.M.
Date: February 5, 2025
This is a Notice of a Public Hearing to be held by the City Council for the City of Westmorland to consider CEQA Exemption and zoning text amendments will be considered.
Meeting Location: 355 South Center Street, City Council Chambers, City of Westmorland, CA 92281
Meeting Date: January 22, 2025
Meeting Time: 6:00 PM
For additional information, please visit our website at www.cityofwestmorland.net or contact City Hall at 760-344-3411
INVITATION TO BID
Sealed bids will be received at the Office of the City Clerk of the City of Westmorland, City
Hall, 355 S. Center Street, Westmorland, California until 2:00 PM Thursday, August 22, 2024 Monday, August 26, 2024
for the following project:
CITY OF WESTMORLAND WTP WATER FILTER REPLACEMENT PROJECT
The major improvements associated with this project are summarized in Specification Section
01010. A shortened listing of the major improvements as described in those two locations is
provided below:
Base Bid Improvements:
1. Temporary removal and reinstallation of existing raised walkways around Filter Unit No. 2 to allow for removal of existing filter unit and installation of new filter unit.
2. Coordination with City for performing short duration temporary WTP shutdowns for installation (and subsequent removal) on temporary above grade bypass pipeline (highlines) as necessary to accommodate continued WTP operation during construction of Filter Unit No. 2 replacement.
3. Demolition, removal and disposal of the existing Filter Unit No. 2.
4. Temporary removal of a portion of the existing filter area roof structure as necessary to accommodate installation of new filter unit.
5. Construction of new reinforced concrete housekeeping pad and EPDM pad in location of new Filter Unit No. 2.
6. Installation of new Filter Unit No. 2 on top of new housekeeping pad and EPDM pad.
7. Installation of new PSV discharge piping and connection to existing drain lines.
8. Modification of existing raised walkways to accommodate the new Filter Unit No. 2.
9. Modification and connection to existing influent, effluent, and backwash piping, as well as other filter unit appurtenances.
10. Installation of new electrical controls and integration with existing electrical and controls system.
11. Testing and commissioning of new Filter Unit No. 2.
12. Reinstallation of filter area roof structure.
Note to Contractor: The new Filter Unit No. 2 design is based on the contact clarifier/filter (filter
unit) design manufactured by AWC Water Solutions. Shop Drawings for this new filter unit have
already been prepared by AWC Water Solutions as part of the Contract Documents and have
been included in the Appendices to these specifications. The Contractor is required to furnish the new filter unit based on the AWC filter unit design, characteristics, specifications, and
supporting information that has been included in the Appendices herein. See Appendix A through Appendix E for reference.
Optional Improvements that Owner will authorize dependent on bids received for the
Base Bid Improvements
software to control operation of filter units. Programming of new HMI software and
testing.
The Contractor shall possess a California Contractor’s License Class “A” at the time this contract is awarded. The contractor shall also have a business license issued by the City prior
to commencing work.
Bid Forms, Contract Plans and Specifications may be downloaded directly from the project’s
Planet Bids website. A link to the Bid Forms, Contract Plans, and Specifications will be included
on the City’s website. No bid will be received unless it is made on the Bid Form that is included
in the specification book.
Each bid must be accompanied by cash, cashier’s check or certified check made payable to the City or a bidder’s bond issued by a carrier licensed in the State of California with a rating of B+ or better as stated from time to time by Standard and Poors’, Moodys’ or Bests’ for an amount equal to at least ten percent (10%) of the amount of the bid.
The City of Westmorland reserves the right to reject any and all bids and to waive any irregularities or information in any bid or in the bidding.
If you have any questions, please do not hesitate to contact Westmorland’s City Hall at
760-344-3411.
Christine Pisch
City Clerk, City of Westmorland
Please select the link below to view specs and plans:
https://dudek.sharefile.com/share/getinfo/s1b397d34ef1c493f8ff69c836e803361
ADDENDUM: (Select the following below)
Join Zoom Meeting | |
Phone one-tap: | US: +16699006833,,96758334242# or +19292056099,,96758334242# |
Meeting URL: | https://dudek.zoom.us/j/96758334242 |
Join by Telephone | |
Dial: | US: +1 669 900 6833 or +1 929 205 6099 |
Meeting ID: | 967 5833 4242 |
CLOSED
CITY OF WESTMORLAND
NOTICE INVITING SEALED BIDS
Restroom Rehabilitation-Pool Shade Cover
BID NO. 2023-001
PUBLIC NOTICE IS HEREBY GIVEN that the City of Westmorland, as CITY, invites sealed bids for the above-stated project and will receive such bids in the offices of the City Clerk at 355 So. Center Street, Westmorland, California 92281 up to the hour of 3:00 P.M. Wednesday, November 15, 2023, at which time they will be publicly opened and read aloud. A bid summary will then be prepared and posted. The work consists of furnishing the materials and performing the labor necessary for the completion of sun shades at the city swimming pool: AND Furnish the materials and perform the labor necessary for the completion of Westmorland City Community Pool Restrooms: All clean-up, disposal, necessary materials, tax, and labor for all workmanship at prevailing wages. Bid packages are available at City Hall, 355 So. Center Street, Westmorland, California 92281 upon payment of a $75.00 non-refundable fee ($90.00 if mailed). Bids must be prepared on the approved proposal forms in conformance with the Instructions to Bidders and submitted in a sealed envelope plainly marked on the outside; ATTN: CITY CLERK: SEALED BID FOR “Restroom Rehabilitation-Pool Shade Cover” The City of Westmorland reserves the right to reject any or all bids, to award each item separately, delete portions of the work, and/or waive any informality on any bid. No bid may be withdrawn for 60 days after the time set for the opening thereof.
A pre-bid conference will be conducted at 3:00 P.M. on Wednesday, November 1, 2023, at the City Offices, 355 So. Center Street, Westmorland, CA.
At the time of contract award, the prime contractor shall possess a Class "A" contractor’s license and/or any combination of "C" specialty contractor license(s) sufficient to perform the work.
Dated this 23rd day of October 2023.
By: Christine Pisch – City Clerk
City of Westmorland
355 So. Center Street
Westmorland, CA 92281
(760) 344-3411
IVRMA will be hosting a Community Clean- Up Day Event September 2, 2023 starting at 8:00am- 12:00pm
Location: 201 W. 1st Street (Water Plant)
For more information contact IVRMA at (760) 337-4537
(CLOSED)
CITY OF WESTMORLAND
NOTICE INVITING BIDS
Sealed bids will be received at the office of the City Clerk, City of Westmorland, California, until 2:00 PM, Monday, September 18, 2023 and on the same day shortly thereafter, they will be publicly opened and read for State-Aid Project LPPSB1L- 5 5278(021) South Center Street Pedestrian Drainage Improvement Project. In accordance with the Specifications, bids must be made on the forms provided in the specifications for this purpose; addressed to the City of Westmorland; and marked "Bid For", followed by the title of the project and the date and hour for submitting bids.
Bids are required for the entire work as described in the Bid Schedule and the Specifications. The work to be accomplished under this contract consists of:
Demolition/excavation and hauling to recycler of existing PCC/AC material to a depth of twelve (12) inches below finished PCC grade, construction of three (3) covered PCC drainage channels to grade, traffic/safety control, and cleanup per contract specifications.
Work must be completed within 90 working days of the issuance of the Notice to Proceed from the City. The contract documents, which include the Plans and Specifications, may be obtained at the City of Westmorland, Department of Engineering for a non-refundable fee of $100.00. Contract documents can be shipped via overnight express if the requestor includes their own shipping account number with their request for documents and a check for $100.00. The documents are entitled “South Center Street Pedestrian Drainage Improvement Project”. Bids arriving after2:00 PM on Monday September 18, 2023 will not be accepted.
Each bid must be accompanied by cash, certified check, cashier's check or bidder's bond, made payable to the City of Westmorland for an amount equal to at least ten percent (10%) of the bid amount, such guarantee to be forfeited should the bidder to whom the contract is awarded fails to enter into the Contract.
Award of contract shall be made to the lowest responsive responsible bidder. All bids are to be compared on the basis of the “Grand Total” shown in the Bid Schedule. Bids will not be accepted from contractors who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions Code of the State of California. The Contractor shall be required to possess a current “A” or "C" license at the time the contract is awarded. A copy of the Contractor's certified payroll, as well as those of all subcontractors, shall be required to be submitted with each invoice.
Attention is directed to Government Code Sections 4590 and 14402.5 permitting the substitution of specified and approved securities for contract retention of funds. All such securities shall be subject to the review and approval of the City Attorney of the City of Westmorland.
Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are available from the California Department of Industrial Relations’ Internet web site at http://www.dir.ca.gov/DLSR/PWD.
Federal minimum wage rates do not apply for this project as no federal funding is involved.
The minimum wage rates predetermined the Director of the California Department of Industrial Relations shall apply. The Contractor and subcontractors shall pay not less than the State wage rate.
Before a Contract is entered into with the successful bidder, the bidder shall present evidence in writing to the City Clerk, City of Westmorland, that he has a current combined single limit liability policy with aggregate limits for Bodily Injury and Property Damage in the amount of one million dollars ($1,000,000).
The successful bidder will be required to furnish a payment bond and a faithful performance bond, both in an amount equal to one hundred percent (100%) of the contract price and said bonds shall be secured from a surety company satisfactory to the City Attorney of the City of Westmorland.
The Disadvantaged Business Enterprise (DBE) contract goal is 0%. However, if a DBE contractor, subcontractor, or supplier performs work, the percentage of DBE work done will help in attaining the DBE goals of the State.
Required Documents – The following documents must be submitted with bid or bid will be considered non-responsive:
Pg. I-8 to I-11 Bid Proposals
Pg. I-15 Contractor’s Industrial Safety Record
Pg. I-16 Contractor’s Qualification Statement
Pg. I-17 Certification of Nondiscrimination and Affirmative Action
Pg. I-14 Non-collusion Affidavit
Pg. I-18 to I-19 Bid Security Form and Bid Bond
Pg. I-22 Equal Employment Opportunity Certification
Pg. I-23 Bidder’s Violation of Law/Safety Questionnaire
Pg. I-24 Worker’s Compensation Insurance Certification
Pg. I-25 Debarment and Suspension Certification
Pg. I-26 Non-Lobbying Certification
Pg. I-27 to I-28 Disclosure of Lobbying Activities
Pg. I-29 Bidder’s List of Subcontractors (DBE & Non-DBE, Part I & II)
The City of Westmorland reserves the right to reject any and all bids or delete portions of any and all bids or waive any informality or irregularity in the bid or the bid procedures and shall be the sole judge of the bids received.
By order of the City of Westmorland.
(CLOSED)
CITY OF WESTMORLAND
NOTICE INVITING BIDS
Sealed bids will be received at the office of the City Clerk, City of Westmorland, California, until 2:00 PM, Thursday, August 31, 2023 and on the same day shortly thereafter, they will be publicly opened and read for Local Measure D-Funded South Center Street Paving Project. In accordance with the Specifications, bids must be made on the forms provided in the specifications for this purpose; addressed to the City of Westmorland; and marked "Bid For", followed by the title of the project and the date and hour for submitting bids.
Bids are required for the entire work as described in the Bid Schedule and the Specifications. The work to be accomplished under this contract consists of:
Excavation and recycling/hauling to recycler of existing AC paving and base material, installation of 12” of Hot Mix Asphalt, re-striping to match previously existing striping, adjusting sewer manhole cover and monument cover to grade, and traffic control, as per Section V of contract specifications.
Work must be completed within 30 working days of the issuance of the Notice to Proceed from the City. The contract documents, which include the Plans and Specifications, may be obtained at the City of Westmorland, Department of Engineering for a non-refundable fee of $100.00. Contract documents can be shipped via overnight express if the requestor includes their own shipping account number with their request for documents and a check for $100.00. The documents are entitled “Local Measure D-Funded South Center Street Paving Project”. Bids arriving after2:00 PM on Thursday, August 31, 2023 will not be accepted.
Each bid must be accompanied by cash, certified check, cashier's check or bidder's bond, made payable to the City of Westmorland for an amount equal to at least ten percent (10%) of the bid amount, such guarantee to be forfeited should the bidder to whom the contract is awarded fails to enter into the Contract.
Award of contract shall be made to the lowest responsive responsible bidder. All bids are to be compared on the basis of the Base Bid items shown in the Bid Schedule; however, the additive bid amount is to be listed in the bid proposal. Bids will not be accepted from contractors who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions Code of the State of California. The Contractor shall be required to possess a current "C" license at the time the contract is awarded. A copy of the Contractor's certified payroll, as well as those of all subcontractors, shall be required to be submitted with each invoice.
Attention is directed to Government Code Sections 4590 and 14402.5 permitting the substitution of specified and approved securities for contract retention of funds. All such securities shall be subject to the review and approval of the City Attorney of the City of Westmorland.
Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are available from the California Department of Industrial Relations’ Internet web site at http://www.dir.ca.gov/DLSR/PWD. The Federal minimum wage rates do not apply since this project is locally funded.
Attention is directed to the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for classifications of labor. The Contractor and subcontractors shall pay not less than the prevailing wage rate.
Before a Contract is entered into with the successful bidder, the bidder shall present evidence in writing to the City Clerk, City of Westmorland, that he has a current combined single limit liability policy with aggregate limits for Bodily Injury and Property Damage in the amount of one million dollars ($1,000,000).
The successful bidder will be required to furnish a payment bond and a faithful performance bond, both in an amount equal to one hundred percent (100%) of the contract price and said bonds shall be secured from a surety company satisfactory to the City Attorney of the City of Westmorland.
This project is not subject to the “Buy America” AMERICA" provisions or the Disadvantaged Business Enterprise (DBE) requirements which apply to federally-funded project; however, any DBE participation will help toward the State’s DBE goals.
Required Documents – The following documents must be submitted with bid or bid will be considered non-responsive:
Pg. I-8 to I-11 Bid Proposals
Pg. I-15 Contractor’s Industrial Safety Record
Pg. I-16 Contractor’s Qualification Statement
Pg. I-17 Certification of Nondiscrimination and Affirmative Action
Pg. I-14 Non-collusion Affidavit
Pg. I-18 to I-19 Bid Security Form and Bid Bond
Pg. I-22 Equal Employment Opportunity Certification
Pg. I-23 Bidder’s Violation of Law/Safety Questionnaire
Pg. I-24 Worker’s Compensation Insurance Certification
Pg. I-25 Debarment and Suspension Certification
Pg. I-37 to I-38 Bidder’s List of Subcontractors (DBE & Non-DBE, Part I & II)
The City of Westmorland reserves the right to reject any and all bids or delete portions of any and all bids or waive any informality or irregularity in the bid or the bid procedures and shall be the sole judge of the bids received.
By order of the City of Westmorland.