Bids are invited for the CDBG Pavement Rehabilitation Phase 3 Project.
Official Courthouse Record · AI-summarized for clarity
- Published
- Category
- Bid Notice
- City
- Marysville
What You Should Do Next
- 1
Prepare Your Bid
Ensure your bid includes the required forms and a 10% bid guarantee.
- 2
Submit by Deadline
Submit your bid by 2:00 P.M. on March 27, 2026.
- 3
Download Bid Documents
Access the bid documents online or visit the Public Works office.
- 4
Verify License Requirements
Confirm you possess a valid Class A contractor’s license before bidding.
Frequently Asked Questions
- What is the deadline for submitting bids for the project?
- Bids must be submitted by 2:00 P.M. on March 27, 2026.
- Where can I obtain the bid documents?
- Bid documents can be downloaded online or obtained at the Public Works office.
- What is the estimated cost of the project?
- The estimated cost of the project is $3,200,000.
- What type of contractor's license is required?
- A valid Class A, General Engineering contractor’s license is required.
The above suggestions and answers are AI-generated for informational purposes only. They may contain errors. NoticeRegistry assumes no responsibility for their accuracy. Consult a qualified professional before taking action.
Full Notice Text
CITY OF MARYSVILLE STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS February 27, 2026 Sealed proposals will be received at the City Clerk’s Office, City of Marysville, located at City Hall, 526 C Street, Marysville, California, 95901, until 2:00 P.M. on Friday, March 27, 2026, at which time they will be publicly opened and read aloud, for construction in accordance with the specifications to which special reference is made as follows: CDBG PAVEMENT REHABILITATION - PHASE 3 PROJECT CONTRACT NO. 24-10 No bid will be considered unless it is made on the bid form furnished by the Public Works Department and include Appendix A Bid Requirement forms provided with the bid documents. Each bid must be accompanied by cash, cashier’s check, certified check, or a bidder’s bond executed by an admitted surety insurer made payable to the City of Marysville for an amount equal to at least ten percent (10%) of the total bid amount, such guaranty to be forfeited should the bidder to whom the contract is awarded fail to enter into the contract. General Work Description: The work in general consists of examining the existing street surfaces, providing public notification and posting, grinding, cleaning and preparing the existing surface including removal of existing pavement striping, markers, and markings where not in the area of grinding or pulverizing and protecting all gate valve lids, manhole covers, and utility lids, referencing lids on gutters, providing traffic control. Then either performing pavement repairs (digouts), 0.10’ minimum depth Micro-Mill of the existing pavement surface, installation of pavement fabric, placing hot mix asphalt overlay or new hot mix asphalt section, adjusting to grade all gate valve lids, manhole covers, and utility lids placing thermoplastic traffic stripes and pavement markings, placing pavement markers including blue markers associated with fire hydrants, and final cleanup. The work is described in more detail in the project plans and specifications. Other such items or details not mentioned above that are required by the plans, Standard Specifications, or the Special Provisions, and as directed by the Engineer, shall be performed, placed, constructed, or installed. CDBG PAVEMENT REHABILITATION - PHASE 3 PROJECT Base Bid Schedules Bid Schedule A1 - I Street (Featherside Way - North End) Bid Schedule A2 - H Street (10th Street - 14th Street) Bid Schedule A3 - G Street (10th Street - 14th Street) Bid Schedule A4 - F Street (10th Street - 14th Street) Bid Schedule A5 11th Street (J Street- Lake End) Bid Schedule A6 - 12th Street (H Street - Lake End) Bid Schedule A7 - 13th Street (I Street - Lake End) Bid Schedule A8 - E Street (10th Street - 14th Street) ADD ALTERNATE BID SCHEDULES Add Alternate Bid Schedule A9 - D Street (10th Street - 14th Street) The estimated cost of the project is $3,200,000. The work shall be completed within 90 working days. No pre-bid meeting is scheduled for this project. Bids are required for the entire work described herein. BABA requirements apply to this project. In accordance with the provisions of California Public Contract Code Section 3300, the City has determined that the contractor shall possess a valid Class A, General Engineering, contractor’s license(s) at the time that the Contract is awarded. Failure to possess the specified license shall render the bid as non-responsive and shall act as a bar to award of the Contract to any bidder not possessing said license(s) at the time of award. Plans, specifications, and proposal forms for bidding this project can be downloaded in PDF format, online at https://www.marysville.ca.us/bids-rfps or can be obtained at the Public Works office, City of Marysville, 526 C Street, Marysville, California, 95901, for a non-refundable deposit of $45.00 per set. An additional non-refundable deposit of $5.00 for shipping and handling is required for those requesting delivery by U.S. mail. Deposit shall be in the form of a cashier’s check, personal check, or business check. If a contractor elects to submit a bid, the proposal form shall be on the from the City provides in the specifications or as modified by addendum. Inquiries or questions based on alleged patent ambiguity of the plans, specifications or estimate must be communicated as a bidder inquiry prior to bid opening. Any such inquiries or questions, submitted after bid opening, will not be treated as a bid protest. Please direct questions to or to be placed on the plan holders list by contacting the public works department, (530) 749-3902. Inquiries may be submitted in writing to Director of Public Works, at 526 C Street, Marysville, CA 95901 or by e-mail to the Consultant City Engineer at jmallen@mhm-inc.com. This project is funded Department of Housing and Community Development Community Development Block Grant funding provided though the Department of Housing and Urban Development. This contract is subject to federal and state contract nondiscrimination and compliance requirements pursuant to Government Code Section 12990 and E.O. 11246. The City of Marysville hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged 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, color, national origin or sex in consideration for an award. In accordance with the provisions of Section 1770 to 1790 of the Labor Code of the State of California, the City of Marysville has ascertained that the general prevailing rate of wages applicable to the locality in which the work is to be done to be listed in the “General Prevailing Wage Rates as determined by the Director of Industrial Relations,” which is on file at the Public Works Department and available from the California Department of Industrial Relations Internet website at: www.dir.ca.gov/OPRL/DPreWageDetermination.htm. The contractor and any of its subcontractors shall pay not less than said specified wage rates to all workers employed by them in the execution of the Work. This project is a State and Federal Prevailing Wage project and is subject to the highest wage between the Department of Industrial Relations and the Department of Labor Davis Bacon wages. Davis Bacon Wages for this project have been provided in the Labor Compliance Manual and Contract Language. The U.S. Department of Transportation (DOT) provides a toll-free “hotline” service to report bid-rigging activities. Bid-rigging activities can be reported Monday through Friday, between 8:00 a.m. and 5:00 p.m., Eastern Time, telephone: 1-800-424-9071. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline to report these activities. The hotline is part of the DOT’s continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. All information will be treated confidentially, and caller anonymity will be respected. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations, Department of Labor, Department of Housing and Community Development and/or the Department of Housing and Urban Development. This project is subject to updated HUD Section 3 Requirements. Requirements for Labor Compliance and Section 3 Compliance can be found in Appendix B and Appendix C of this document. The successful bidder, at bidder’s own expense, shall furnish a faithful performance bond and a payment bond each in an amount of one hundred percent (100%) of the total bid, respectively, and in the form prescribed for use by the City of Marysville. The bonds shall be provided to the City at the time of execution of contract. Pursuant to Section 22300, Public Contracts Code, the Contractor may elect to receive one hundred percent (100%) of payments due under the contract from time to time without retention of any portion of the payment by the public agency in accordance with the provisions of Section 22300 of the Public Contracts Code. Such securities, if deposited by the Contractor, shall be valued by the public agency’s finance director (treasurer), whose decision on valuation of the securities shall be final. Unit prices shall be shown on bids submitted as well as a total price for each item bid upon. No charge for delivery, shipping, parcel post, packing, insurance, license fees, permits, or for any other purpose will be paid by the City of Marysville unless expressly included and itemized in the bid. The officer or employee conducting the bidding procedure shall present the bid tabulation to the City Council or its designee for consideration and award if deemed appropriate. In its discretion, the City Council of Marysville or its designee reserves the right after opening the bids to reject any or all bids, to waive any informality in a bid or bid submittal, and to award to the lowest responsive, responsible bidder for the base bid schedule, as it may best serve the interests of the City. At the time of the award, the City will determine if any the add alternate bid schedules are added to the base contract. If two or more bids received are for the same total amount or unit price, quality and service being equal, the City Council or its designee may accept the one it chooses or accept the lowest bid made after negotiation with tie bidders. Labor surcharge and equipment rental rates to be used on this contract shall be those in effect when the work is accomplished. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. MAGGIE SANCHEZ, CITY CLERK CITY COUNCIL OF MARYSVILLE March 11 & 18, 2026 Ad#00313530
Related Notices
Notice
DateCategoryCity
Bids for playground paving replacement due April 23, 2026.
Apr 3, 2026Bid NoticeMarysville
Sealed bids for playground paving replacement due April 23, 2026.
Apr 3, 2026Bid NoticeMarysville
Sealed quotes for paper supplies due by May 12, 2026.
Apr 2, 2026Bid NoticeMarysville