Bids invited for Dayton-Tulare Improvements Project by May 7, 2026.
Official Courthouse Record · AI-summarized for clarity
- Published
- Category
- Bid Notice
- City
- Tulare
What You Should Do Next
- 1
Register as a Plan Holder
Contact Peters Engineering Group at (559) 299-1544 to register and receive updates.
- 2
Prepare Your Bid Proposal
Ensure your bid proposal is complete and includes the required bid security.
- 3
Submit Your Bid
Deliver your sealed bid proposal to the City Clerk's office by the deadline.
Frequently Asked Questions
- How do I submit a bid for the Dayton-Tulare project?
- Submit a complete, signed, and sealed bid proposal to the City Clerk by May 7, 2026.
- Where can I obtain the bid documents?
- Bid documents are available at Peters Engineering Group or can be downloaded from the City of Tulare website.
- What is the deadline for bid submission?
- Bids must be submitted by 2:00 P.M. on Thursday, May 7, 2026.
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
NOTICE INVITING BIDS CITY OF TULARE, CALIFORNIA ENGINEERING DEPARTMENT Project Name: DAYTON-TULARE Improvements Project Project Number: EN0098 Complete, signed, and sealed bid proposals for the work shown upon the construction documents titled: RFB 26-835 CITY OF TULARE, CALIFORNIA TULARE-DAYTON IMPROVEMENTS PROJECT Bids will be received at the Office of the City Clerk of the City of Tulare, 411 East Kern Avenue, Tulare, California 93274 until 2:00 P.M., on Thursday, May 7, 2026, at which time they will be publicly opened and read aloud. Sealed bid proposals shall clearly identify the name of the project along with the Bidder’s company name, bid opening date, and “SEALED BID” on the outside of the envelope. Bid proposals are required for the entire work described herein. No bid proposal will be received unless it is made on a proposal form included in the Bid/Contract Document titled: CITY OF TULARE, CALIFORNIA DAYTON-TULARE Improvements Project General Work Description: The work to be done consists of demolition and reconstruction of concrete curb ramps, construction of concrete curb and gutter, demolition and installation of sewer, water, and storm drain improvements, grind and removal of existing asphalt concrete, earthwork and grading, prepare subgrade using Full Depth Reclamation with Cement, furnish and place Class II aggregate base and hot mix asphalt concrete pavement, and installing pavement striping, markings and signs. Plan Holder: To be considered a plan holder and to receive any Addendums or other pertinent information, bidders must register at the office of Peters Engineering Group. Bidders must be registered on the plan holders list for their bid to be considered responsive. Plan holder names may be obtained from Peters Engineering Group (559) 299-1544. Documents: Construction documents including the plans, Bid/Contract Documents can be obtained at the office of Peters Engineering Group, 862 Pollasky, Clovis CA 93612. A nonrefundable fee of $70.00 per set will be charged. An additional fee of $15.00 will be charged for sets mailed to perspective bidders. An unbound set of construction documents including plans and Bid/Contract Document are available for downloading at the City of Tulare website: www.tulare.ca.gov Under the “BUSINESS” tab, sub "Bids & Proposals for City Projects" tab. Then select the subject project under the heading Currently Open Request for Proposals (RFPs). Bid Security, Bonds, and Insurance: Pursuant to California Public Contract Code Section 20170, each bid proposal must be accompanied by cash, certified or cashier's check, or bidder's bond, made payable to the City of Tulare for an amount equal to at least ten (10%) of the amount of the proposal, such guarantee to be forfeited should the bidder to whom the contract is awarded fails to enter into a contract. The successful bidder shall furnish the payment bond, performance bond, a maintenance/warranty bond, workers compensation certificate, and all other insurance requirements identified in the Bid/Contract Document. Award of Contract: All proposals will be compared on the basis of the Engineer’s Estimate of the work to be done and the Engineer’s evaluation of bidder’s performance on prior public works construction projects as cited by bidder in the bid proposal. All bidders are invited to attend the bid opening. The results of the bid opening will be reported to the City Council (and/or Board of Public Utilities) of the City of Tulare at a regularly scheduled City Council or Board meeting. The contract will be awarded in the manner and within the time periods provided in Bid/Contract Document and as amended by the project Special Provisions and/or any Addenda. The right is reserved by the City of Tulare to reject any and all bids, to waive any informality in the bids received, and to evaluate the bids submitted and to award the contract according to the proposal which best serves the interest of said City. Contractor Licenses: Pursuant to California Public Contract Code Section 3300, the Contractor shall possess a valid California Contractor’s Class A, General Engineering License at the time this contract is awarded and shall maintain a current and valid license throughout the duration of the project. Failure to possess the specified license(s) at the time the bid is submitted shall render the bid non-responsive. City Business Licenses: The Contractor and all subcontractors listed in the Bid/Contract Document shall have a valid City of Tulare Business License at the time the contract is awarded. Time of Completion: Contractor shall complete all work contained in the construction documents within 240 working days. Engineer’s Estimate: The probable construction cost is estimated to be: $7,000,000. Non-Mandatory Pre-Bid Meeting: A non-mandatory pre-bid meeting will be held on Thursday, April 23, 2026 at 10:00 AM to entertain questions and to provide general project information. The meeting will be held at – Tulare City Hall City Managers Conference Room, 411 E. Kern Ave. Tulare, California, 93274. Non-Discrimination: The City of Tulare affirms that in any contract entered into pursuant to this advertisement, that it will affirmatively insure that in any contract entered into pursuant to this advertisement, Disadvantaged Business Enterprise, Minority Business Enterprise, and Women-Owned Business Enterprise 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, religious creed, sex, or national origin in consideration for an award. This project is subject to State contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990. Prevailing Wage Rates: Pursuant to Section 1770 through 1780 inclusive of the California Labor Code, the general prevailing wage rates in Tulare County, in which the work is to be done, have been determined by the Director of the California Department of Industrial Relations. These wage rates are set forth in the General Prevailing Wage Rates for this project, available at the City of Tulare and available from the California Department of Industrial Relations' Internet web site: http://www.dir.ca.gov/DLSR/PWD Department of Industrial Relations (DIR) Registration: The Prime Contractor and Subcontractors (as listed in the Statement of Subcontractor’s Form) shall be registered and shall provide proof of current registration at the time of Bid. The Project is subject to compliance with monitoring and enforcement by the Department of Industrial Relations (California Labor Code Section 1771.4). Federal Davis-Bacon and Related Acts (DBRA) prevailing wages requirements apply to this public works project. Basic labor standards compliance parameters involve the payment to all construction laborers and mechanics of not less than the prevailing wage rate established in the wage determination for the type (classification) of work and the hours of work they perform. This project is also subject to State prevailing wages; therefore, a contractor must pay the higher of the two wage rates. It shall be mandatory upon the Contractor to who the Contract is awarded and upon any subcontractor to pay not less than the specified rates to all workers employed in the execution of the Contract. The Contractor shall cause a copy to be posted at the job site. The work to be performed under this contract is on a project assisted under a program providing direct Federal financial assistance from the Department of Housing and Urban Development, Community Development Block Grant Program, and is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 USC 1701u. Section 3 requires that to the greatest extent feasible opportunities for training and employment be given to low and moderate income persons residing within the project area and that the contracts for work in connection with the project be awarded to eligible business concerns which are located in, or owned in substantial part by persons residing in the area of the project. Regulations for implementing the Section 3 clause are contained in 24 CFR 135, as amended, and as specified in the project specifications. All pages of the preliminary (Anticipated) Statement of Work Force Needs form, also contained in the project specifications, will be required to be completed and submitted prior to award. All pages of the Final (Completion) Statement of Work Force Needs form shall also be required to be completed and submitted upon completion of construction. Conflict of Interest: In the procurement of supplies, equipment, construction, and services by sub-recipients, the conflict of interest provisions in 24 CFR 85.36, OMB Circular A-110, and 24 CFR 570.611 shall apply. No employee, officer, or agent of the sub-recipient shall participate in the selection, award, or administration of a contract supported by federal funds if a conflict of interest, real or apparent, would be involved. Project Administration: Inquiries regarding the plans, specifications, or estimate must be communicated as a bidder inquiry in writing by 5:00 PM on Thursday, April 30, 2026. Any such inquiries or questions submitted after this deadline will not be responded to and will not be grounds for a bid protest. Inquiries and questions shall be address to: Dylan Chimienti, Project Manager 411 East Kern Avenue, Tulare, CA 93274 dchimienti@tulare.ca.gov Oral explanations or interpretations of plans and specifications are not binding. Any explanation, interpretation, or clarification of plans and specifications will be in the form of a written addendum to the plans and specifications issued to plan holders of record. CITY COUNCIL OF THE CITY OF TULARE MICHAEL MILLER CITY ENGINEER DATE: February 17, 2026 Publish: April 7, 2026, April 14, 2026 #12224814
Related Notices
Notice
DateCategoryCity
Bids invited for Lactalis/Kraft Lift Station emergency rehabilitation project in Tulare.
Feb 17, 2026Bid NoticeTulare
Bids invited for traffic signal improvements in Tulare.
Feb 17, 2026Bid NoticeTulare
Sealed bids for dairy distribution due by May 15, 2026.
Apr 3, 2026Bid NoticeTulare