NOTICE INVITING BIDS
BELLA CANTO NEIGHBORHOOD
PAVEMENT REHABILITATION PROJECT
CITY PROJECT NO. ST-132
NOTICE IS HEREBY GIVEN that the City of Coachella, a municipal corporation, organized under the laws of the State of California, with its principal place of business at 53462 Enterprise Way, Coachella, California 92236 ("City") invites and will receive sealed Bids up to but not later than 10:00 A.M. Thursday, February 12, 2026, at the Engineering Offices, located at 53462 Enterprise Way, Coachella, California 92236, for the furnishing to City of all labor, equipment, materials, tools, services, transportation, permits, utilities, and all other items necessary for the Bella Canto Neighborhood Pavement Rehabilitation Project, City Project No. ST-132, (the “Project”). At said time, Bids will be publicly opened and read aloud. Bids received after said time shall be returned unopened. Bids shall be valid for a period of 90 calendar days after the Bid opening date.
In general, the project consists of a 1.5” Asphalt Grind & Overlay, and the potential removal of 3” total depth of Asphalt, Aggregate Base/Subgrade, and the placement of 3” Asphalt at the Bella Canto Neighborhood. The project also consists of Speed Hump Removal and Reconstruction, Signage and Striping improvements, and all associated work. All work to be constructed and performed in a workmanlike, professional manner, and to the satisfaction of the City.
The full project shall be completed within 30 Working Days from the date specified in the Notice to Proceed. Time for the commencement and completion of the work is important and is to be of the essence of the Contract. The successful bidder should plan to provide Preliminary Project Schedules, Traffic Control Plans, and other specified “Submittals” for review, and order any long lead time equipment items immediately following the “Notice of Award”.
The Plans, Specifications, and other Contract Documents will ONLY be available for purchase at PlanIT Print Works at (760) 345-2500 or online at www.planitplanroom.com. They may be purchased as an electronic download or hard copy.
IMPORTANT: If you are not on the plan holders list through PlanIT Planroom you will not receive addendums. It is the responsibility of the bidder to ensure that they are placed on the plan holders list and have received and acknowledged all addendums issued prior to the submission of their bid.
Each Bid shall be accompanied by cash, a certified or cashier’s check, or Bid Bond secured from a surety company satisfactory to the City, the amount of which shall not be less than ten percent (10%) of the submitted Total Bid Price, made payable to City of Coachella as bid security. The bid security shall be provided as a guarantee that within ten (10) calendar days after City provides the successful bidder the Notice of Award, the successful Bidder will enter into a contract and provide the necessary bonds and certificates of insurance. The bid security will be declared forfeited if the successful Bidder fails to comply within said time. No interest will be paid on funds deposited with City.
A Non-Mandatory Pre-Bid Meeting Conference will be held at the Engineering Department Conference Room, located at 53462 Enterprise Way, Coachella, California 92236, on 10:00 A.M. Tuesday, January 27, 2026. with a site visit to be held after the meeting. The Pre-Bid Meeting is “Non-Mandatory”, however is considered “Highly Recommended” as schedules, traffic control, access issues, utility coordination, and other vital items will be discussed at both the office and field meeting portions of the “Pre-Bid Meeting Conference”.
The successful Bidder will be required to furnish a Faithful Performance Bond and a Labor and Material Payment Bond each in an amount equal to one hundred percent (100%) of the Contract Price. Each bond shall be in the forms set forth herein, shall be secured from a surety company that meets all State of California bonding requirements, as defined in California Code of Civil Procedure Section 995.120, and that is a California admitted surety insurer.
Pursuant to Section 22300 of the Public Contract Code of the State of California, the successful Bidder may substitute certain securities for funds withheld by City to ensure its performance under the Contract.
Pursuant to Labor Code Section 1773, City has obtained the prevailing rate of per diem wages and the prevailing wage rate for holiday and overtime work applicable in Riverside County from the Director of the Department of Industrial Relations for each craft, classification, or type of worker needed to execute this contract. A copy of these prevailing wage rates may be obtained via the internet at: www.dir.ca.gov/dlsr/. The successful Bidder shall post a copy of the prevailing wage rates at each job site. It shall be mandatory upon the Bidder to whom the Contract is awarded, and upon any subcontractors, to comply with all Labor Code provisions, which include but are not limited to the payment of not less than the said specified prevailing wage rates to all workers employed by them in the execution of the Contract, employment of apprentices, hours of labor and debarment of contractors and subcontractors.
Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. No Bid will be accepted nor any Contract entered into without proof of the contractor’s and subcontractors’ current registration with the Department of Industrial Relations to perform public work. If awarded a contract, the Bidder and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project. Notwithstanding the foregoing, the contractor registration requirements mandated by Labor Code Sections 1725.5 and 1771.1 shall not apply to work performed on a public works project that is exempt pursuant to the small project exemption specified in Labor Code Sections 1725.5 and 1771.1.
This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. In bidding on this Project, it shall be the Bidder’s sole responsibility to evaluate and include the cost of complying with all labor compliance requirements under this contract and applicable law in its Bid.
Pursuant to SB854, all contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). All contractors and subcontractors must also provide a copy and proof of the online submittal to the City within 2 days of online submission. Failure to do so may result in the withholding of payments by the City until such time that all Certified Payrolls to date have been submitted to the DIR and the City.
Unless otherwise provided in the Instructions for Bidders, each Bidder shall be a licensed contractor pursuant to sections 7000 et seq. of the Business and Professions Code in the following classification(s) throughout the time it submits its Bid and for the duration of the Contract. The City has determined that the General Contractor shall possess a valid Class A (General Engineering) and/or Class C-32 (Parking and Highway Improvement Contractor) at the time that the bid is submitted. All subcontractors shall possess valid, suitable licenses for the work they will perform. Failure to possess the specified license(s) shall render the bid as non-responsive.
Pursuant to Public Contract Code section 3400(b), if City has made any findings designating certain materials, products, things, or services by specific brand or trade name, such findings and the materials, products, things, or services and their specific brand or trade names will be set forth in the Special Conditions.
The City shall award the contract for the Project to the lowest responsive, responsible Bidder as determined by the City from the total sum of the Base Bid Area 1. The City reserves the right to reject any or all Bids or to waive any irregularities or informalities in any Bids or in the bidding process.
For further information or questions, contact Leonard R. St. Sauver, Public Works Construction Manager at lstsauver@coachella.org or (442) 307-4947.
Please send all formal Requests for Information (RFI’s) to lstsauver@coachella.org before 2:00 P.M. on Monday, February 2, 2026. No formal RFI’s will be accepted after this date and time.
Published: Jan. 15, 22, 2026