CITY OF DORRIS
NOTICE TO CONTRACTORS -- INVITATION FOR BIDS
WASTEWATER TREATMENT & COLLECTION
IMPROVEMENTS
Sealed proposals will be received by the City of Dorris, at the Dorris City Hall 307 S. Main Street Dorris, California, 96023, until 1:00 p.m. local time, March 4, 2026, at which time they shall be publicly opened and read, for construction of the WASTEWATER TREATMENT & COLLECTION IMPROVEMENTS (Project #: C-06-8389-210) in accordance with the Contract Documents therefore and any addenda which may be issued prior to the Bid opening date.
The project is located within the City of Dorris and consists of constructing a new wastewater treatment plant, rehabilitation of an existing sewer lift station, replacement of a pressure sewer main, replacement of some problematic sewer main locations and miscellaneous other sewer system items.
Wastewater Treatment Plant 1 Each
Sewer Lift Station Rehabilitation 1 Each
Pressure Sewer Main Replacement 3,850 Lineal Feet
Sewer Main Replacement 2,790 Lineal Feet
The Engineer’s estimate for this project is $4,950,000.
The work shall be completed in all respects within 730 calendar days from the date when the Contract Times commence to run.
Additionally, projects funded with monies made available by SRF have statutory requirements commonly known as “American Iron and Steel;” that requires all of the iron and steel products used in the project to be produced in the United States (“American Iron and Steel Requirement” (AIS)) including iron and steel products provided by the Contactor pursuant to this Agreement. Manufacturers and/or models listed herein may or may not provide materials meeting AIS. If listed manufacturers cannot provide AIS materials, it is still incumbent upon the Contractor to meet AIS requirements at no additional cost to the Owner.
Bidders are to be licensed in accordance with the provisions of the “Contractor’s License Law”, Chapter 9 of Division 3 of the State Business and Professions Code. In addition, Bidder must have at the time the contract is awarded for this project, the following classification of contractor’s license: California Contractor’s License, Class “A” (General Engineering Contractor).
Bids must be submitted for the entire work and must be in accordance with the Instructions to Bidders which are included in the Contract Documents. Bids must be accompanied by a Bid Bond or other Bidder's Security AS SET FORTH IN THE INSTRUCTIONS TO BIDDERS. Any Bid not so submitted will be considered as not responsive to this Invitation.
Bidder's Security shall be in the amount of 10% of the amount of the Bid. The successful Bidder will be required to furnish a Labor and Material Bond and a Faithful Performance Bond, each in the Amount of 100% of the Contract Price, in the form and time set forth in the Contract Documents.
The Contractor may elect to receive 100% of payments due under the Contract from time to time, without retention of any portion of the payment due by the Owner, by depositing securities of equal value with the Owner in accordance with the provisions of Section 4590 of the Government Code. Such securities, if deposited by the Contractor, shall be valued by an auditor retained by the Owner, whose decision on valuation of the securities shall be final.
This is a public works project, and the Contractor shall be required comply fully with all Laws and Regulations of the State of California regarding Labor Standards and the payment of prevailing wages on Public Works. Pursuant to Section 1773, et.seq., of the Labor Code, the Owner has determined that the General Wage Determinations issued by the State of California Director of Industrial Relations shall apply to the work. The most current of such determinations received by the Owner for applicable trades are included in the Contract Documents. In addition, this project is funded by a Grant from the Safe Drinking Water State Revolving Fund (SDWSRF), through the State of California Department of Public Health, and the Contractor shall be required to pay not less than the minimum wages determined by the U.S. Department of Labor. In case of conflict between the Federal and State Wage rates, the higher rates must be paid. Bidders are responsible to inform themselves as to current and applicable wage rates, and as to any pending changes or adjustments of such rates.
This project is funded in part by the State Revolving Fund (SRF), and as such a labor compliance program (LCP) in accordance with California Labor Compliance Code Section 1771.8 must be adopted and enforced. Additionally, SRF requires payment of federal prevailing wages, specifically, Davis-Bacon Act wage rules apply to all assistance agreements made in whole or in part with SRF funds. Section 1606 of the Act states as follows:
WAGE RATE REQUIREMENTS:
SEC. 1606. Notwithstanding any other provision of law and in a manner consistent with other provisions in this Act, all laborers and mechanics employed by Contractors and subcontractors on projects funded directly by or assisted in whole or in part by and through the Federal Government pursuant to this Act shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with Subchapter IV of Chapter 31 of Title 40, United States Code. With respect to the labor standards specified in this section, the Secretary of Labor shall have the authority and functions set forth in Reorganization Plan Numbered 14 of 1950 (64 Stat. 1267; 5 U.S.C. App.) and Section 3145 of title 40, United States Code.” The general prevailing wage rate of per diem wages, holidays, and over-time work for each craft, classification, or type of workman needed to execute the Contract are established by the Secretary of Labor in accordance with the Davis-Bacon Act. Copies of the Prevailing Wage Schedules may be obtained from the U.S. Department of Labor, https://beta.sam.gov/search?index=wd. In addition, the general prevailing wage rate of per diem wages, holidays, and over-time work for each craft, classification, or type of workman needed to execute the Contract are established by the State of California, Department of Industrial Relations. State Prevailing Wage Rates can be obtained from www.dir.ca.gov/DLSR/PWD/. If there is a difference between the minimum wage rate determined by the Secretary of Labor and the prevailing wage rates determined by the State of California for similar classifications of labor, the higher wage rate shall prevail. The Wage Decision, including modification, must be posted by the Contractor on the job site.
The contents of this document do not necessarily reflect the views and policies of the State Water Resources Control Board (SWRCB), nor does mention of trade names or commercial products constitute endorsement or recommendation for use. (Government Code, § 7550; 40 CFR § 31.20).
Bidders are notified that financing for this project is provided pursuant to SRF Program and the Division of Financial Assistance, and that as allowed in Public Contract Code Section 22300, this Contract does provide for substitution of securities for any monies withheld by the Owner to ensure performance under this contract. Bidders are further notified that this Contract does permit retainage to be placed in escrow and/or to be invested for the benefit of the Contractor.
All CWSRF/DWSRF financing recipients are required to complete and ensure that the prime contractor complies with the GFE below to ensure that DBEs have the opportunity to compete for financial assistance dollars.
Six Good Faith Efforts Include:
1. Ensure DBEs are made aware of contracting opportunities to the fullest extent practical through outreach and recruitment activities. For Tribal, State and Local Government Recipients, this will include placing DBEs on solicitation lists and soliciting them whenever they are potential sources.
2. Make information on forthcoming opportunities available to DBEs. Posting solicitations for bids or proposals for a minimum of 30 calendar days in a local newspaper, before the bid opening date.
3. Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs.
4. Encourage contracting with a group of DBEs when a contract is too large for one firm to handle individually.
5. Use the services of the SBA and/or Minority Business Development Agency (MBDA) of the
US Department of Commerce.
6. If the prime contractor awards subcontracts, require the prime contractor to take the above steps.
Contract Documents may be inspected at the Shasta Builders Exchange, 2410 Larkspur Lane, Redding, CA; or at the office of the Project Engineer, E&S Engineers and Surveyors, 329 West Miner Street, Yreka, CA. 96097 (Telephone 530-842-6813) Contract Documents may be obtained at the office of the Engineer for the cost of $500 or may be obtained by mail for a cost of $550.00. Charges are to defray the cost of printing and mailing and are not refundable. Interested bidders may also request to be placed on the plan holders’ list and have .pdf copies of the plans & job special provisions emailed to them.
The City of Dorris, at the sole discretion of the City Council, reserves the right to reject any or all bids or to waive any irregularity, except as forbidden by law, in any Bid received.
Dated 12/23/2025
CITY OF DORRIS
By: Jocelyn Ibarra, Interim City Administrator