Active SLED Opportunity · CALIFORNIA · CITY OF BELL
AI Summary
The City of Bell, California, invites bids for the Annual Slurry Seal Project (BID PW26-004) to maintain city roads. Contractors must have appropriate licenses, comply with labor laws, and complete work within 20 working days. Bids are due by 2:00 pm on May 14, 2026, submitted via the Procurement portal.
SPECIFICATIONS AND CONTRACT DOCUMENTS FOR ANNUAL SLURRY SEAL PROJECT
The City of Bell is seeking Bids for ANNUAL SLURRY SEAL PROJECT, #BID PW26-004. Bids must be submitted through the Procurement portal no later than 2:00 pm on Thursday, May 14, 2026.
The Standard Specifications of the AGENCY are contained in the 2021 Edition of the Standard Specifications for Public Works Construction, including all supplements, as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of the Associated General Contractors of California. Copies of these Standard Specifications are available from the publisher, Building News, Incorporated, 990 Park Center Drive, Suite E, Vista, California 92081, Telephone (760) 734-1113.
The Standard Specifications set forth above will control the General Provisions, Construction Materials, and Construction Methods for this Contract, except as amended by the Plans, Special Provisions, or other contract documents. The following Special Provisions are supplementary and in addition to the provisions of the Standard Specifications unless otherwise noted and the section numbers of the Special Provisions coincide with those of the said Standard Specifications. Only those sections requiring elaborations, amendments, specifying of options, or additions are called out.
The work to be performed or executed under these specifications consists of furnishing all materials, equipment, tools, labor, and incidentals as required by the contract documents for:
It is the intent of this contract to have the contractor perform the ANNUAL SLURRY SEAL PROJECT, FY2025-2026 IN THE CITY OF BELL, and other appurtenances in accordance with these SPECIFICATIONS and PLANS.
Bids shall be submitted through the Procurement portal. All information requested therein must be clearly and legibly set forth in the manner and form indicated. All Addenda shall be acknowledged through the Procurement portal.
Bidders shall give unit prices for each and all of the items set forth. No aggregate bids will be considered. The bidder shall set forth for each item of work, a unit item price for the item in the respective spaces provided for this purpose. The quantities listed in the Bid sheets are supplied to give an indication of the general scope of work, but the accuracy of figures is not guaranteed, and the bidder shall make his own estimates from the drawings. In case of a variation between the unit price and the totals shown by the bidder, the unit price will be considered to be the bid. The Contractor shall submit to the City of Bell a project schedule indicating each task.
The general locations and limits of the work are as follows:
At the time of contract award, the Contractor shall possess a Class “A”, “C-12”, or “C-32” Contractor’s License. No bid will be accepted from a Contractor who has not been licensed in accordance with the Provisions of Chapter 9, Division III, of the Business and Professions Code of the State of California at the time the bid is submitted.
Effective January 1, 2015, in order to be awarded and to perform work on public works projects, prime contractors and subcontractors must possess and maintain registration with the Department of Industrial Relations (DIR) at https://efiling.dir.ca.gov/PWCR. This is a separate requirement from the Contractors State License Board (CSLB) licensing requirement. See the Special Provisions for additional details.
Proposals shall be accompanied by a proposal guarantee consisting of a certified check or bid bond payable to the City of Bell in the minimum amount of ten percent (10%) of the total amount bid. Any proposal not accompanied by such a guarantee will not be considered. If a bidder to whom a notice to award contract is issued fails or refuses to execute the contract documents or furnish the required insurance policies and bonds as set forth in those documents, the proposal guarantee may be forfeited to the City of Bell. The proposal guarantees of all bidders will be held until the successful bidder has properly executed all contract documents and furnished the required insurance policies and bonds.
The Contractor shall complete all work in every detail within twenty (20) working days after the date in the Notice to Proceed, exclusive of maintenance periods.
The Contractor shall notify the City and the owners of all utilities and substructures not less than 48 hours prior to starting construction. The following list of names and telephone numbers is intended for the convenience of the Contractor and is not guaranteed to be complete or correct:
| CITY OF BELL - OFFICE OF CITY ENGINEER Attention: Mr. Rey Alfonso | (323) 923-2626 |
| AIRTOUCH CELLULAR Attention: John Crosse | (818) 923-9298 |
| AT&T Attention: Mr. Carl Randolph | (310) 515-4029 |
| CALIFORNIA WATER Attention: Phillip Delgado | (323) 263-4145 |
| CENTRAL BASIN Attention: Andres Media | (323) 587-5969 |
| CENTURY LINK Attention: Caleb King | (918) 547-0007 |
| CHARTER-SPECTRUM COMMUNICATIONS Attention: David Scharrer | (626) 430-3522 |
| CHEVRON Attention: Dave Zerler | (310) 669-4014 |
| CROWN CASTLE Attention: Rebecca Caldwell | (724) 416-2193 |
| FRONTIER Attention: Ms. Ray Roundtree | (714) 837-7851 |
| GOLDEN STATE WATER Attention: Melinda Holm | (562) 907-9200 |
| MATRIX OIL CORP Attention: Emilio Rodriguez | (562) 665-9255 |
| MAYWOOD MUTUAL WATER NO. 1 Attention: Sergio Palos | (323) 560-2439 |
| MAYWOOD MUTUAL WATER NO. 2 Attention: Steven Rojo | (323) 581-5816 |
| MCI – VERIZON BUSINESS Attention: Fiber Security Dept. | (800) 624-9675 |
| PARK WATER COMPANY Attention: Mr. Paul Kim | (562) 923-0711 Ext. 250 |
| PLAINS ALL AMERICAN PIPELINE Attention: Paula Bawden | (562) 728-2371 |
| REDFLEX TRAFFIC SYSTEMS Attention: Jeffrey Frey | (623) 207-2538 |
| SOUTHERN CALIFORNIA EDISON COMPANY Attention: Southern California Edison Personnel | (800) 611-1911 |
| SOUTHERN CALIFORNIA GAS COMPANY (Distribution) Attention: Gentlemen/Madam | (818) 701-4546 |
| TESORO REFINING Attention: Steve Gonzales | (562) 843-4314 |
| TRACT 349 MUTUAL WATER COMPANY Attention: Ryan Rosche | (323) 560-1601 |
| TORRANCE LOGISTICS-PBF ENERGY Attention: Dino Alvarado | (310) 212-1842 |
| TRI-CITY MUTUAL WATER DIST. NO. 3 Attention: Robert Rohlf | (323-560-3657 |
| THE GAS COMPANY (Transmission) Attention: Mr. Ryan Lopez Attention: Gamaliel Vasquez | (562) 806-4206 (310) 605-2116 |
| UNDERGROUND SERVICE ALERT | (800) 422-4133 |
| ZAYO – ABOVENET Attention: David Mosier | (801) 364-1063 |
Bidder shall declare that the only persons or parties interested in the proposal as principals are those named therein; that no officer, agent or employee of the City of Bell is personally interested, directly or indirectly, in the proposal; that the proposal is made without connection to any other individual, firm or corporation making a bid for the same work; and that the proposal is in all respects fair and without collusion or fraud. The Non-Collusion Affidavit shall be executed and submitted with the proposal.
Bids shall be prepared in conformance with the Instructions to Bidders. Bids shall be submitted through the Procurement portal at or before 2:00 pm, on Thursday, May 14, 2026 at which time all bids received will be publicly opened, examined, and declared by the CITY CLERK, or her Deputy, in the Bell City Hall, 6330 Pine Avenue, Bell, CA 90201.
Each bid must be accompanied by a certified or cashier’s check or bidder’s bond payable to the order of the CITY OF BELL or cash for an amount not less than ten percent (10%) of the bid price submitted, and the cashier’s check, bond, or cash deposit of the successful bidder shall be forfeited to the CITY OF BELL if such bidder fails to enter into the contract to perform the work within fifteen (15) days after written Notice of Award.
All bidders and members of the public are hereby invited to be present at and to hear and observe the opening, examination and declaring of bids. More information may be obtained by visiting the City of Bell website.
The City of Bell reserves the right, after opening bids, to reject any or all bids, or to make award to the lowest responsible and responsive bidder and reject all other bids; to waive any informality in the bidding; to accept any bid or portion thereof; and to take all bids under advisement for a period of sixty (60) days. Bids will be compared on the basis of Total Bid Price. Nothing in this section shall relieve the Contractor of his obligations relative to starting work as required elsewhere in these specifications.
The names, addresses, and telephone numbers of the Contractor and subcontractors, or their representatives, shall be filed with the Engineer and the County Sheriff's Department or the City Police Department prior to beginning work.
Proposals must be submitted through the Procurement portal.
The Contractor shall, as appropriate, comply with all provisions of Public Contracts Code Section 7104 (SB1470). The requirements of this code are summarized as follows:
In the event Contractor is required to dig any trench or excavation that extends deeper than 4 feet below the surface in order to perform the work authorized under this contract, Contractor agrees to promptly notify AGENCY in writing and before further disturbing the site if any of the conditions set forth below are discovered:
Following Notice to Proceed, the Contractor shall have twenty (20) Working Days to complete the work. The Contractor will not be allowed to start work prior to the date in the Notice to Proceed and not until he has returned the executed contract and has submitted contract bonds and liability insurance acceptable to the City of Bell as required in the Specifications.
A proposal may be withdrawn by unsumitting your porosal through the Procurement portal. The withdrawal of a proposal will not prejudice the right of the bidder to submit a new proposal, providing there is time to do so. Proposals may not be withdrawn after said hour without forfeiture of the proposal guarantee, unless agreed to otherwise by the City of Bell.
Electronic bid documents are available at no cost. The bid documents may be obtained by visiting the project portal.
The City hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of Contract.
Unauthorized conditions, limitations, or provisions attached to a proposal will render it irregular and may cause its rejection. The completed proposal forms shall be without interlineation, alterations or erasures. No oral, telegraphic or telephonic proposal, modification or withdrawal will be considered.
No mention shall be made in the proposal of Sales Tax, Use Tax or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable.
Attention is directed to the provisions of Sections 1774, 1775, 1776, 1777.5 and 1777.6 of the State Labor Code. Sections 1774 and 1775 require the Contractor and all Subcontractors to pay not less than the prevailing wage rates to all workmen employed in the execution of the contract and specify forfeitures and penalties for failure to do so. The minimum wages to be paid are those determined by the State Director of the Department of Industrial Relations. Section 1776 requires the Contractor and all Subcontractors to keep accurate payroll records, specifies the contents thereof, their inspection and duplication procedures, and certain notices required of the Contractor pertaining to their location.
If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations.
Compliance with the Contract Work Hours and Safety Standards Act, amended by the Federal Acquisition Streamlining Act of 1994 (40 U.S.C. 327-330), Clean Air Act and the Clean Water Act, and Executive Order 11738, “Administration of the Clean Air Act and Federal Water Pollution Control Act with Respect to Federal Contracts.” is required. Compliance with Executive Order 13202 entitled, “Preservation of Open Competition and Government Neutrality Towards Government Contractors’ Labor Relations on Federal Federally Funded Construction Projects” is also required.
| By:_________________________________ |
| Angela Bustamante City Cler, City of Bell |
In the event that any bidder acting as a prime contractor has an interest in more than one proposal, all such proposals will be rejected, and the bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one bidder. No contract will be executed unless the bidder is licensed in accordance with the provisions of the State Business and Professions Code.
All proposals must be submitted, filed, made and executed in accordance with State and Federal laws relating to bids for contracts of this nature whether the same are expressly referred to herein or not. Any Bidder submitting a proposal shall by such action thereby agree to each and all the terms, conditions, provisions and requirements set forth, contemplated and referred to in the Plans, Specifications, and Contract Documents and to full compliance therewith.
If any person contemplates submission of a bid for the proposed contract and is in doubt as to the true meaning of any part of the specifications or other proposed contract documents, or find apparent discrepancies in, or apparent omissions from the specifications, he may submit to the City Engineer of said City of Bell a question requesting an interpretation or correction thereof, which must be received through the Procurement portal no later than 10:00 am on Monday, May 4, 2026. No question shall be taken within the seven (7) days prior to bid opening. The person submitting the question will be responsible for its prompt delivery. Any interpretation or correction of the proposed documents shall be made only by addendum duly issued through the Procurement portal. Interpretations, corrections, or changes of the Bid Documents made in any other manner will not be binding and bidders shall not rely upon such interpretations, corrections, and changes. The City Engineer will not be responsible for any other explanation or interpretations of the proposed documents.
The City Engineer may, without approval of the City Council of the City of Bell, issue addenda to the Contract Documents during the period of advertising for bids, for the purpose of clarifying or correcting Specifications, Plans or Bid Proposal, provided that any such addenda do not substantially change the original scope and intent of the project. The effect of all addenda to the Contract Documents shall be considered in the bid and said addenda shall be acknowledged in the proposal. Before submitting his bid, each bidder shall inform himself as to whether any addenda have been issued. Failure to cover in this bid any such addenda issued shall render his bid irregular and shall result in its rejection by the City of Bell.
Following a review of the bids, the City of Bell shall determine whether to award the contract or to reject any or all bids. The Award of Contract, if made, will be to the lowest responsible and responsive Bidder as determined solely by the City of Bell. City of Bell reserves the right to reject any or all proposals, to accept any bid or portion thereof, to waive any irregularity, and to take the bids under advisement for the period of time stated in the “Notice Inviting Sealed Bids,” all as may be required to provide for the best interests of City of Bell. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the Bidder to whom the award is contemplated. No Bidder may withdraw his proposal for a period of forty-five (45) days after the time set for opening thereof.
Pursuant to the provisions of Sections 1770-1773 of the Labor Code of the State of California, City of Bell has obtained from the State Director of the Department of Industrial Relations the general provisions rate of per diem wages and the general prevailing rate for holiday and overtime work in this locality for each craft, classification or type of workman anticipated to be needed to execute the contract. These rates are on file with the City Clerk and shall be posted at the job site. Copies will be made available to any interested party on request. It shall be the responsibility of the prime Contractor to comply with all applicable sections of the Labor Code. It is the Contractor’s responsibility to immediately inform City of Bell of any classifications used by Contractor that is not posted for purposes of prevailing wage requirements.
Original Certified Payroll Records for the Contractor and Subcontractors shall be submitted to City of Bell on approved forms by the tenth day of each month. Progress payments may be withheld pending receipt of any outstanding records. City of Bell may conduct interviews with workers to verify compliance with applicable labor laws and wage requirements. Suspected irregularities and discrepancies may be reported to the appropriate agencies for review and enforcement.
Travel and subsistence payments to each workman needed to execute the work shall be made as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Section 1773.8 of the Labor Code. The Contractor shall comply with the provisions of Section 1774 of the Labor Code. Failure to comply with the subject section will subject the Contractor to penalty and forfeiture provisions of Section 1775 of the Labor Code. City of Bell will not recognize any claim for additional compensation because of the payment by the Contractor of any wage rate in excess of the prevailing wage rate set forth in the contract. The possibility of wage increases is one of the elements to be considered by the Contractor in determining his bid and will not under any circumstances be considered as the basis of a claim against City of Bell on the contract.
The Contractor and Subcontractors shall comply with Section 1777.6 of the Labor Code, which stipulates that it shall be unlawful to refuse to accept otherwise qualified employees as registered apprentices solely on the grounds of race, religious creed, color, national origin, ancestry, sex or age, except as provided in Section 3077, of such employee.
Section 3700 of the State Labor Code requires that every employer shall secure the payment compensation by either being insured against liability to pay compensation with one or more insurers or by securing a certificate of consent to self-insure from the State Director of Industrial Relations. In accordance with this section and with Section 1861 of the State Labor Code, the Contractor shall sign a Compensation Insurance Certificate which is included with the Agreement and submit same to City of Bell along with the other required Contract Documents, prior to performing any work. Reimbursement for this requirement shall be considered as included in the various items of work.
Section 4552 of the State Government Code specifies that in executing a public works contract with City of Bell to supply goods, services or materials, the Contractor or Subcontractor offers and agrees to assign to City of Bell all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 commencing with Sec. 16700) of Part 2 of Division 7 of the Business and Professions Code, arising from purchase of goods, services or materials pursuant to the contract or subcontract. This assignment shall become effective when City of Bell tenders final payment to the Contractor without further acknowledgement by the parties.
Pursuant to the Subletting and Subcontracting Fair Practices Act (commencing with Section 4100 of the Public Contract Code), bidders are required to list in their proposal the name and location of place of business of each Subcontractor who will perform work or labor or render services in or about the construction of the work or improvement or a Subcontractor who specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the Plans and Specifications in excess of ½ of 1% of this prime Contractor’s total bid of $10,000, whichever is greater. Any other information required by City of Bell pertaining to Subcontractors may be submitted with the bid, or up to twenty-four (24) hours after the deadline established in the Notice Inviting Sealed Bids. Failure to list a Subcontractor for a portion of the work means that the prime Contractor will do that portion of the work. It is City of Bell’s intent for the Subletting and Subcontracting Fair Practices Act to apply to all phases of the work.
Substituting a Subcontractor in place of a Subcontractor listed in the original bid without City of Bell approval or subcontracting work to which no Subcontractor was designated in the original bid (and was required to be designated) or other subcontracting violations, may at City of Bell’s discretion, result in cancellation of the contract or a financial penalty.
The Contractor shall perform with its own organization, contract work amounting to at least 50% of the contract price (see Sec. 2-3.1 General – Subcontracts). Failure to meet this requirement is grounds for rejection of the bid or cancellation of the contract. City of Bell reserves the right to waive the 50% requirement if it deems it to be in the best interests of City of Bell.
In accordance with the State of California Public Contract Code, Section 22300, the Contractor may substitute securities for any monies withheld by City of Bell to ensure performance under the contract. At the request and expense of the Contractor, securities equivalent to the amount withheld shall be deposited with City of Bell or with a State or Federally chartered bank as the escrow agent, who shall pay such monies to the Contractor upon notification by City of Bell of Contractor’s satisfactory completion of the contract. The type of securities deposited, and the method of release shall be approved by City of Bell Counsel’s office.
Effective January 1, 1991, Section 20104 et seq. of the California Public Contract Code prescribes a process of utilizing informal conferences, non-binding judicially supervised mediation and judicial arbitration to resolve disputes on construction claims of $375,000 or less. City of Bell has also adopted additional requirements and limitations regarding claims. (See the appropriate sections in the Special Provisions and General Specifications.)
At the completion of the project the Contractor shall execute, and City of Bell shall approve a, “Final Closeout Agreement and Release of All Claims,” concurrently with the final acceptance of the project and the filing of the Notice of Completion. The “Final Closeout Agreement and Release of All Claims,” shall be based on the final contract amount minus any damages.
Please upload complete bid package here with bid schedule.
Example: Class A
Example: thirty-five (35)
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.