
NOTICE INVITING BIDS FOR MISSION ROAD UNDERGROUND UTILITY DISTRICT PROJECT PROJECT NO. ST1904, BID NO. 2711 1. Sealed bids on the proposal forms furnished by City of South San Francisco ("City") and in accordance with the plans and specifications will via the City's eProcurement Portal, http://secure.procurenow.com/portal/ssf, on or before be received on or before 2:00 P.M., 1/21/2026 (dates are subject to change) and will be publicly opened virtually, examined and declared on the same day by the City of South San Francisco Engineering Division for the following public works: MISSION ROAD UNDERGROUND UTILITY DISTRICT PROJECT The bid opening virtual meeting information is available via the City's eProcurement Portal, http://secure.procurenow.com/portal/ssf. The work located along Mission Road, South San Francisco, CA. consists of, but not limited to the following: Relocate overhead utility lines to below ground within Under- ground Utility District (UUD), including the installation of new utili- ty boxes, vaults, and conduits along and within joint trenches. Install service trenches and coordinate with joint trench partici- pants for tie-in and service conversion. Construct new sidewalk and ADA compliant curb ramps. Install streetlight lighting system. Remove existing inlet, construct new inlets and new storm drain manhole, install reinforced concrete pipe and replace drainage ditch. Remove existing utility poles, restore and relocation of surface features, including pavement, vehicle detector loops, roadway signs, traffic striping, pavement marking, curb, gutter, sidewalks, driveways, fence, landscaping, red curb etcetera. Adjustment of utility cover to new grade. Perform water pollution control work and ensure an approved traffic control system is in place throughout the duration of the Project. Preserve existing survey monuments. The Engineer's Estimate for the project is $6.26M. A detailed scope of work is included in the bid documents. The Contractor shall be responsible to furnish all labor, material, tools, equipment, incidentals and services necessary to complete all the work as specified and in accordance with the plans and specifications for the Mission Road Underground Utility District Project. At the time of contract award, the successful Bidder must be legally entitled to perform contracts requiring a Class A Contractor's license. Any Bidder or contractor not so licensed shall be subject to all penalties imposed by law including, but not limited to, any appropriate disciplinary action by the Contractors' State License Board. 2. The Contract Documents are available on the City of South San Francisco website at the following link: https://procurement.opengov.com/portal/ssf 3. A non-mandatory pre-bid conference will be held at the date and time specified as listed the City's eProcurement Portal. 4. Bidders may submit pre-bid inquiries or clarification requests. Bidders are solely and exclusively responsible for submitting such inquiries or clarification requests not less than fourteen (14) calendar days prior to the scheduled closing date for the receipt of bid proposals. The City will not respond to any bidder inquiries or clarification requests, unless such inquiries or clarification requests are submitted timely via the City's eProcure Portal: http://secure.procurenow.com/portal/ssf. 5. Bids will be publicly opened, examined, and declared in accordance with item 1, and thereafter referred to the City Council for award, at a regular scheduled meeting, to the lowest responsive and responsible bidder, based on the Total Base Bid Price. A link to the bid opening meeting will be provided in the post. 6. The City reserves the right to reject any or all bids as the best interests of the City may dictate and, to the extent permitted by law, waive any informality or minor irregularity in any bid. If there is any reason for believing that collusion exists among the bidders, the City may reject any or all bids. 7. Cash, cashier's check or certified check, payable to the order of the City of South San Francisco, of not less ten percent (10%) of the bid or a bond in said amount, payable to the City of South San Francisco and signed by the bidder as well as a corporate surety, shall accompany the bid. The amount so posted shall be forfeited to said City if the bidder does not enter into a contract with the City within ten (10) calendar days after Notice of Award. The City of South San Francisco shall have the right to hold all bid bonds until award of the contract. However, the Finance Director may order the return of all bid bonds except that of the two (2) lowest bidders prior to the award. No Bidder may withdraw their bid for a period of ninety (90) calendar days from the date of opening of the bids for the purpose of reviewing the bids and investigating the qualifications of Bidders, prior to awarding of the contract. Any bid withdrawal before the expiration of such time period shall result in the forfeiture of Bidder's Bid Bond. In the event of a bid mistake resulting from a clerical error made by the Bidder, withdrawal of such bid without forfeiture of the Bid Bond may only be allowed if the criteria set forth in California Public Contracts Code Sec. 5103 are met and the procedures set forth therein are followed; any such approval by City of South San Francisco of bidders request to withdraw bid shall be at the sole discretion of the City of South San Francisco. 8. The City offers the following supplemental information for bidders: None. 9. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in San Mateo County have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet web site at http://www.dir.ca.gov and from City Engineer at 315 Maple Avenue, South San Francisco, California. The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are not included in the proposal forms. You are responsible to check current wage rates at Wage Determinations Online at www.wdol.gov/dba.aspx. Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of proposal forms. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the special provisions. The Project is a "public work" as defined in Labor Code �1720 et seq. 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 City will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate which most closely approximates the duties of the employees in question. If the Project requires the employment of workers in any apprentice craft or trade, once awarded, the Contractors or subcontractors must apply to the Joint Apprenticeship Council unless already covered by local apprenticeship standards (Labor Code �1777.5). 10. The Contractor shall possess Class A General Engineering Contractor license. Listed subcontractors shall also possess the required contractor's license for each specialty work specified and/or possess a Class A license. Attention is also directed to the provisions of Public Contract Code section 10164. The Contractor shall be properly licensed and in good standing at the time the contract is awarded. 11. Reference Standards for this project can be obtained from American Society for Testing and Materials (ASTM), the California Building Codes, Caltrans Department of Transportation, and the City of South San Francisco. 12. This Contract will be subject to compliance monitoring and enforcement by the California Department of Industrial Relations, pursuant to Labor Code section 1771.4. Under California Labor Code section 1771.1, as amended by S.B. 854, a contractor may not bid, nor be listed as a subcontractor, for any bid proposal submitted for a public work unless the contractor and its subcontractors are registered and qualified to perform public work pursuant to section 1725.5 of the Labor Code. The Bidder and its Subcontractors must be registered and qualified to perform public work pursuant to section 1725.5 of the Labor Code, subject to limited legal exceptions under Labor Code section 1771.1. In accordance with the provisions of Section 1773.3 of the Labor Code, the City of South San Francisco will provide notice to the Department of Industrial Relations (DIR) of the award of any public works contract subject to the requirements of Chapter 1 of the Labor Code, within five days of the award. The notice shall be transmitted electronically in a format specified by the DIR (see https://www.dir.ca.gov/pwc100ext/) and shall include the name of the contractor, any subcontractor listed on the successful bid, the bid and contract award dates, the contract amount, the estimated start and completion dates, job site location, and any additional information the DIR specifies that aids in the administration and enforcement of this chapter. 13. The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. 14. This is not a Federal Aid project. Dated: 12/15/2025 Original Document Signed Jeffrey Chou, P.E. Senior Engineer SMCT 6939245; Dec. 22, 29, 2025

