Issue link: https://www.epageflip.net/i/115694
4B Daily News – Saturday, March 16, 2013 Tax deductions for the millennial generation While they probably don't own a home yet, there are still plenty of good deductions that taxpayers still in their 20s don't want to miss. The National Association of Enrolled Agents (NAEA), the professional society that represents tax practitioners with IRS's highest credential, has assembled a list of often overlooked tax deductions that should be taken advantage of by members of the millennial generation – or anyone who has recently been in school or job searching. The Tuition and Fees Deduction This deduction allows a taxpayer (who may be a full-time or even only a part-time college student) to deduct a maximum of $4,000 for paid tuition and fees. For 2012, students with an adjusted gross income (AGI) of $65,000 or less ($130,000 or less if married filing jointly) will qualify for the full $4,000 deduction. Above those income thresholds, the value of this deduction begins phasing out. If your AGI is above $80,000, or $160,000 for married filing jointly, the deduction will not be available to you. Student Loan Interest If you have paid interest on student loans, you may be able to take the Student Loan Interest deduction, which could reduce your taxable income by up to $2,500 of the student loan interest you have paid for you, your spouse, or your dependent. This also includes the one-time "loan origination fee" charged by your lender which may not be listed on your 1098-E. Contact your student loan company if you don't receive a 1098-E reporting how much interest you paid during the year. This deduction is available for qualified taxpayers subject income limitations similar, but slightly different than those for the above Tuition and Fees Deductions. Yes, income ranges and thresholds vary with each deduction type. Job Hunting Costs The job expenses associated with looking for your first job won't qualify, but expenses incurred when you're looking for a position in the field you previously worked in will. These expenses include food, lodging and transportation if you have to be away from home overnight, cab fare, employment agency fees and the costs of printing resumes, business cards, postage and advertising. Moving Expenses A new job often means a move. IRS says you can deduct your moving expenses if you meet all three of these requirements: Your move is closely related to the start of work; you meet the distance test; you meet the time test. The first criterion means that your move must be closely related both in time and in place to the start of work at your new job location. In most cases, you can consider moving expenses incurred within one year from the date you first reported to work at the new location as closely related in time to the start of work. If you go to work full time for the first time, your place of work must be at least 50 miles from your former home to meet the distance test. If it's not your first job, then the new main job location must be at least 50 miles farther from your former home than your old main job location was from your former home. The time test for employees requires that you must work full time for at least 39 weeks during the first 12 months after you arrive in the general area of your new job location. Full-time employment depends on what is usual for your type of work in your area. The deductions above are just a few of the ones that are commonly overlooked. To be assured that you're not paying more in taxes than you should be, meet with an enrolled agent. Enrolled agents are federallylicensed tax professionals that can help taxpayers with tax preparation and have the right to advocate on their behalf before IRS. To get in touch with an enrolled agent in your area, visit the "Find an EA" directory on the National Association of Enrolled Agents website, www.naea.org. LEGAL NOTICE CITY OF RED BLUFF Request for a Statement of Qualifications and a Budget Estimate for Services South Main Sewer Replacement Project - Phase 2 Introduction The City of Red Bluff is soliciting a Statement of Qualifications and a Budget Estimate, from qualified firms that provide Engineering Design Services, to assist the City in the performance of the following project. Project Description The City of Red Bluff South Main Street Sewer Replacement Project - Phase 2, consists of the replacement of approximately 865 ft. of 8 in. sewer pipe located within South Main Street. The existing sewer reach proposed for replacement lies between adjacent manholes lying to the north Sister Mary Columba Drive and to the South of Liberty Drive. Flow direction is to the north from the intersection of Sister Mary Columba Drive. An aerial photo of the will be provided, highlighting the area of the project. Agency Standards For the South Main Sewer Replacement Project the planning and design efforts will be in compliance with the current edition of the City of Red Bluff Standards. Design software will be AutoCAD Civil 3D -2009. Scope of Services The following is the proposed scope of services for the project: tant and the future Contractor direct rate and mileage costs shall be required to obtain a City will be billed at the current Fedof Red Bluff business license. eral Government allocation. For purposes of this proposal the Estimated Consultant provide their estiBudget $ __________ mate of a budget for the direct costs. Task 4.0 - Design Plans including Plan and Profile Estimated The Consultant shall prepare Budget $__________ construction documents consisting of Plans, Specifications and Engineer's Estimate (PS&E) Total Estimated Budget $____________ sufficient for the administration and construction of the Project. The PS&E for the Project will be prepared in accordance with Submittal Provisions City of Red Bluff standards. Consultant submittals shall be The Consultant shall prepare brief and concise, containing no one set of Sewer Replacement more than 35 pages of material. Plans consisting of title sheet, Submittals in excess of 35 pages site location plan, index of shall be considered to be drawings, legend, general and nonresponsive. construction notes, plan and The City assumes no obligation profile sheet (scale of 1" = 40' in the solicitation of this general horizontal and 1" = 4' vertical), Statement of Qualifi-cations and traffic control plan and con- all costs of responding to this struction details. For design pur- solicitation shall be borne by the poses the sewer replacement interested consultants. alignment, pipe grade, trench repair and street drainage shall The selection of the successful generally conform to the exist- Consultant shall be a "Qualificaing alignment and street sec- tion Based Selection". The City tions. Plans will show the loca- reserves the right to select the tion of adjacent existing tele- Consultant based solely upon a of the Consultant phone, natural gas, electrical, review CATV, water, and drainage fa- submittals and a determination of the desired pertinent qualificilities that are of record. cations by the Public Works DiA submittal to the City of Red rector. The selection is legally Bluff, for review and comment, authorized within the Red Bluff shall be provided at the 35%, City Code Section 2.65 (E), which 90% and 100% completion phas- is consistent with the Governes of the project. The Consul- ment Code 4526. tant shall work with the City to develop a front end bidding Communications package utilizing the City's ex- Questions regarding this reisting boilerplate. Special Con- quest and the proposed project tract Provisions or Technical should be directed to: Mr. Bruce Specification information may Henz 530/527-2605 (Ext. 3055) be included on the plans, refer- and/or bhenz@ci.red-bluff.ca.us enced from the City Standards 2 copies of the completed Stateand or, if desired, they may be pro- ment of Qualifications vided as a separately bound Budget Estimate should be submitted to: document. Task 1.0 - Surveying and Project Estimated Controls Budget $__________ The City will provide surveys and base mapping necessary for Task 5.0 - Preliminary Opinion of the preliminary engineering and Probable Cost detailed design. Project surveying and mapping shall include, The Consultant shall prepare a but is not limited to setting ver- preliminary Opinion of Probable tical and horizontal control; and Cost for the Project at the 35% and 100% design completion detailed topographic surveys. phases. The opinion of probable The horizontal control survey cost will be based on recent bidwill be set using Global Position- ding activity and market rates ing System (GPS) equipment, to- for the type and scope of the tal stations and digital levels project. based upon site conditions and as needed to achieve minimum Estimated $__________ standards for topographic map- Budget ping and future construction. Task 6.0 - Bidding Assistance The horizontal control will be based on the North American Datum of 1983 using the Califor- The Consultant shall provide asnia Coordinate System of 1983, sistance during the advertising Zone 2. The vertical control sur- and bidding phase. Assistance vey will be based on the Nation- will involve providing clarificaal Geodetic Vertical Datum of tion or answers to questions re1929. Control will be tied to ex- ceived from prospective bidisting roadway base lines where ders. This assistance will inmonuments exist and are acces- clude necessary design revisible through normal surveying sions if the City deems it necespractice and minimum disrup- sary. The City of Red Bluff will be responsible for delivering all tion to streets and traffic. of the responses to the quesSite topographic information tions received during the bidThe Consultant will be obtained for the pro- ding period. posed pipeline route ground shall include time in the budget for the attendance of at least survey topographic methods. The City will provide the topo- one person at the pre-bid meetgraphic survey to cover these ing. areas providing topography on a 1-foot contour interval at a scale Estimated Budget $__________ of 1"=40'. The Survey information provided will include location of existing above grade utility structures, right-of-way along the hospital side of South Main, and street delineations to be utilized in preparation of the traffic control plan. In addition, the existing edge of pavement and driveway cuts will be located, surface evidence of utilities or other visible features impacting the alignment, and sanitary sewer manhole pipe sizes and invert elevations for the manholes on either end of the sewer reach to be replaced will be dipped to identify flow line elevations. If the Consultant believes that additional survey information will be required to satisfactorily complete the necessary design, an Estimated Budget and an additional Scope Narrative that defines the additional services should be included for this Task. Estimated Budget: $__________ Task 2.0 - Utility Coordination The Consultant shall be responsible for the utility coordination on the Project. The Consultant shall contact known affected utilities to coordinate the design of the Project with input from the utility companies to identify potential conflicts, determine clearance and relocation requirements and establish the schedules for required utility relocations, if necessary. The Consultant will be responsible for Project review, making initial contact with the utility companies, necessary coordination and other communications necessary with the Utility companies and the City of Red Bluff. The Consultant shall provide the affected utilities with preliminary plans at a stage early enough to allow for their planning and design of utility relocation. Preliminary plans shall contain sufficient vertical and horizontal controls to allow a determination of relocation requirements. Through the initial utility coordination contact, the Consultant will attempt to: • Identify potential utility conflicts early on • Inform City of Red Bluff and the utilities of the Project schedule and of existing or proposed utility facilities • Provide utilities advance notice to the potential reloca tion activities if required Mr. Bruce Henz City of Red Bluff 555 Washington Street Red Bluff, CA 96080 The Statement of Qualifications and Budget Estimate must be submitted no later than 5:00 p.m. PST on Wednesday, April 10, 2013. The Contract award is contingent upon the successful negotiation of the contract terms. Negotiations will be confidential and not subject to disclosure to competing proposers. If contract negotiations cannot be concluded successfully, the City may contact other proposers or withdraw the SOQ Publish: March 16, 2013 LEGAL NOTICE NOTICE TO BIDDERS COUNTY OF TEHAMA DEPARTMENT OF PUBLIC WORKS Sealed bids for the work shown in the plans and specifications entitled: RANCHO TEHAMA ROAD CURVE REALIGNMENT PROJECT PROJECT PLANS AND SPECIAL PROVISIONS FED PROJ NO.: HRRRL 5908(075) COUNTY PROJECT NO.: 283381 will be received at the Department of Public Works office at 9380 San Benito Avenue, Gerber, Task 7.0 - Construction California, 96035 until 3:00 PM Assistance (PST) on 4/3/13 at which time they will be publicly opened and It is anticipated that the Consul- read aloud in the conference tant will provide limited assis- room at the aforementioned adtance during construction, pri- dress. marily consisting of field reviews, responding to requests DESCRIPTION OF WORK for information. and various Realignment of a horizontal meetings (assume three), as re- curve on Rancho Tehama Road, quested by City of Red Bluff, If 1.5 miles west of Paskenta Road. requested, appropriate design Work includes salvaging existteam members will attend the ing asphalt, excavation and following meetings: a grading of superelevated curve, preconstruction meeting and new hot mix asphalt, culverts, one construction coordination field fencing, signage and meetings in the field. Construc- striping. tion management will be provided by City of Red Bluff or a firm DISADVANTAGED BUSINESS selected by the City of Red Bluff ENTERPRISE GOAL to provide construction man- The DBE Contract goal is 5.0% agement servicesas a part of a separate Contract. TRAINEES OR APPRENTICES The number of trainees or apDuring the construction phase, prentices for this contract is 0. the City anticipates review of a The project has 30 Working maximum of five (5) shop draw- Days. ing submittals and response to a maximum of five (5) Requests PRE-BID MEETING for Information (RFI's). A mandatory pre-bid meeting is scheduled for 3/20/13, 10:00 AM If questions arise during con- at the offices of Tehama County struction over the intent of the Public Works, 9380 San Benito design, appropriate design team Ave, Gerber, CA. This meeting is members will respond to such to inform bidders and potential questions in a timely fashion. subcontractors of project reThe Consultant shall review, quirements, arranging comment, and make recommen- solicitations, times for the predations on the Contractor's ma- sentation of bids, quantities, terial submittals and shop draw- specifications, and delivery ings. The Consultant shall pre- schedules in ways that facilitate pare record drawings with revi- DBE, and other small businesses sions for the Project based on participation (e.g., unbundling information provided to the Con- large contracts to make them sultant by the Contractor more accessible to small businesses, requiring or encouragEstimated ing prime contractors to subBudget $__________ contract portions of work that they might otherwise perform Task 8.0 - Quality Control with their own forces) of subcontracting and material supply The Consultant shall implement opportunities. The County will and maintain quality control also answer any questions perprocedures through the prepa- taining to the Plans, Contract, ration of memoranda, working and Specifications including the papers, reports, plans and draw- Alternative bid procedures, if ings for the Project. The quality any. Bidder's attendance at this control procedures will be in ef- meeting will mandatory. fect during the entire time engineering work is being performed BUY AMERICA PROVISIONS for the Project. The quality con- THIS PROJECT IS SUBJECT TO trol procedures will establish a THE "BUY AMERICA" PROVIprocess whereby any calcula- SIONS OF THE SURFACE TRANStions are independently PORTATION ASSISTANCE ACT OF checked, plans are checked and 1982 AS AMENDED BY THE corrected, and all Project- INTERMODAL SURFACE TRANSrelated memoranda, working PORTATION EFFICIENCY ACT OF papers, and reports are routed 1991. and received by the affected persons and then bound in ap- Bids are required for the entire propriate files. work described herein. Estimated Budget $__________ Task 9.0 - Meetings and Coordination The Consultant shall prepare a list of potentially impacted util- The Consultant shall budget 20 hours for meetings and coordiities using, but not limited to: nation with the City of Red Bluff throughout the preliminary and • Available utility contact lists final design phase of this proj• List of utility subscribers to Any additional time rethe local Underground Service ect. quired will be provided as an Alert service amendment to this scope of • Utility contact information posted on existing facilities in services. the vicinity of the project. Estimated Budget $___________ Estimated Budget $ _________ __ Task 10.0 - Direct Costs Task 3.0 - Permitting The Contractor may bill the City For the purposes of this project, of Red Bluff the direct cost, plus the only permit that the City an- 10%, for all printing, plotting, ticipates processing is a Street messenger and overnight delivTravel and per Encroachment Permit for the ery services. work in South Main. The Consul- diem costs will be billed at the di d il d h f CONTRACTOR'S LICENSE CLASSIFICATION The contractor shall possess either a Class AOR C12 license at the time this contract is awarded. This contract is subject to state contract nondiscrimination and compliance requirements pursuant to Government Code, Section 12990. Inquiries or questions based on alleged patent ambiguity of the plans, specifications or estimate must be communicated as a bidder inquiry prior to bid opening. Any such inquiries or questions, submitted after bid opening, will not be treated as a bid protest. OBTAINING OR INSPECTING CONTRACT DOCUMENTS The Project Bid Book and Construction Plans may be inspected at no cost at the Department's offices, or copies of these documents may be obtained for a NONREFUNDABLE $ i l di FEE OF $ 50.00 PER SET including ½ size formatted on 11" x 17" paper. Full size individual sheets are available at a cost of $3.50 per sheet. These documents can be obtained from: TEHAMA COUNTY DEPARTMENT OF PUBLIC WORKS 9380 SAN BENITO AVENUE, GERBER, CALIFORNIA Technical questions should be directed to the Office of the Director of Public Works, County of Tehama, Gerber, California, telephone (530) 385-1462 ex. 3016 or 3009. The successful bidder shall furnish a payment bond and a performance bond. The County of Tehama affirms that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation. FEDERAL AND CALIFORNIA PREVAILING WAGE REQUIREMENTS Federal minimum wage rates are not included in these specifications. They may be obtained at the Internet Web Site http:// www.wdol.gov/dba.aspx A copy is also available at the Offices of Tehama County Public Works, 9380 San Benito Avenue, Gerber, CA 96035 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. 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. The U.S. Department of Transportation (DOT) provides a tollfree "hotline" service to report bid rigging activities. Bid rigging activities can be reported Mondays through Fridays, between 8:00 a.m. and 5:00 p.m., Eastern Time, Telephone No. 1-800-4249071. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report these activities. The "hotline" is part of the DOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. PUBLIC CONTRACT CODE SECTION 22300 Pursuant to Public Contract Code Section 22300, for monies earned by the Contractor and withheld by the County to ensure the performance of the Contract, the Contractor, may, at its option, choose to substitute securities meeting the requirements of said Public Contract Code Section 22300. Such securities shall be valued by the County Treasurer-Tax Collector, whose decision shall be final. Securities not listed under Public Contract Code Section 22300 or Government Code Section 16430 must be pre-qualified by the County Treasurer-Tax Collector before bid opening in order to be accepted by the County as security. BOARD OF SUPERVISORS; COUNTY OF TEHAMA _____________________ ___________ Date BY: Gary B. Antone, Director Department of Public Works Publish: March 8, & 18, 2013 Unhassle your Daily News Carrier-Delivered Subscription! Convert to EZ-Pay Every 13 Weeks Automatic charge of $ 00 24 to your Debit or Credit Card! Convert back anytime! - No billings by mail - No checks to write - No postage to pay - No home delivery surcharges - Include carrier tip if desired To convert or start an EZ-Pay Home Delivery Subscription Just Call DAILY NEWS RED BLUFF TEHAMA COUNTY Circulation Home Delivery Customer Service 527-2151