HomeMy WebLinkAboutNotice of Inviting Bids - 11/12/2025 - Campbell City Hall ADA Counter Improvements Project No. 24-VVPROOF OF PUBLICATION
(2015.5 c.c.p.)
PROOF OF PUBLICATION
State of California
County of Santa Clara
I am a citizen of the United
States and a resident of the
State of California: I am over
the age of 18 years, and not
party to or interested in the
above -entitled matter. I am the
principal clerk of the printer of
Metro Silicon Valley's Weekly
Newspaper, 380 South First
Street, San Jose, California
95113 a newspaper published
in the English language in the
City of San Jose, and adjudged
a newspaper of general circula-
tion as defined by the laws of
the State of California by the
Superior court of the county of
Santa Clara, State of California,
on April 7, 1988, Case No.
651274; that the notice of which
annexed is a printed copy
has been published in each
regular and entire issue of said
newspaper and not in any sup-
plement thereof on the follow-
ing dates:
November 12 — 2025
I certify (or declare) under
penalty of perjury that the
foregoing is true and correct.
Dated: November 12, 2025
At San JoAe, California
Miller
Filing Stamp
V>Uiod,
CITY OF CAMPBELL
DEPARTMENT OF PUBLIC WORKS
NOTICE INVITING BIDS
FOR CONSTRUCTION OF
THE CAMPBELL CITY HALL ADA COUNTER
IMPROVEMENTS PROJECT NO.24-VV
Date and Place of Opening Bids. Notice is hereby
given thatsealed bids will be received at the Office
of the City Clerk of the City of Campbell (City), 70 N.
First Street, Campbell, CA 95008-1423 by 3:00 PM,
December3, 2025, for the foregoing project. The bids
so submitted will be publicly opened and read aloud at
3:05 PM in the Council Chambers. '(BIDS RECEIVED
AFTER THE DATE AND TIME STATED ABOVE WILL
BE REJECTED AS NONRESPONSIVE. IT IS HIGHLY
RECOMMENDED THAT ALL BIDS BE HAND DELIVERED).
• Location of Work. The work that is to be
performed is at the Campbell City Hall, 70 N. First
Street, Campbell, CA 95008 within the City of
Campbell.
• ScopeofWork. The work to be performed.
in general, consists of furnishing all labor, tools,
.equipment, transportation, and materials required
to complete the Campbell City Hall ADA Counter
Improvements Project No.24-VV. The scope of work
generally includes, but is not limited to the following:
demolition and disposal of the existing public counters.
fixed seatingat Council Chamber and Council Chamber
dais; procurement and installation of new public
counters; reconstruction of the Council Chambers'
dais: construction of ADA ramps at Council Chamber,
carpet replacement, ceiling replacement, painting
walls, electrical panel replacement. adjustment of -
lighting, general outlets and other minor electrical
items as needed; and all other incidentals necessary to
complete the work.
Bids are required for the entire work described
in the project plans, specifications, and contract
documents, and must be submitted on the forms
contained therein.
Time for completion of the work is 40 WORKING DAYS
for all work.
• Specified "Or Equal' Items. As noted in the
Contract Documents. and in conformance with General
Provisions Section 6-4.07 Specified "Or Equal" Items.
Bidders must submit "Or Equal" items for review within
30-calendar days of the Contract Award pursuant to
Section 6-1.06 "Trade names and Alternatives" of the
General Provisions.
• Contract Documents. Interested parties may view
the Contract Documents, which include the following:
Notice Inviting Bids. Bid Proposal Forms, Contract, and
Special Provisions on the QuestCDN website.
Contract Documents are available for download on
QuestCDN by inputting the Project #9927804 on
QuestCDN's Project Search webpage. Fees will be
applied for download per QuestCDN. Registered
plan holders will receive notification of addenda,
and responses to questions posed during bid. Those
downloading the Contract Documents assume
the responsibility and risk for completeness of the
Contract Documents when bidding.
Please contact QuestCDN.com at (952) 233-1632 or
info@questcdn.com for assistance in free membership,
registration, and for downloading assistance.
• Bid Security. Each bid shall be accompanied by .
one of the following forms of bidder's security: cash,
certified or cashier's check drawn upon a responsible
bank, or Bid Bond provided by an admitted surety
insurer, authorized to issue surety bonds in the State of
California, and made payable to the City of Campbell.
The bidder's security shall be in an amount equal to
ten percent (10%) of the total bid price and shall be
conditioned to be forfeited to the City of Campbell
in the event that the bidder, if their bid is accepted,
does not execute the Contract for this project and.
provide the required bonds (including, but not limited
to, payment and.performance bonds), certificates of
insurance, and endorsements.within ten (10) working
days of the mailing to the bidder of the Notice of Award.
A bid will not be considered unless one of the approved
forms of bidder's'security.,is eal,d* with It
Bonds, -The Contractor shall furnish and provide
a Faithful Performance Bond (Performance Bond) and
a Labor& Materials Bond (Payment Bond) in the full
amount of the Contract Price upon execution of the
Contract Agreement.
• Award of Contract. Contractor shall refer to
Section3".Determination of Low Bid' in the Special
Provisions of the Contract Document
All terms and conditions contained in the contract
documents shall become apart of the Contract for
this project. TheContractor agrees tohonor the .
submitted Bid Proposal perGeneral Provisions Section
3101A "Timing of Award". It is anticipated that the
Contract for this project will be awarded to the lowest
responsible responsive bidder in the month of October.
A bid may be rejected if the City determines that any
of the bid item prices are materially unbalanced to the
potential detriment of the City. To the fullest extent
permitted by law. the City reserves and maintains the
right to reject any and all bids and to waive any bid i
informality or irregularity at its discretion. -
• Prevailing Rate of Wage. The work contemplated
by the contract documents is a public work subject
to prevailing wages under California Labor Code ,
Section 1770 et. seq. PursuanttoSection 1773ofthe
Labor Code, the general prevailing wage rates in the
county, or counties, in which the work is to be done
have been determined by the Director of the California
Department of Industrial Relations: In accordance
with Sections 1770 through 1780 inclusive of the • .
California Labor Code, the City has obtained from -.
the Department of Industrial Relations the general
prevailing rates of wages in the locality in which the
work is to be performed. The Contractor to whom
the Contract for this project is awarded and any
subcontractors must pay not less than the specified
prevailing rates of wages to all workers employed in
the execution of the Contract. This project is subject
to compliance monitoring and enforcement by the -
Department of Industrial Relations and/or the City of
_Campbell. Pursuant to Section 1773.2 of the Labor
,Code, general prevailing wage rates included in the Bid
Proposal and Contract for the project shall be posted
by the Contractor at a prominent place at, the site of
the work. `Copies of the prevailing rates of wages for
this project are found in -Appendix G of the Project
Specifications.
Each Contractor and Subcontractor shall furnish
the records specified in Section 1776 directly to the
Labor Commissioner, and the City of Campbell, in the
following manner: (a) Monthly,and (b)Inaformat
prescribed by the Labor Commissioner.
Substitution of Securities. Pursuant to Section
22300 of the California Public Contract Code, the
Contractor may substitute certain securities for
moneys withheld by the City to ensure performance
under the Contract, or, in the alternative, may request
the City to make payment of retentions earned directly
to an escrow agent at Contractor's expense.
Licenses. All bidders, contractors and
subcontractors shall be licensed in accordance with
the laws of the State of California. All contractors and
subcontractors shall have and maintain a current and
valid contractor license of the required classification
from the State of California throughout the course of
this project.
Contractor shall refer to Section 3 "Contractor
License & Registration" in the Special Provisions of the
Contract Documents for the required Class license of
the Prime Contractor. Failure to possess the specified
license at the time the bid is submitted shall render
the bid non -responsive and shall act as a bar to award
the Contract to any bidder not possessing said license
at bid submission and result in a forfeiture of the bid
security.
• Pre -Bid Site Review. Prospective bidders are
required to conduct a review of the project site prior
to bid. The purpose of the site visit is to acquaint
the bidders with the site conditions and other local "
conditions that may affect the performance and costs
of the work prior to submitting a bid proposal. The
submission of a bid shall be conclusive evidence that
the bidder has investigated and is satisfied as to the
conditions to be encountered, as to the character,
quality. and scope of work to be performed and the
quantities of materials to be furnished, and as to
the requirements of the Project Plans and Contract
Documents.
• State of California Department of Industrial
Relations (DIR). This project is subject to compliance
monitoring and enforcement by the DIR pursuant to
California Labor Code Section 1771.4.
No contractor or subcontractor may be listed on a
bid proposal or awarded a contract for a public works
project unless registered with the DI R pursuant to
Labor Code Section 1725.5 (with limited exceptions
'from this requirement forbid purposes only
under Labor Code Section1771.1(a)]. Refer to DIR
Registration Statement in the Bid Proposal Forms. .
I
Project Administration. All questions regarding this I.
project shall be submitted in writing via QuestCDN.
Deadline for submitting questions is 5PM on November
19. 2025, .
C ITY OF CAM PB ELL
Andrea Sanders, City Clerk
Publish: November12,2025