HomeMy WebLinkAboutNotice of Inviting Bids - For Construction of Hamilton Avenuw Rehabilation And Complete Street Project No.23-BBPROOF 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:
December 10, 17, 24, 31
I certify (or declare) under
penalty of perjury that the
foregoing is true and correct.
Dated: December 31, 2026
A . (ti T " 1 • /•
- 2025
Filing Stamp
CC ()qD
CITY OF CAMPBELL
DEPARTMENT OF PUBLIC WORKS
NOTICE INVITING BIDS
FOR CONSTRUCTION OF
HAMILTON AVENUE REHABILITATION AND
COMPLETE STREET
PROJECT NO.23-BB
FEDERAL PROJECT NO. CPFL — 5306 (034)
• Date and Place of Opening Bids. Notice is hereby
given that sealed 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,
JANUARY 15, 2026, 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 located on: Hamilton Avenue from the western city
limit line approximately 640' west of Phoenix Drive to
the eastern city limit line at the intersection of Hurst
Avenue within the City of Campbell
• Scope of Work. The work to be performed, '
in general, consists of furnishing all labor, tools,
equipment transportation, and materials required to
complete the HAMILTON AVENUE REHABILITATION
AND COMPLETE STREET — PROJECT NO 23-BB:
FEDERAL PROJECT NO. CPFL — 5306 (034). The scope
of work generally includes, but is not limited to the
following:
PCC sidewalk, driveway, curb and gutter, extruded curb
removal and replacement: tree trimming; root pruning:
ADA compliant accessibility ramps and passageway
installation: traffic signal modifications: removal
and replacement of traffic striping, markers, and
pavement marking; lowering of existing utilities and
other appurtenances; asphalt concrete milling; asphalt
concrete digouts; slurry sealing; hot mix asphalt
concrete street resurfacing; cold -in -place recycling
(CIR), adjustment of inlet frame and grates, adjustment
of utility and other appurtenances to finished grade:
traffic control, public notification & outreach: utility
coordination; Santa Clara Valley Transportation
Authority (VTA) — Bus Route Coordination; and
associated traffic control, which includes temporary
signing and striping.
Additive alternate bid items of work include the
lowering/raising utility company appurtenances to
grade.
This project is partially funded with federal dollars
and is therefore subjected to federal guidelines as
noted in the Special Provisions. The Contractor
shall be responsible for complying with the federal
requirements and for completing and submitting all
necessary forms required under this contract.
Federal Labor Standards Provisions, including
prevailing wage requirements of the Davis -Bacon and
Related Acts will be enforced. In the event of a conflict
between Federal and State Wage Rates, the higher of
the two shall prevail
A total of three (3) Federal Trainees are required in this
contract for the following work categories:
• Electrical —1 trainee required
• Portland Cement Concrete - 2 trainees required
Per Section 7 "Legal Relations and Responsibility" of
the Special Provisions, the Contractor shall submit the
following information and obtain approval by the City of
Campbell prior to the start of construction:
• Number of apprentices or trainees to be trained
for each classification
• Training program to be used
• Training start date for each classification
• 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 180 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. i
• Material Preference. The City will not be accepting
Substitution Requests for the following j
items in order to match other products/equipment !
currently in use:
• Telespar Unistrut Signpost
• Detectable Warning Surface ADA-2 Pavers by
Wausaw Tile
• Premark ViziGrip Skid/Slip Resistant Pre -Formed
Thermoplastic.
--.Green Cobra model GCM1-60J-MV-40K-3R-GY- 1
125-PC.R7-CR-WL-RWG by Leotek
• Contract Documents. Interested parties may view
the Contract Documents, which include the following:
Plans, 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 # 9656278 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
infoCquestcdn,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,
. a r, t t a f< 1 .1 + C{ t F ,i l! tr •• F i. 4 t, t 3! i� i t a• t 1!}(•
r t r . t . , i , . a . .. a F - • r . 4 t
t i �
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 enclosed with it.
• Bonds. Pursuant to Civil Code Section 3247
and Campbell Municipal Code Section 3.20.050(9),
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.
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.
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) In a format
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.
• Award of Contract. Contractor shall refer to
Section 3 "Determination of Low Bid" in the Special
• Licenses. All bidders, contractors and
subcontractors shall be licensed in accordance with
the laws of the State of California. All contractors and
1
Provisions of the Contract Document.
subcontractors shall have and maintain a current and
All terms and conditions contained in the contract
valid contractor license of the required classification
from the State of California throughout the
documents shall become a part of the Contract for
course of
this project.
this project. The Contractor agrees to honor the
submitted Bid Proposal per General Provisions Section
"Timing
Contractor shall refer to Section "Contractor
License & Registration" in the Special Provisions the
3101A of Award". It is anticipated that the
Contract for this project will be awarded to the lowest
of
Contract Documents for the required Class license of
the Prime Contractor. Failure to possess the specified
responsible responsive bidder in the month of February
2026. A bid may be rejected if the City determines that
license at the time the Contract is awarded shall render
the bid nonresponsive and shall act as a bar to
any of the bid item prices are materially unbalanced to
the potential detriment of the City. To the fullest extent
award. .
the Contract to any bidder not possessingsaid license
at bid submission and result in a forfeiture of the bid
permitted by law, the City reserves and maintains the
security.
right to reject any and all bids and to waive any bid
informality or irregularity at its discretion.
Pre -Bid Site Review. Prospective bidders are
required to conduct a review of the
• Prevailing Rate of Wage. The work contemplated
project site prior
to bid. The purpose of the site visit is to acquaint
the bidders with the site conditions and other local
by the contract documents is a public work subject
to prevailing wages under California Labor Code :
conditions that may affect the performance and costs
of the work prior to submitting a bid proposal. The
Section 1770 et. seq. Pursuant to Section 1773 of the
Labor Code, the general prevailing wage rates in the -
submission of a bid shall be conclusive evidence that
the bidder has investigated and is satisfied to the
county, or counties, in which the work is to be done
have been determined by the Director of the California
conditions to be encountered, as to the character,
quality, and scope of work to be performed and the
Department of industrial Relations. In accordance
with Sections 1770 through 1780 inclusive of the
quantities of materials to be furnished, and as to
the requirements of the Project Plans and Contract
California Labor Code, the City has obtained from
Documents.
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
• .State of California Department of industrial
Relations (DIR). This project is subject to compliance
the Contract for this project is awarded and any
subcontractors must pay not less than the specified
monitoring and enforcement by the DIR pursuant to
California Labor Code Section 1771.4.
prevailing rates of wages to all workers employed in
the execution of the Contract. This project is subject
No contractor or subcontractor may be listed on a `
bid proposal or awarded a contract for a public works
to compliance monitoring and enforcement by the
Department of Industrial Relations and/or the City of
project unless registered with the DIR pursuant to
Labor Code Section 1725.5 [with limited exceptions
Campbell. Pursuant to Section 1773.2 of the Labor
Code, general prevailing wage rates included in the Bid
from this requirement for bid purposes only
under Labor Code Section 1771.1(a)]. Refer to DIR
Proposal and Contract for the project shall be posted
by the Contractor at a prominent place at the site of
Registration Statement in the Bid Proposal Forms.
• Project Administration. All questions regarding
the work. Copies of the prevailing rates of wages for
this project are found in the Contract of the Project
this project shall be submitted in writing and received
no later than 5PM on JANUARY 7, 2026. All
Specifications.,shall
Attention is directed to the Federal minimum wage rate
questions
be submitted via QuestCDN.
requirements in the bid book, if there is a difference
between the minimum wage rates predetermined
��AV'C444�
by the Secretary of Labor and the general prevailing
wage rates determined by the Director of the
California
t°
Department of Industrial Relations for°
similar classifications of labor, the Contractor and
Ote"Al-D
subcontractors shall pay not less than the higher wage
CITY OF CAMPBELL
rate. Copies of the federal minimum wage rates can
Andrea Sanders, City Clerk
be found in the Contract. The Department will not
Publish: December 10th,17th, 24th and3lst, 2025