Loading...
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