HomeMy WebLinkAboutNotice of Inviting Bids - For Construction of John D Morgan Park Parking Lots Improvements - Project No. 23-DDPROOF OF PUBLICATION Filing Stamp
(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 C
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:
October 9, 16, 23 — 2025
I certify (or declare) under
penalty of perjury that the
foregoing is true and correct.
Dated: October 23, 2024
At San Jose, California
1
Dave . iller
CITY OF CAMPBELL
DEPARTMENT OF PUBLIC WORKS
NOTICE INVITING BiDS
FOR CONSTRUCTION OF
JOHN D MORGAN PARK PARKING LOTS
IMPROVEMENTS — PROJECT NO.23-DD
1. 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.
November 4.2024, 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)
2. Location of Work. The work that is to be performed
is at the parking lot of John D Morgan Park located at
the west end of Rincon Avenue, adjacent to San Tomas
Expressway within the City of Campbell.
3. Scope of Work. The work to be performed,
in general, consists of furnishing all labor, tools,
equipment, transportation, and materials required to
complete the JOHN D MORGAN PARK PARKING LOTS
IMPROVEMENTS — PROJECT NO.23-DD. The scope
of work generally includes, but is not limited to the
following: tree removals: asphalt concrete dig outs and
repairs: installation of ADA compliant parking stalls,
Type If slurry seal, split rail fence, bollards: removal
and replacement of parking lot striping: installation of
pedestrian pathway lighting; distribution and posting
of public notifications: performing traffic control
including all construction signs and equipment,
flaggers. temporary signing and striping: 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,ornahe forms contained therein.
Time for completion of the work is 50 WORKING DAYS
for all work.
4. 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.
5. Material Preference. The City will not be accepting
Substitution Requests for the fcllowing items:
a. Unistrut Signpost
b. Traffic Guard LPHDHB Collapsible Bollards
Notice Inviting Bids, Bid Proposal Forms. Contract, and
Special Provisions on theQuestCDN website.
Contract Documents are available for download on
QuestCON by inputting the Project # �9321328
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.
7. 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 enclosed with it,
8. Bands. 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.
9. Award of Contract. Contractor shall refer to Section
3 "Determination of Low Bid" in the Special Provisions
of the Contract Document.
All terns and conditions contained in the contract
documents shall become a part of the Contract
for this project. The Contractor agrees to honor
the submitted Bid Proposal per General Provisions
Section 3-1.01A "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 December 2024. 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 bylaw, the City
reserves and maintains the right to reject any and all
bids and to waive any bid informality or irregularity at
its discretion.
10. 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. Pursuant to Section 1773 of the
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, andthe City of Campbell, in the
following manner, (a) Monthly, and (b) in a format
prescribed by the Labor Commissioner.
11. Substitution of Securities. Pursuant to Section
6. Contract Documents. Interested parties may view 22300 of the California Public Contract Code, the
the Contract Documents, which include the following: 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.
12. Licenses. All bidders, contractors and
subcontractors shall be licensed in accordance with
1
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.
13. 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
cohditions that may affect the performance and costs
of the work prior to submitting a bid proposal. The
submission of a bid shalt 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.
14, 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 DIR pursuant to
Labor Code Section 1725.5 [with limited exceptions
from this requirement for bid purposes only
under Labor Code Section I771.1(a)]. Refer to DIR
Registration Statement in the Bid Proposal Forms.
15. Project Administration. All questions regarding
this project shall be submitted in writing and received
no later than 5PM on October 23, 2024. Questions
shall be directed to:
City of Campbell
Public Works Department
70 N. lst Street
Campbell, CA 95008-1423
Attention: Andrew Kin -McAlpine
Email: andrewk@campbelica.gov
Telephone: (408)866-2162
CITY OF CAMPBELL
Andrea Sanders, City Clerk
Publish: October 9th, October 16th, and October 23rd,
2024