Loading...
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