Vision Zero East San José Safety Improvements Senter RoadPW 10344Closing Date: 08/14/2025 11:00:00 AM PTDetail: NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN that the City of San José (“City“) seeks sealed bid proposals in accordance with the following. Project Name: 10344 - Vision Zero East San José Safety Improvements Senter Road (“Project“) Description of Work: The Project generally involves This project provides funding for key pedestrian/bicyclist safety and transit improvements along 4.7 miles of Senter Road, between Story Road and Monterey Road, including speed radar signs, enhanced pedestrian crosswalks with flashing beacons, concrete curbs to protect bike lanes, planted median islands, advanced pedestrian/bike sensors, bus boarding islands, transit signal priority, new streetlights, and a new traffic signal at Balfour Road. Engineer's Estimate: $7,210,000.00 FILING OF BIDS All proposals must be delivered to the City via Biddingo (www.biddingo.com/sanjose), on or before 11:00 a.m. on Thursday, August 14, 2025. Bidders are responsible for ensuring that their bid is submitted prior to the deadline specified above. To download documents and start your submission go to Bid Documents / Online Submission. For technical support, please contact Biddingo directly at 1-416-756-0955 or 1-800-208-1290 or via email at ebidding@biddingo.com. A representative of the Director of Public Works will publicly open and declare the aggregate bid of each bidder, using the Zoom virtual meeting platform, shortly after the filing deadline. Interested parties can access the virtual bid opening by visiting https://www.sanjoseca.gov/CIPBids. OBTAINING PROCUREMENT DOCUMENTS The City is using Biddingo, an online bid solicitation website, to facilitate this procurement. This procurement is registered on Biddingo (https://www.biddingo.com/sanjose) under the bid number and bid name above and has the following commodity code classifications(s):017500 - Concrete100301 - Construction- Backfill. Digging, Ditching, Grading, Rock Stabilization, Etc.100304 - Construction - Curb, Gutter, Sidewalk (Includes Driveway)100305 - Construction - Other100306 - Construction- Pipeline (Including Removal, Relocation, Lining, and Pipe Fittings)100310 - Construction- Structural and Reinforcement Steel100313 - Construction - Utilities100501 - Demolition Services023000 - Earthwork and Paving Equipment101101 - Excavation Services028000 - Fencing043400 - Landscaping057700 - Paving Services066500 - Road and Highway071500 - Sewer and Storm Drain077505 - Street Lamps and Fixtures077500 - Traffic ControlAll documents and information related to this procurement, including the Project plans and specifications, are on the Biddingo website under the bid number and bid name above. Once registered, bidders can view and download information regarding this procurement, including the bid and contract documents, as well as submit questions related to the bid and contract documents. Once a bidder views or downloads documents for this bid, the bidder becomes a “document taker.” Biddingo will send “document takers” a notification every time the City posts an addendum, responds to a question and/or provides new information related to this procurement. Each bidder is responsible for selecting the appropriate notification options related to its Biddingo account. Following review by the City, proposals will be uploaded to Biddingo. BIDDER’S RESPONSIBILITY TO CHECK FOR UPDATES Bidders must periodically check Biddingo to make sure the bidder has the most recent information about this procurement. REQUESTS FOR INFORMATION Bidders must submit questions or requests for information concerning any part of this bid in writing to the City via Biddingo. The City will not respond to any communication or question submitted directly to City staff or City consultants. Submit questions via Biddingo no later than Thursday, August 7, 2025 at 11:00 am. All bidders are expected to have read and understand the "Procurement and Contract Process Integrity and Conflict of Interest," Section 7 of the Consolidated Open Government and Ethics Provisions adopted on April 9, 2024, a complete copy of which can be found at https://records.sanjoseca.gov/Resolutions/RES2024-99.pdf. Any bidder who violates this policy will be subject to disqualification. The grounds for disqualification include contact regarding this procurement with any City official or employee or evaluation team member other than the Procurement Contact or Purchasing Officer from the time of issuance of this solicitation until the end of the protest period. RELIANCE UPON INFORMATION Bidders can only rely on information obtained through Biddingo. Bidders can not rely on any other written or oral statements of the City or its officers, directors, employees or agents regarding this procurement. In the event a bidder obtains information about this procurement through any means other than Biddingo, the City will not be responsible for the completeness, accuracy or timeliness of the final bid proposal. CONTRACTOR’S LICENSE REQUIREMENTS All prospective bidders are hereby cautioned that the Contractor’s State License Law regulates contractor licensing matters. The Contractor, in its bid proposal, shall be required to disclose its license type, number, and expiration date. Bidders must have a valid California contractor’s license, classification A or C10 to bid this project. CONTRACTOR DIR REGISTRATION REQUIREMENTS Bidder and all designated subcontractors must be registered with the Department of Industrial Relations in accordance with California Labor Code Sections 1725.5 and 1771.1. The City will not accept a bid in which the bidder or any of the designated subcontractors are not registered in accordance with Sections 1725.5 and 1771.1. See Section 2-1.17 of the Special Provisions for the “registration” requirements applicable to the contract. FEDERAL PROJECT Bidders are cautioned that the City will be seeking federal reimbursement for eligible Project expenses, including those incurred under this Contract. As such, the Contractor will be required to comply with all federal requirements as set forth in Attachment 7, “Federal Funding Provisions,” Attachment 8, “Solicitation Provisions for the Airport,” and/or Attachment 9, “LAPM Required Federal-Aid provisions,” as provided in the procurement documents. Bidders should read these requirements carefully before submitting a bid for the Project. In the event of a conflict between any of the federal requirements and any other provision of the Project specifications, including but not limited to the City’s Standard Specifications, as amended, or the Contract, the federal requirements shall take precedence. PREVAILING WAGES AND RELATED LABOR REQUIREMENTS This project is federally funded. The contractor will be required to comply with the applicable federal prevailing wage, hour and labor requirements, including those set forth in the Davis-Bacon Act, the Contract Work Hours and Safety Standards Act, and all related acts (collectively “Federal Labor, Wage and hour Requirements”). This project is also a “public works” as defined in Sections 1720 through 1720.6 of the California Labor Code. The contractor will be required to comply with the prevailing wage, hour and labor requirements set forth in California Labor Code Sections 1720 through 1861 (collectively “State Wage, Hour and Labor Requirements”) to the extent that such requirements do not conflict with the Federal Wage, Hour and Labor Requirements and to the extent the Federal Wage, Hour and Labor requirements are not otherwise applicable. In accordance with the applicable Federal Labor, Wage and Hour Requirements, the contractor will need to pay not less than the local prevailing rate of per diem wages and local prevailing rates for holiday and overtime work, as determined by the Federal Department of Labor. Notwithstanding the foregoing, if both Federal and State prevailing wage requirements contain the same work classification, then the contractor will need to pay not less than the greater of the two (2) applicable local prevailing rate of per diem wages and local prevailing wage rates for holiday and overtime work. Copies of the prevailing rate of per diem wages and the general prevailing wage rates for holiday and overtime work in effect for this project are on file and available for your review from the City’s Office of Equality Assurance at 408-535-8430. See Sections 2-1.17 and 7-1.01a(3) of the Special Provisions, and the body of the contract, for the specific Federal and State Wage, Hour and Labor Requirements applicable to this contract. WAGE THEFT Bidders are expected to have read and understand the “Wage Theft Prevention Policy” adopted on April 11, 2023. A complete copy of Resolution No. RES 2023-96 can be found at https://www.sanjoseca.gov/home/showpublisheddocument/96686/638176810489930000. Any Bidder in violation of the City’s “Wage Theft Prevention Policy” will be disqualified. PROJECT LABOR AGREEMENT This project is subject to the Project Labor Agreement (“PLA”) entered between the City of San José and the Santa Clara and San Benito Counties Building & Construction Trades Council, as may be amended from time to time. The awarded Bidder will be required to agree to the terms of the agreement by signing Addendum A – Agreement to be Bound, of the PLA agreement, and submit at the time the contract is executed. See Attachment 6 for a copy of the PLA including Addendum A. NONDISCRIMINATION/NONPREFERENTIAL TREATMENT The Nondiscrimination/Nonpreferential Treatment requirements of Chapter 4.08 of the San José Municipal Code apply to this project. BID SECURITY Each bid must be accompanied by an electronic pdf copy of a bidder’s bond in the sum of not less than 10% of the total aggregate amount of the bid. Bonds must be issued by a surety that is an “admitted surety insurer” in the State of California and must name the City of San José as beneficiary. Bonds must be accompanied by an electronic pdf copy of the surety’s power of attorney and a notary acknowledgement for the surety’s signature. Bidders must retain the original wet-signed bidder’s bond and provide it to the City upon request. IN-USE OFF-ROAD DIESEL-FUELED VEHICLES REQUIREMENTS This project is subject to the California Air Resources Board (CARB) In-Use Off-Road Diesel-Fueled Fleets requirements found in California Code of Regulations, Title 13, Div. 3, Ch. 9, Art. 4.8, Sec. 2449 (“CARB Regulations”). Bidders must submit valid Certificate(s) of Reported Compliance for itself and all designated subcontractor(s) that are using fleet(s) subject to the CARB Regulations in performance of this contract. Certificates of Reported Compliance are obtained through CARB’s Diesel Off-Road Online Reporting System (DOORS). For technical support, please contact CARB directly at 1-877-593-6677 or via email at doors@arb.ca.gov. BOND REQUIREMENTS Bidder’s attention is directed to those provisions of the Specifications which require the contractor to whom the contract for the work is awarded, to file with the City Clerk at the time the contract is executed, a Contractor’s Payment Bond and a Bond for Faithful Performance meeting all the requirements of the Specifications and approved by the City Attorney of the City of San José. Bonds must be issued by a surety that is an “admitted surety insurer” in the State of California possessing a power of attorney and shall name the City of San José as beneficiary. The Contractor’s Faithful Performance Bond shall be for 100% of the contract amount. Contractor’s Payment Bond shall be for 100% of the contract amount. DEPOSIT OF SECURITIES IN LIEU OF RETENTION Pursuant to the terms and conditions set forth in Public Contracts Code Section 22300, the contractor may substitute certain securities for any money withheld by City as retention to ensure contractor’s performance under the contract. Such substitution of securities in lieu of retention shall be at the contractor’s request and at contractor’s sole expense. The securities shall be in an amount equivalent to the retention to be released.