Annual Street Overlay/Rehabilitation 2019-21 - Phase II, Project 2020.0050

Agency: City of San Leandro
State: California
Type of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
Posted: Mar 12, 2024
Due: Apr 4, 2024
Solicitation No: Bid No. 23-24.011
Publication URL: To access bid details, please log in.
Bid Number: 23-24.011
Bid Title: Annual Street Overlay/Rehabilitation 2019-21 - Phase II, Project 2020.0050
Category: All Open Bid Requests
Status: Open

Description:

The City of San Leandro is seeking bids for Annual Street Overlay/Rehabilitation 2019-21 - Phase II/ Project No. 2020.0050. The work to be done. The work to be done consists of roadway paving, base cement stabilization, concrete curb ramps, driveways, sidewalks, curbs and gutters, traffic detection loops and pavement striping, and doing all appurtenant work in place and ready for use, as shown on the lans and described in the specifications within the Bid 23-24.011.00

Mandatory Pre-Bid Video Conference will be held on on the following days and times:

Wednesday, March 20, 2024, at 1:30pm

Zoom Meeting ID: 890 9710 6184
Passcode: 905610
Zoom link: https://sanleandro-org.zoom.us/j/89097106184?pwd=QjdObEpPVThZSU5Ca3FmaEJJTXhTQT09

Thursday, March 21, 2024, at 10:00am

Zoom Meeting ID: 837 9769 0035
Passcode: 613329
Zoom link: https://sanleandro-org.zoom.us/j/83797690035?pwd=MHVTYnFhZy85OTdqZWpkNDhhdHpXUT09

The information presented at the conferences will be identical, all bidders must attend ONE of the pre-bid conference and sign the attendance sheet. A firm that didn't attend the pre-bid conference isn't qualified to bid on the project.

Publication Date/Time:
3/11/2023 3:00 PM
Closing Date/Time:
4/4/2024 3:00 PM
Submittal Information:
Bids shall be received up to 3:00 p.m. on Thursday, April 4, 2024
Bid Opening Information:
Please review Notice to Bidder
Pre-bid Meeting:
Please review Notice to Bidder
Contact Person:
Please contact Engineering with any questions at (510) 577-3428.
Download Available:
Yes
Fee:
No Fee to Download
Plan & Spec Available:
Yes, the project plans and Contract Book may be obtained free of charge from the City’s website at: https://www.sanleandro.org/Bids.aspx.

Bidders may also purchase the Project Plans and Contract Book from East Bay Blueprint & Supply Co., at 1745 14th Street, Oakland, CA 94606; Phone Number: (510) 261-2990 or email: ebbp@eastbayblueprint.com.
Business Hours:
8:30am - 5:00pm
Plan Holders List:
Potential bidders are encouraged to contact the City of San Leandro Engineering Department at 510-577-3428 to be placed on the project planholder’s list to receive courtesy notifications of addenda and other project information. Project addenda, if any, will be posted on the website. A bidder who fails to address all project addenda in its proposal may be deemed non-responsive.
Special Requirements:
Class (A) Contractor's License is required for this work.
Related Documents:

Attachment Preview

CITY OF SAN LEANDRO
STATE OF CALIFORNIA
ENGINEERING AND TRANSPORTATION DEPARTMENT
NOTICE TO BIDDERS
FOR
ANNUAL STREET OVERLAY/REHABILITATION 2019-21 – PHASE II
PROJECT NO. 2020.0050
BID NO. 23-24.011
1. BID OPENING: The bidder shall complete the “Proposal to the City of San Leandro” form
contained in the Contract Book. The proposal shall be submitted in its entirety. Incomplete proposals
will be considered non-responsive. Sealed bids containing the completed Proposal Section subject to
the conditions named herein and in the specifications for ANNUAL STREET
OVERLAY/REHABILITATION 2019-21 – PHASE II/PROJECT NO. 2020.0050 addressed to
the City of San Leandro will be received at City Hall, 835 East 14th Street, 2nd Floor San
Leandro at the office of the City Clerk up to 3:00 p.m. on April 4, 2024, at which time they will be
publicly opened and read.
2. BID RESULTS: A summary of the bids received will be made available, via the Internet, at:
https://www.sanleandro.org/Bids.aspx
3. WORK DESCRIPTION: The work to be done consists of roadway paving, base cement stabilization,
concrete curb ramps, driveways, sidewalks, curbs and gutters, traffic detection loops and pavement
striping, and doing all appurtenant work in place and ready for use, all as shown on the plans and
described in the specifications with the title indicated in Paragraph 1 above, and on file in the office
of the City Engineer. Reference to said plans and specifications is hereby made for further
particulars.
4. CONTRACTOR’S LICENSE: A Class (A) Contractor’s License is required for this work. No bid
will be accepted from a contractor who has not been licensed in accordance with Chapter 9, Division
3 of the California Business and Professions Code.
5. BID DEPOSIT: A Bid Deposit equal to at least 10% of the total amount of the bid shall be placed in
the sealed proposal. The Bid Deposit shall be in one of the following forms: cash, cashier’s check or
certified check payable to the City, or bidder’s bond in favor of the City executed by an authorized
surety company.
6. PAYMENT AND PERFORMANCE BONDS: Payment and performance guarantee bonds as set
forth in Section 2-4 of the Special Provisions will be required from the successful bidder.
7. CITY’S RIGHT TO REJECT BIDS: The right is reserved, as the interest of the City may require, to
reject any or all bids, or to waive any informality or minor irregularity in the bids.
8. GENERAL PREVAILING WAGE RATES: In accordance with all applicable provisions of the
California Labor Code, the general prevailing rate of wages applicable to the work to be done shall be
paid on this project. A tabulation of the various classifications of work persons to be employed and
the prevailing rate of wages applicable thereto is available online. A printed copy may be viewed at
Last Revised: 02/05/2024
Annual Street Overlay/Rehabilitation 2019-21 – Phase II
Page 28
Notice to Bidders
Project No. 2020.0050
the office of the City Clerk upon request. Bidder’s attention is directed to Section 7-2 of the Special
Provisions for further information.
9. OBTAINING THE PROJECT PLANS AND CONTRACT BOOK: The project plans and
Contract Book may be obtained free of charge from the City’s website at:
https://www.sanleandro.org/Bids.aspx Bidders who download the plans are encouraged to contact the
City of San Leandro Engineering and Transportation Department at 510-577-3428 to be placed on the
project planholder’s list to receive courtesy notifications of addenda and other project information.
Project addenda, if any, will be posted on the website. A bidder who fails to address all project
addenda in its proposal may be deemed non-responsive.
Bidders may also purchase the Project Plans and Contract Book from East Bay Blueprint & Supply
Co., at 1745 14th Street, Oakland, CA 94606; Phone Number: (510) 261-2990 or email:
ebbp@eastbayblueprint.com.
10. OBTAINING THE APWA STANDARD SPECIFICATIONS (GREEN BOOK): The APWA
Standard Specifications (Greenbook) may be purchased by contacting BNI Building News, 1612
South Clementine Street, Anaheim, CA 92802, (714) 517-0970 or (888) 264-2665.
11. WITHDRAWAL OF PROPOSALS: Any bid may be withdrawn at any time prior to the time fixed
in the public notice for the receipt of bids only by written request for the withdrawal of the bid filed
with the City Clerk. The request shall be executed by the bidder or its duly authorized representative.
The withdrawal of a bid does not prejudice the right of the bidder to file a new bid. Whether or not
bids are opened exactly at the time fixed in the public notice for opening bids, a bid will not be
received after that time nor may any bid be withdrawn after the time fixed in the public notice for
receipt of bids.
12. RELIEF OF BIDDERS: As stated in Public Contract Code Sections 5100 et seq. concerning relief of
bidders and in particular to the requirement therein, that if the bidder claims a mistake was made in
the bid presented, the bidder shall give the City Clerk, written notice within five (5) days after the
opening of the bids of the alleged mistake, specifying in the notice in detail how the mistake occurred.
13. DISQUALIFICATION OF BIDDERS: More than one proposal from an individual, firm,
partnership, corporation, or combination thereof under the same or different names will not be
considered. Reasonable grounds for believing that any individual, firm, partnership, corporation, or
combination thereof is interested in more than one proposal for the work contemplated may cause the
rejection of all proposals in which such individual, firm, partnership, corporation, or combination
thereof is interested. If there is reason for believing that collusion exists among the bidders, any or all
proposals may be rejected. Proposals in which the prices obviously are unbalanced may be rejected.
14. PREVIOUS DISQUALIFICATION, REMOVAL, OR OTHER PREVENTION OF BIDDING: A
bid may be rejected on the basis of a bidder, any officer of such bidder, or any employee of such
bidder who has a proprietary interest in such bidder, having been disqualified, removed, or otherwise
prevented from bidding on, or completing a federal, state, or local project because of a violation of
any law or any safety regulation.
15. RESPONSIBILITY FOR VERIFYING CONTRACT ADDENDA: All bidders shall verify if any
addenda for this project have been issued by the City of San Leandro. It is the bidders’ responsibility
to ensure that all requirements of contract addenda are included in the bidder’s proposal. All bidders
shall include a signed copy of all contract addenda with the proposal. Failure to comply with this
Last Revised: 02/05/2024
Annual Street Overlay/Rehabilitation 2019-21 – Phase II
Page 29
Notice to Bidders
Project No. 2020.0050
requirement shall cause the proposal to be considered as non-responsive and shall be grounds for
rejection of the bid.
16. SITE INVESTIGATION: The bidder shall examine carefully the site of the work to verify all
existing conditions. The submission of a bid shall 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, as to the quantities of materials to be furnished, and as to the
requirements of the proposal, plans, specifications, and the contract. The bidder shall not take
advantage of any apparent error or omission in the plans or specifications. In the event the bidder
discovers any apparent error, discrepancy, or omission as a result of its site investigation, bidder shall
immediately notify the City Engineer.
17. PRE-BID CONFERENCE: A mandatory pre-bid video conference will be held on Wednesday,
March 20, 2024, at 1:30 p.m. and on Thursday, March 21, 2024, at 10:00 a.m. as follows:
Wednesday, March 20, 2024, at 1:30 p.m.
Zoom Meeting ID: 890 9710 6184
Passcode: 905610
Zoom link: https://sanleandro-
org.zoom.us/j/89097106184?pwd=QjdObEpPVThZSU5Ca3FmaEJJTXhTQT09
And
Thursday, March 21, 2024, at 10:00 a.m.
Zoom Meeting ID: 837 9769 0035
Passcode: 613329
Zoom link: https://sanleandro-
org.zoom.us/j/83797690035?pwd=MHVTYnFhZy85OTdqZWpkNDhhdHpXUT09
18. The information presented at the conferences will be identical, all bidders must attend one of the pre-
bid conference and sign the attendance sheet. A firm that didn’t attend the pre-bid conference isn’t
qualified to bid on the project.
Questions regarding the plans and specifications may be submitted in writing to the project engineer
until 5:00 p.m. five (5) days before, excluding Saturdays, Sundays and Holidays, bids must be
received by the City. The City will not respond to oral questions outside of the pre-bid conference.
The response, if any, will be by written addendum only. Oral responses do not constitute a revision to
these plans or specifications.
19. VALUE OF WORK: The Engineer has estimated that the value of work is between $1,000,000 and
$5,000,000.
20. PUBLIC CONTRACT CODE SECTION 22300: Pursuant to Public Contract Code Section 22300,
for monies earned by the Contractor and withheld by the City to ensure the performance of the
Contract, the Contractor, may, at its option, choose to substitute securities meeting the requirements
of said Public Contract Code Section 22300.
21. CALIFORNIA LABOR CODE SECTION 1771: This Contract will be subject to compliance
monitoring and enforcement by the California Department of Industrial Relations, pursuant to Labor
Code section 1771.4. A contractor may not bid, nor be listed as a subcontractor unless currently
registered and qualified to perform public work pursuant to Labor Code Section 1725.5.
Last Revised: 02/05/2024
Annual Street Overlay/Rehabilitation 2019-21 – Phase II
Page 30
Notice to Bidders
Project No. 2020.0050
22. CALIFORNIA LABOR CODE SECTION 6707: Pursuant to the provisions of California Labor
Code Section 6707, when the work involves trenches with a depth of five feet or more, each bid
submitted in response to this Notice to Bidders shall contain, as a bid item, adequate sheeting,
shoring, and bracing, or equivalent method, for the protection of life and limb in trenches and open
excavation, which shall conform to applicable safety orders. By listing this sum, the bidder warrants
that its action does not convey tort liability to the City or City employees, engineers, agents, or
subconsultants.
23. PUBLIC CONTRACT CODE SECTION 2.7: For proposals in the amount of one million dollars
($1,000,000.00) or more, bidders are required to certify that the bidder’s company, any parent
entities, subsidiaries, successors or subunits of the bidder’s company and the signator of the proposal,
personally, are not identified on a list created pursuant to subdivision (b) of Section 2203 of the
California Public Contract Code as a person engaging in investment activities in Iran as described in
subdivision (a) of Section 2202.5, or as a person described in subdivision (b) of Section 2202.5 of the
California Public Contract Code, as applicable.
24. SAN LEANDRO BUSINESS PREFERENCE AND PARTICIPATION GOALS: The work
performed under this contract is subject to Section 1-6-225 of the San Leandro Municipal Code
regarding local business preference and participation. A list of companies that hold a San Leandro
business license is located on the City webpage under the finance department, here:
https://www.sanleandro.org/340/Business-License
25. SAN LEANDRO COMMUNITY WORKFORCE AGREEMENT: The work performed under this
contract is subject to the Community Workforce Agreement adopted by City Council Resolution
2015-104. Contractors attention is directed to Section 10.
26. BID PROTEST PROCEDURES: Any protest of the proposed award of bid to the bidder deemed the
lowest responsible bidder must be submitted in writing to the City no later than 5:00 p.m. on the third
(3rd) business day following the date of the bid opening.
The initial protest must contain a complete statement of the basis for the protest.
The protest must state the facts and refer to the specific portion of the document or the specific
statute that forms the basis for the protest. The protest must include the name, address, and telephone
number of the person representing the protesting party.
The party filing the protest must concurrently transmit a copy of the initial protest to the bidder
deemed the lowest responsible bidder.
The party filing the protest must have actually submitted a bid on the project. A subcontractor of a
party filing a bid on this project may not submit a Bid Protest. A party may not rely on the Bid
Protest submitted by another bidder, but must timely pursue its own protest.
The procedure and time limits set forth in this Section are mandatory and are the bidder’s sole and
exclusive remedy in the event of a Bid Protest. The bidder’s failure to fully comply with these
procedures shall constitute a waiver of any right to further pursue the Bid Protest, including filing of
a challenge of the award pursuant to the California Public Contract Code, filing of a claim pursuant
to the California Government Code, or filing of any other legal proceedings.
The City shall review all timely protests prior to formal award of the bid. The City shall not be
required to hold an administrative hearing to consider a timely protest, but may do so at the option of
Last Revised: 02/05/2024
Annual Street Overlay/Rehabilitation 2019-21 – Phase II
Page 31
Notice to Bidders
Project No. 2020.0050
the Engineer, or if otherwise legally required. At the time of the City Council’s consideration of the
award of the bid, the City Council shall also consider the merits of any timely protests and the
Engineer’s recommendation thereon. The City Council may either accept the protest and award the
bid to the next lowest responsible bidder, or reject the protest and award to the lowest responsible
bidder. Nothing in this section shall be construed as a waiver of the City Council’s right to reject all
bids.
The City reserves the right to waive any bid irregularities not affecting the amount of the bid, except
where such waiver would give the low bidder an advantage or benefit not allowed other bidders.
Dated: March 8, 2024________________
2256126.1
Kelly B. Clancy
City Clerk
Last Revised: 02/05/2024
Annual Street Overlay/Rehabilitation 2019-21 – Phase II
Page 32
Notice to Bidders
Project No. 2020.0050
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Status Ref# Project Close Date Dayes Left Action Open 110775 [UPCOMING: November 2023]

Association of Bay Area Governments

Bid Due: 12/31/2024

Follow 127EAS24Q0004 Calaveras RD Snow Grooming Active Contract Opportunity Notice ID 127EAS24Q0004 Related

Federal Agency

Bid Due: 12/06/2024

Follow Military Ocean Terminal Concord Rail Maintenance Active Contract Opportunity Notice ID HTC711-24-R-R002

Federal Agency

Bid Due: 12/28/2024

Contracting opportunity Bid Number IFB #2024 Qualified Contractors List Category Construction Due Date/Time

Alameda County

Bid Due: 11/29/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.