City of Ventura - 2022-037 Harmon Barranca Bike Path Connection

Project consists of installing two (2) HAWK signals, 1 Rectangular Rapid Flashing Beacon (RRFB) beacon crossings along the Harmon Barranca Path corridor that runs from State Route 126 to US 101 Freeway east of Victoria Avenue. The project will install a two (2) High Intensity Activated crosswalk (HAWK) style crossing at the Harmon Barranca Path crossing at both Telephone Road and Bristol Road, a rectangular rapid flashing beacon at the Harmon Barranca crossing at Ralston Street, and appurtenant work as shown on the plans with Drawing No. 2022-D-037. The Engineer's Estimate of cost is $690,000.

Status

Bidding Closed

Bid Date6/8/23 2:00pm

Company & Contacts

City of Ventura
Pam Baumgardner  
(805) 654-7870

Location

Ventura, CA

NOTICE INVITING BIDS

Notice is hereby given that sealed bids will be received by the City of San Buenaventura, California, at the office of the City Clerk in the City Hall, 501 Poli Street (Post Office Box 99), Ventura, California, before 2:00 p.m., on Thursday the 8th day of June, 2023, at which time they will be publicly opened and read for Harmon Barranca Bike Path Closure which consists of installing two (2) HAWK signals, 1 Rectangular Rapid Flashing Beacon (RRFB) beacon crossings along the Harmon Barranca Path corridor that runs from State Route 126 to US 101 Freeway east of Victoria Avenue. The project will install a two (2) High Intensity Activated crosswalk (HAWK) style crossing at the Harmon Barranca Path crossing at both Telephone Road and Bristol Road, a rectangular rapid flashing beacon at the Harmon Barranca crossing at Ralston Street, and appurtenant work as shown on the plans with Drawing No. 2022-D-037. The Engineer’s Estimate of cost is $690,000.

Bids shall be received by the City of San Buenaventura, California, at the Office of the City Clerk in the City Hall, 501 Poli Street (Post Office Box 99), Ventura California, before
2:00 p.m., on Thursday the 8th day of June, 2023. Bids shall be hand delivered to the City Clerk’s Office (Room 204 at City Hall) between 1:30 p.m. and 2:00 p.m. Mailed bids shall be by Certified Mail, received by the City Clerk by the date and time of the scheduled bid opening or before. Non-certified mailed bids shall be rejected.

Mailed bids shall be by Certified Mail, received by the City Clerk by the date and time of the scheduled bid opening or before. Non-certified mailed bids shall be rejected. Mailed bids must be received in the City Clerk’s office prior to the day and time of the bid opening. Bids may also be hand delivered to the City Clerk’s Office (Room 204 at City Hall) between 1:30 p.m. and 2:00 p.m. on the scheduled day of the bid opening.

The said work shall be performed in strict conformity with specifications therefore being Specification No. 2022-037.

Plans and Specifications can be purchased in hardcopy format, electronic medium format (CD), and/or electronic download from the World Wide Web starting on May 12th, 2023. Plans and Specifications can be reviewed and purchased on the World Wide Web through CyberCopy at www.cybercopyusa.com. The cost to download plans and specifications electronically from the website is $35. The cost to purchase the plans and specifications in a hardcopy format is $50 and $35 for electronic medium format (CD). Hardcopies and electronic medium format (CD) of the Plans and Specifications can be obtained by contacting CyberCopy’s offices. Hardcopy formats and electronic medium format (CD) can be mailed by CyberCopy to the prospective bidders ($25 for shipping and handling). Please contact CyberCopy at (805) 642-3292 or (805) 381-9111 for additional information. The cost to obtain plans and specifications in any specified format herein is non-refundable.

Each bidder must be on the City’s Plan Holder List of Record. A bid received by a Contractor who is not a “Plan Holder of Record” may be deemed non responsive. A “Plan Holder of Record” is one who has purchased a set of plans and specifications through CyberCopy or the City.

Each bid shall be accompanied by a certified or cashier’s check payable to the order of the City, or by a bid bond executed by a corporate surety authorized to do business in the State of California in the sum of not less than 10% of the total amount of the bid, as a guarantee that the bidder will enter into the proposed contract if it be awarded him.

Bid documents shall be enclosed in an envelope which shall be sealed and clearly labeled with the project title, name of bidder, and date and time of bid opening in order to guard against premature opening of the bid.

The bidder to whom the contract is awarded by the City shall execute the contract and furnish a surety bond in the amount of 100% of the contract price guarantee¬ing the faithful performance of the contract and it shall remain in force for a period of one year after final acceptance. An additional bond for 100% of the contract price shall be furnished to secure the payment of claims for labor and materials furnished for the work.

This project requires payment of State prevailing rates of wages for Ventura County. The contractor shall post copies of the prevailing schedule at each job site. Copies of these rates of wages are available from the State of California Department of Industrial Relations Prevailing Wage Unit. The website for this agency is located at www.dir.ca.gov.

This project is subject to prevailing wage compliance monitoring and enforcement by the Department of Industrial Relations. No contractor or subcontractor may be listed on the bid proposal unless registered with the Department of Industrial Relations, pursuant to Labor Code Section 1725.5. No bid will be accepted from a Contractor without proof of the Contractor’s and subcontractor’s current registration.

This project is funded with Federal funds and therefore all the Federal requirements for Federal-Aid construction projects shall apply as shown in the Proposal and Appendix. The Bidder shall complete and furnish with its proposal the applicable forms that are included in the Contract Documents.

The contractor to whom the contract is awarded shall assist in locating, qualifying, hiring and increasing the skills of minority group employees and applicants for employment, as set forth in Executive Order 11246 and 11375.

All bids are to be compared on the basis of the Engineer’s estimate of the quantities of work to be done.

No bid will be accepted from a contractor who is not licensed in accordance with the provisions of Chapter 9, Division 3 of the Business and Professions Code. Contractor’s license classification required for this project is Class “A”.

A bidder will be considered “experienced” and responsible if the prime contractor (bidder) meets the licensing requirements and has been in business for at least five (5) years (either current business name or if the proposed project manager for the bidder has applicable experience with others) providing comparable traffic signal installation projects, including successfully completing a minimum of three previous projects similar in scope and scale to this project. The three similar projects shall specifically include at least three (3) traffic signal installation projects, each valued at $400,000 or more. These projects must have been performed in existing/developed commercial, industrial or residential streets. The City WILL reject any bid not meeting all of these qualification requirements.

The bidder (General Contractor) must perform contract work amounting to at least 50 percent of the Contract Price not including costs associated with the following designated specialty items in accordance with Section 3-2 of the Standard Specification for Public Work Construction, 2018 edition: Electrical

Pursuant to Public Contract Code Section 3400(b), the City has made a finding that designates certain materials, products, things or services by specific brand or trade name for statutorily enumerated purposes. As required by Section 3400(b), the City has made such findings as further described in Section 4-1.6 of the Special Provisions to the Standard Specifications. The materials, products, things, or services specified by brand or trade names that must be used for the Project are listed in various sections of the Technical Specifications. Pursuant to 3400©, City’s allowance or acceptance of a substitution for an “equal” item is not applicable where indicated in the specifications in order to match other products in use on a particular public improvement either completed or in the course of completion.

The City reserves the right to retain all bids for a period of 60 days for examination and comparison, and to delete any portion of the work from the contract. The City reserves the right to reject any and all bids and to waive any informality in such bids.

Pursuant to Public Contract Code Section 7201, five percent (5%) will be deducted from each progress payment and retained by the City and the remainder less the amount of all previous payments will be paid to the Contractor.

Pursuant to Public Contracts Code (“PCC”) § 22300, the Contractor may substitute securities for retention monies held by the City or request that the City place such monies into an escrow account. The Contractor is notified, pursuant to PCC § 22300, any such election will be at the Contractor’s own expense and will include costs incurred by the City to accommodate the Contractor’s request. City and Contractor agree to utilize the approved as to form escrow agreement prepared by the City which is substantially similar to the form within the PCC. A copy may be examined if requested.

Contact Luis Mejia, Project Engineer at (805)654-7828 for technical questions or Pam Baumgardner at (805) 654-7870 for administrative questions or CyberCopyUSA.com to request plans and specifications.