Document Center - Major Construction
- 1 PRE-ADVERTISEMENT PERIOD DOCUMENTS
- 1.1 Procurement Bid Calendar
- 1.2 Request for Insurance Specifications for Contracts
- 1.3 Authorization to Advertise Memo
- 1.4 Project Budget Summary
- 1.5 Request for Newspaper Advertising
- 1.5.1 Citywide CIP Bid Documents
- 1.5.1.1 Specifications Cover Sheet
- 1.5.1.2 Bid Documents Table of Contents
- 1.5.1.3 Submittal Checklist for Bidders – Major Public Works Proposal
- 1.5.1.4 Notice to Contractors
- 1.5.1.5 Notice to Contractors (Federally-Funded Projects, including FEMA)
- 1.5.1.6 Proposal
- 1.5.1.7 Voluntary Acknowledgement
- 1.5.1.8 Bid Sheet (Standard Schedule of Quantities)
- 1.5.1.9 Bid Sheet (On Call)
- 1.5.1.10 Bidder's Bond
- 1.5.1.11 List of Subcontractors
- 1.5.1.12 List of Subcontractors (Federally-Funded Projects, including FEMA)
- 1.5.1.13 Statement of Bidder's Experience
- 1.5.1.14 Wage Theft Prevention Policy Disclosure
- 1.5.1.15 CARB Regulation Compliance
- 1.5.1.16 Contract - City Council Award Authority
- 1.5.1.17 Contract - Public Works Director Award Authority
- 1.5.1.18 Contractor's Bond for Faithful Performance
- 1.5.1.19 Contractor's Payment Bond
- 1.5.1.20 Special Provisions
- 1.5.1.21 Special Provisions for On-Call Projects
- 1.5.1.22 Special Provisions for Federally or State Funded Projects
- 1.5.1.23 Special Provisions for FEMA Projects
- 1.5.1.24 Attachment 1 - Nondiscrimination/Nonpreferential Treatment Applicable to Contracts for Public Works Construction Projects
- 1.5.1.25 Attachment 2 - Davis Bacon Wage Act
- 1.5.1.26 Attachment 3 - Contract Provisions Implementing Chapter 4.08 of the San Jose Municipal Code Prohibiting Discrimination And Preferential Treatment
- 1.5.1.27 Attachment 4 - Insurance Requirements
- 1.5.1.28 Attachment 5 - Contract Provisions for Prevailing Wage
- 1.5.1.29 Attachment 6 - Project Labor Agreement
- 1.5.1.30 Attachment 7 - Federal Funding Provisions
- 1.5.1.31 Attachment 9 - LAPM Required Federal-Aid Contract Language
- 1.5.2 Regional Wastewater Facility (RWF) CIP Bid Documents
- 1.5.2.1 Div 0 Spec Instructions
- 1.5.2.2 Cover
- 1.5.2.3 Professional Seals
- 1.5.2.4 Table of Contents
- 1.5.2.5 Bidders Checklist
- 1.5.2.6 Notice to Contractors - Non Municipal
- 1.5.2.7 Proposal
- 1.5.2.8 Voluntary Acknowledgement
- 1.5.2.9 Bidders Bond
- 1.5.2.10 Statement of Bidders Experience
- 1.5.2.11 List of Equipment Manufacturers
- 1.5.2.12 List of Subcontractors
- 1.5.2.13 Wage Theft Prevention Policy Disclosure
- 1.5.2.14 CARB Regulation Compliance
- 1.5.2.15 Contract - City Council Approval
- 1.5.2.16 Contract - Director Approval
- 1.5.2.17 Contractor’s Bond for Faithful Performance
- 1.5.2.18 Contractor’s Payment Bond
- 1.5.2.19 Special Provisions - Non-Municipal
- 1.5.2.20 Dispute Resolution
- 1.5.2.21 Attachment 1 - Nondiscrimination/Nonpreferential Treatment Applicable to Contracts For Public Works Construction Projects
- 1.5.2.22 Attachment 2 - Not Used
- 1.5.2.23 Attachment 3 - Contract Provisions Implementing Chapter 4.08 Of The San Jose Municipal Code
- 1.5.2.24 Attachment 4 - Insurance Requirements
- 1.5.2.25 Exhibit I – Owner Controlled Insurance Program Insurance Requirements
- 1.5.2.26 Exhibit II – Owner Controlled Insurance Program Contractor’s Insurance Procedures Manual
- 1.5.2.27 Exhibit III – Owner Controlled Insurance Program (OCIP) Health and Safety Manual
- 1.5.2.28 Attachment 5 - Contract provisions For Prevailing Wage
- 1.5.2.29 Attachment 6 - Project Labor Agreement
- 1.5.3 Airport CIP Bid Documents
- 1.5.3.1 Table of Contents – Airport Specific
- 1.5.3.2 Bidder’s Checklist – Airport Specific
- 1.5.3.3 Proposal – Airport Specific
- 1.5.3.4 Federal Certification 1 - Certification of Compliance with FAA Buy American Preference
- 1.5.3.5 Federal Certification 2 - Certification of Offer/Bidder Regarding Tax Delinquency and Felony Convictions
- 1.5.3.6 Contract – Airport Specific
- 1.5.3.7 Special Provisions
- 1.5.3.8 Attachment 8 - SOLICITATION PROVISIONS FOR THE AIRPORT
- 1.5.3.9 FAA General Provisions
- 1.5.3.10 SJC Specific Division 1 Specifications
- 1.5.1 Citywide CIP Bid Documents
- 2 ADVERTISEMENT PERIOD DOCUMENTS
- 3 POST ADVERTISEMENT PERIOD DOCUMENTS
- 4 AWARD AND EXECUTION PERIOD DOCUMENTS
- 4.1 Bid Extension Letter
- 4.2 Council Agenda Calendar
- 4.3 149-7 Notice of Contract Being Processed
- 4.4 Notice of Contract Award
- 4.5 Contract Processing Package
- 4.5.1 City Clerk Transmittal Form
- 4.5.2 Construction Contract Processing Instructions
- 4.5.3 Contract Award Notification Letter
- 4.5.4 Contract
- 4.5.5 Contractor's Bond for Faithful Performance
- 4.5.6 Contractor's Payment Bond
- 4.5.7 Contract Execution Requirements
- 4.5.8 Sample Certification by Secretary of Corporate Resolution
- 4.5.9 Notary Acknowledgement
- 4.5.10 Small & Local Business Information Form
- 4.6 Post Execution Documents
- 5 INFORMATIONAL MEMORANDUM
PRE-ADVERTISEMENT PERIOD DOCUMENTS
Form | Title | Document |
---|---|---|
Procurement Bid CalendarBids are published to Biddingo on Wednesdays, and must be advertised for a minimum of ten days (or longer as required by grant funding). Your P&S signing should occur the week before your publication date. Please notify the PST if your project requires publication in a newspaper of record, as this is no longer part of the City's standard practice. | ||
| Request for Insurance Specifications for ContractsThe Form 148-22 Request for Contract Insurance Specifications has been moved to a digital platform. Please visit the SimpliGov Dashboard to complete a FIN Contract Insurance Specifications (148-22) workflow. |
|
Authorization to Advertise MemoFile includes Attachment A (Authorization to Advertise memo) and Attachment B (Bid Document Preparation Quality Control Checklist). Attachment C (Project Budget Summary) can be obtained below. All three attachments must be submitted when requesting a Plans & Specifications signing meeting with the Director of Public Works. |
| |
Project Budget SummaryExcel file format template for Attachment C to the Plans & Specifications Approval and Authorization to Advertise Memo. |
| |
Request for Newspaper AdvertisingOnly necessary if your funding source requires newspaper advertisement. |
|
Citywide CIP Bid Documents | ||
---|---|---|
Form | Title | Document |
10COVER | Specifications Cover Sheet |
|
20CONTNT | Bid Documents Table of Contents |
|
21CHKLST | Submittal Checklist for Bidders – Major Public Works Proposal |
|
25NTC Municipal | Notice to Contractors |
|
25NTC Fed Funded | Notice to Contractors (Federally-Funded Projects, including FEMA) |
|
30PROPOSAL | Proposal
|
|
Voluntary Acknowledgement_Major | Voluntary Acknowledgement |
|
| Bid Sheet (Standard Schedule of Quantities)Sample schedule of quantities with separate versions for projects with bid alts
|
|
Bid Sheet (On Call)Bid sheet only for use with on-call contracts that are awarded based on overhead and profit percentage
|
| |
35BIDDER | Bidder's Bond |
|
37SUBCONT | List of Subcontractors |
|
| List of Subcontractors (Federally-Funded Projects, including FEMA) |
|
40EXPRNC | Statement of Bidder's Experience |
|
| Wage Theft Prevention Policy Disclosure
|
|
| CARB Regulation Compliance |
|
45CNTRCT_Council | Contract - City Council Award Authority |
|
45CNTRCT_PW | Contract - Public Works Director Award Authority |
|
50FAITH | Contractor's Bond for Faithful Performance |
|
55PAYMNT | Contractor's Payment Bond |
|
60SPECPR | Special Provisions |
|
60SPECPR On Call | Special Provisions for On-Call Projects
|
|
60SPECPR Federal Funds | Special Provisions for Federally or State Funded Projects
|
|
60SPECPR FEMA | Special Provisions for FEMA Projects |
|
71ATTCH1 | Attachment 1 - Nondiscrimination/Nonpreferential Treatment Applicable to Contracts for Public Works Construction Projects | |
72ATTCH2 | Attachment 2 - Davis Bacon Wage Act
| |
73ATTCH3 | Attachment 3 - Contract Provisions Implementing Chapter 4.08 of the San Jose Municipal Code Prohibiting Discrimination And Preferential Treatment | |
74ATTCH4 | Attachment 4 - Insurance Requirements
| |
75ATTCH5 | Attachment 5 - Contract Provisions for Prevailing Wage |
|
76ATTCH6 | Attachment 6 - Project Labor Agreement |
|
77ATTCH7 | Attachment 7 - Federal Funding Provisions
|
|
9ATTCH9 | Attachment 9 - LAPM Required Federal-Aid Contract Language
|
|
Regional Wastewater Facility (RWF) CIP Bid Documents | ||
---|---|---|
Form | Title | Document |
Div 0 Spec Instructions |
| |
00 00 01 | Cover |
|
00 01 07 | Professional Seals |
|
00 01 11 | Table of Contents |
|
00 01 13 | Bidders Checklist |
|
00 10 11 | Notice to Contractors - Non Municipal
|
|
0 42 11 | Proposal |
|
Voluntary Acknowledgement_Major | Voluntary Acknowledgement | |
00 42 12 | Bidders Bond |
|
00 43 25 | Statement of Bidders Experience |
|
00 43 35 | List of Equipment Manufacturers |
|
00 43 36 | List of Subcontractors |
|
00 45 30 | Wage Theft Prevention Policy Disclosure
|
|
00 45 40 | CARB Regulation Compliance |
|
00 52 03 | Contract - City Council Approval |
|
00 52 04 | Contract - Director Approval |
|
00 61 12 | Contractor’s Bond for Faithful Performance |
|
00 61 16 | Contractor’s Payment Bond |
|
00 73 03 | Special Provisions - Non-Municipal |
|
00 73 20 | Dispute Resolution |
|
00 90 01 | Attachment 1 - Nondiscrimination/Nonpreferential Treatment Applicable to Contracts For Public Works Construction Projects |
|
00 90 02 | Attachment 2 - Not Used |
|
00 90 03 | Attachment 3 - Contract Provisions Implementing Chapter 4.08 Of The San Jose Municipal Code |
|
00 90 04 | Attachment 4 - Insurance Requirements |
|
Exhibit I – Owner Controlled Insurance Program Insurance Requirements
|
| |
Exhibit II – Owner Controlled Insurance Program Contractor’s Insurance Procedures Manual
| ||
Exhibit III – Owner Controlled Insurance Program (OCIP) Health and Safety Manual
| ||
00 90 05 | Attachment 5 - Contract provisions For Prevailing Wage |
|
00 90 06 | Attachment 6 - Project Labor Agreement |
|
Airport CIP Bid Documents | ||
---|---|---|
Form | Title | Document |
| Table of Contents – Airport Specific |
|
| Bidder’s Checklist – Airport Specific |
|
| Proposal – Airport Specific |
|
| Federal Certification 1 - Certification of Compliance with FAA Buy American Preference
|
|
| Federal Certification 2 - Certification of Offer/Bidder Regarding Tax Delinquency and Felony Convictions
|
|
| Contract – Airport Specific |
|
| Special ProvisionsUse the appropriate document from the Citywide CIP Bid Documents | |
| Attachment 8 - SOLICITATION PROVISIONS FOR THE AIRPORT
|
|
| FAA General Provisions
|
|
| SJC Specific Division 1 Specifications |
ADVERTISEMENT PERIOD DOCUMENTS
Form | Name | Document |
---|---|---|
Addendum Template |
| |
00 91 13 | Addendum Template - RWF Specific |
|
| Sample Site Visit Sign-In Sheet |
|
POST ADVERTISEMENT PERIOD DOCUMENTS
Form | Name | Document |
---|---|---|
Notice of Intent to Award (NOITA) |
| |
Notice of Intent to Award (NOITA) Pending
|
| |
Notice of Rejection of All Bids (NORAB)Used if the Director has made the decision to reject all bids. |
| |
Notice of No Bids Received (NONBR) |
|
AWARD AND EXECUTION PERIOD DOCUMENTS
Form | Name | Document |
---|---|---|
Bid Extension Letter |
| |
Council Agenda Calendar |
| |
149-7 Notice of Contract Being ProcessedThe 149-7 Notification of Contract Being Processed form has been moved to a digital platform. Please visit the SimpliGov Dashboard to complete a FIN Certificate Review for Insurance Compliance (Form149-7) workflow. | ||
Notice of Contract AwardIssue this document as soon as:
|
| |
Contract Processing Package | ||
City Clerk Transmittal Form(For internal use only. This will be used after signatures from contractor have been obtained.) Always use the most recent Contract Transmittal Form (CTF) from NextGen PW Forms | ||
Construction Contract Processing Instructions
|
| |
Contract Award Notification LetterContract award notification letter providing instructions for contract execution, bond execution; and insurance certificates |
| |
ContractUse the appropriate document from the Citywide CIP Bid Documents | ||
Contractor's Bond for Faithful PerformanceUse the appropriate document from the Citywide CIP Bid Documents | ||
Contractor's Payment BondUse the appropriate document from the Citywide CIP Bid Documents | ||
Contract Execution Requirements |
| |
Sample Certification by Secretary of Corporate Resolution | ||
Notary Acknowledgement | ||
Small & Local Business Information Form | ||
Post Execution Documents | ||
Department of Industrial Relations (DIR) Project Award FormForm must be fully completed (including contract #) | ||
Prevailing Wage Compliance ReportComplete and send to Office of Equality Assurance (OEA) |
INFORMATIONAL MEMORANDUM
Name | Document |
---|---|
Public Works Construction Contract Procurement Consolidation Process MemoMemo from Dave Sykes to Ed Shikada outlining DPW Director authority to award Public Works, Environmental Services and Transportation Department construction contracts, dated May 17, 2011. | |
Sealing and Signage of Consultant and In-House Design Plans and SpecificationsGuidelines and procedure for "Sealing and Signage" for Design Phase/In-House or Combination Design; Design Phase/Consultant Design; Final Sealing/Signature/Consultant, In-House or Combination | |
Delegation of Authority for Change Orders |