Loading...
HomeMy WebLinkAboutCO 2025-047 - Gentry General Engineering, Inc CITY OF RANCHO CUCAMONGA PUBLIC WORKS SERVICES DEPARTMENT CONTRACT GENTRY GENERAL ENGINEERING FOR GUARDRAIL REPLACEMENT AT FIVE (5) LOCATIONS (PW 2025-113) AWARD DATE: April 15, 2025 City of Rancho Cucamonga CONTRACT NUMBER 2025-047 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 March 19, 2025 Gentry General Engineering (“Contractor” or “bidder”) Attn: Dean Bates 320 W. Tropica Rancho Rd. Colton, CA 92324 SUBJECT: REQUEST FOR OPEN MARKET PUBLIC WORKS BID Guardrail Replacement at Five (5) Locations Project No. PW 2025-113 Dear Gentry General Engineering: The City of Rancho Cucamonga invites your proposal for providing Guardrail Replacement at (5) Locations within the City of Rancho Cucamonga. This is a request for an informal bid made pursuant to Public Contract Code Section 22032(a) and R.C.M.C Section 3.08.110.B.1. Your proposal must actually be received in the City’s Department of Public Works, attention: Phillip Ortega, 8794 Lion Street, Rancho Cucamonga, CA, 91730, on or before 2:00 p.m. on Wednesday, April 2, 2025. The City’s time stamp shall be conclusive as to the date and time of receipt. Contractor assumes all risk of untimely or lack of receipt for bids not personally and timely delivered as required above. Late bids will not be opened and will be returned. GENERAL SCOPE OF WORK: Contractor/bidder shall furnish all necessary labor, tools, materials, appliances, and equipment to complete the Project as described in the Scope of Work and Service requirements (“Work” or “Services”), including, but not necessarily limited to: 1. Coordination and management of the Services required, including review of the Project site, improvement plans, specifications and special provisions, if any. 2. Inspection of the Work on the Project before, during and/or after construction to ensure conformance with Federal, State and City statutes, regulations, ordinances, guidelines, applicable standards, specifications, plans, laws and accepted standard construction practices. 3. The keeping of proper records and reports, photographs and videos, including but not limited to, certifications of compliance, submittals, shop drawings, materials reports, and other related documents received. Contractor shall deliver documents to the City when generated, prepared or received. 4. Designation of a person or persons fully qualified to perform the Services. 5. Attend any meetings that the City deems necessary. 6. Removal and disposal of existing damaged pressure wooden posts replaced with one (1) SFT Terminal in five (5) locations. 7. Performance of the Work in compliance with the Standard Plans for Public Works Construction, Latest Edition with Supplements published by the American Public Works Association; the City of Rancho Cucamonga Standard Drawings, Latest Edition, and the attached specifications, all of which are hereby incorporated into this Request for Bid along with the agreement (if any) that is awarded as a result of this Request. Any Scope of Services, Contingencies, Special Instructions and/or Terms and Conditions applicable to this Proposal and any Purchase Order created thereafter, are also incorporated by reference herein, and shall be effective as of the issue date of Purchase Order (the “Effective Date”), and shall remain in full force and Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 effect until one hundred eighty days after (i) the filing of a notice of completion; or (ii) City has accepted the Work in writing and has made final payment if a notice of completion is not required to be filed; unless sooner terminated by the City. LABOR CODE COMPLIANCE The Work and Services constitute a public work requiring payment of prevailing wages and compliance with other provisions of the California Labor Code, as set forth in the attached document entitled “California Labor Code Compliance.” LICENSES: At the time of submitting a bid (or contract award if the Project is federally funded), and at all times during the term of the Agreement if awarded, Contractor shall possess a current, valid Class A License (General Engineering), in accordance with the provisions of the Contractor's License Law (California Business and Professions Code, Section 7000, et seq.) and rules and regulations adopted pursuant thereto. Pursuant to Section 7028.15 of the California Business and Professions Code, the Contractor’s State contractor’s license number shall be set forth on the bid, together with the expiration date, and the bid shall be signed by the Contractor declaring, under penalty of perjury, that the information being provided is true and correct. SUBCONTRACTORS: In the bid, the Contractor shall list the name, business address, the California contractor license number, and public works contractor registration number issued pursuant to Section 1725.5 of the Labor Code, of each subcontractor who will perform work or labor or render service to the bidder in or about the construction of the Work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the Contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the Contractor’s total bid or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor’s total bid or ten thousand dollars ($10,000), whichever is greater. The Contractor shall be prohibited from performing work on this Project with a subcontractor who is ineligible to perform work on the Project pursuant to Section 1777.1 or 1777.7 of the Labor Code. INSURANCE: If awarded, the Contractor shall not commence work under the contract until the Contractor has obtained all insurance described and set forth in the attached form of Agreement. BONDS: If the contract amount exceeds $25,000, California Civil Code Section 9550 requires the Contractor to provide a payment bond in 100% of the contract amount. If the contract amount is $25,000 or less, the City does not require the foregoing payment bond. If the contract amount exceeds $25,000, a performance bond in 100% of the contract amount is required. If the contract amount is $25,000 or less, the City does not require the foregoing performance bond. AWARD OF CONTRACT: The City will evaluate bids received utilizing any lawful method of scoring. Price may or may not be the primary selection factor. If awarded, an agreement will be awarded based on the bid determined to be the most beneficial to the City. The City shall be the sole judge in the ranking process utilized in making such determination. The City reserves the right, in its sole discretion, to reject any or all bids, to withdraw this Request for Public Work Bid at any time prior to any award, and to waive any irregularity in any bid. The City shall not be liable for any costs incurred in preparing and submitting any bid. If a contract is awarded, then, as a condition of the award, the Contractor shall execute the attached form of agreement (“Agreement”) and provide insurance coverage in the form and limits set forth in the Agreement. CITY BUSINESS LICENSE: The Contractor must have a City Business License as a condition of being awarded a City contract. Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 COMMENCEMENT OF WORK: Unless otherwise specified in writing, no materials may be ordered, or work completed prior to the issuance of a written Notice to Proceed by the City. LIQUIDATED DAMAGES: Liquidated damages are applicable to this procurement. The Contractor agrees to enter into the Agreement within the earlier of fifteen (15) days from the date the City gives public notice of award of the contract or upon written notice to the Contractor by City after the fifteen (15) days. Thereafter, Contractor shall complete the work within fifteen (15) working days from the date specified in the City’s written Notice to Proceed served on the Contractor. The Contractor agrees to the assessment of liquidated damages in the amount of two hundred dollars ($200.00) for each calendar day the work remains incomplete beyond the completion date. City may deduct the amount of any assessed liquidated damages, from any monies due or that may become due the Contractor under the contract. Progress payments made after the scheduled date of completion shall not constitute a waiver of liquidated damages. CONTRACTOR'S LIABILITY: Contractor shall indemnify, defend and hold the City of Rancho Cucamonga and its elected officials, officers, agents and employees free and harmless in accordance with the indemnity set forth in the Agreement. NON-DISCRIMINATION: No discrimination shall be made in the employment of persons upon public works because of age, disability, race, color, religion, sex, sexual orientation or national origin of such persons, and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Division 2, Part 7, Chapter 1 of the Labor Code in accordance with the provisions of Section 1735 of said Code. CONTRACT PRICE AND PAYMENT: City shall pay to the Contractor for furnishing the material and doing the prescribed Work per the NOT-TO-EXCEED unit prices and/or lump sum, as applicable, set forth in Contractor's bid. SUBMISSION: Contractor may submit bids in a sealed envelope or via email attachment provided bids are appropriately signed. The envelope shall be marked, or email subject shall be titled “Bid - City of Rancho Cucamonga” and the name of the Project. The Contractor shall also include a description of the Contractor’s qualifications relevant to the required Work. Experience working with local public agencies is a must. Having an office within a 30-mile radius of the City is preferred. Contractor shall also include a signed acknowledgement of receipt of any addendum(s) to the Request for Public Works Bid issued prior to the bid submission deadline. The City shall not be liable for any costs incurred in preparing and submitting any bid, whether or not a contract is awarded. Furthermore, the City reserves the right to reject any or all bids without liability for any costs. Any bid may be withdrawn prior to the date and time set for receipt of bids. Unless timely withdrawn, all bids will become the property of the City and will be subject to public review pursuant to the California Public Records Act, regardless of any marking thereon, such as “confidential”, “trade secret”, etc. If you have any questions, please contact the undersigned at 1-909-774-4142 or email at Phillip.Ortega@CityofRC.us. Sincerely, PUBLIC WORKS SERVICES Phillip Ortega Streets Supervisor Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Attachments: (1) Bid Proposal Form (2) Contract Agreement (3) Specifications (4) California Labor Code Compliance (5) Non-Collusion Declaration Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 President & CEOBrenton Gentry 4/16/2025 | 11:33 AM PDT 4/28/2025 | 2:09 PM PDT Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 S-1 SPECIFICATIONS 1. Guardrail replacement with new materials. Damaged materials shall be disposed of by contractor. 2. Contractor shall replace guardrail per Caltrans standards 3. The Contractor shall provide and install barricades, delineators, warning devices and construction signs in accordance with the current California Joint Utility Traffic Control Manual (CJUTCM) published by the California Inter- Utility Coordinating Committee, the Work Area Traffic Control Handbook (WATCH) and the current Caltrans Manual of Traffic Controls for Construction and Maintenance Work Zones unless otherwise approved by the Engineer. During adverse weather or unusual traffic or working conditions additional traffic devices shall be placed as directed by the Engineer. 4. Labor (prevailing wage) 5. Materials 6. Equipment 7. Photograph of the area map indicating the five locations are attached as Exhibit A. 8. Photographs at the five locations attached as Exhibit B. 1. Northside of 8th St. east of Hermosa Ave. 2. Westside of Hellman Ave. south of 6th St. 3. Westside of Cherry Ave. north of I-15 4. Northside of Highland Ave. across from Rockrose Ave. 5. Northside of Foothill Blvd. between Rochester & Day Creek Blvd. Exhibit A Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 LC-2 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 LC-3 Exhibit B Northside of 8th St. east of Hermosa Ave. Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 LC-4 Westside of Hellman Ave. south of 6th St. Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 LC-5 Westside of Cherry Ave. north of I-15 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 LC-6 Northside of Highland Ave. across from Rockrose Ave. Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 LC-7 Northside of Foothill Blvd. between Rochester & Day Creek Blvd. Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Docusign Envelope ID: 020A0D09-39B6-4BFB-9F9E-D2B0FE11F437 Initials Page 1 of 1 AMENDMENT NO. 001 to Agreement (CO 2025-047) between Gentry General Engineering (hereinafter Contractor) and City of Rancho Cucamonga (hereinafter “City”) This Amendment No. 001 will serve to amend the Professional Services Agreement (hereinafter “Agreement”), CO 2025-047 to incorporate the following: RECITALS A.City and Contractor entered into the Agreement on April 15, 2025 pursuant to which Contractor is in the business of performing general contractor services, and B.Customer and Contractor desire to set forth in this Amendment Number 001 certain modifications to the Agreement, and C.In all other respects, the Agreement, as amended shall control the relationship between the Parties. NOW, THEREFORE, in consideration of the Recitals and for other goods and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties agree as follows: Item 1: Remove Item No. 3: "Westside of Cherry Ave. north of I-15 Removal & Disposal of existing and installation of approximately Sixty-Six (66) linear feet of new galvanized metal beam guardrail. Remove and replace six (6) damaged pressure wooden posts and install one (1) SFT terminal" Item 2: Reduce the Agreement by the cost of Item No. 3 ($13,162.00) making the new agreement cost $48,013. All other Terms and Conditions of the original Agreement CO 2025-047 will remain in full effect. IN WITNESS WHEREOF, the parties, through their respective authorized representatives, have executed this Amendment by way of signature by both parties and on the date indicated below. Please provide an eSignature through DocuSign no later than June 5, 2025. Gentry General Engineering By: Name Date City of Rancho Cucamonga By: Name Date Title Title By: Name Date By: Name Date Title (two signatures required if corporation) President President Public Works Services Director Docusign Envelope ID: 4F5E7C55-DC0A-4448-8942-D23C1F5F247F 5/29/2025 | 8:40 AM PDT 5/29/2025 | 8:40 AM PDT 5/29/2025 | 8:43 AM PDT