HomeMy WebLinkAboutCO 2025-121 - Champion Fire Systems Inc08/20/2025
Champion Fire Systems Inc.
Attn: Felix Ortiz
Address 12170 Santa Margarita Ct.
Rancho Cucamonga CA. 91730
SUBJECT: REQUEST FOR OPEN MARKET PUBLIC WORKS BID
FS-176 Hydrant Replacement ($75,000 or less)
Project No. PW 2025-143
Dear Champion Fire Systems Inc.
The City of Rancho Cucamonga and Rancho Cucamonga Fire Protection District (RCFPD) invite your
proposal for providing FS-176 Hydrant Replacement 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: Caleb DuPont, 8794 Lion Street, Rancho Cucamonga, CA, 91730, on or before 2:00 p.m. on
August 28, 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 City and RCFPD 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 and RCFPD 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. Installation of Fire Station Hydrant.
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: A9AB6593-06C3-456E-9F2C-6771DA3C46EA
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 C-16 — Fire
Protection Contractor, License 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 and RCFPD 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 and RCFPD. The City and RCFPD shall
be the sole judge in the ranking process utilized in making such determination. The City and RCFPD
reserve the right, in their 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 and RCFPD 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: A9AB6593-06C3-456E-9F2C-6771DA3C46EA
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 One 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 One Hundred Dollars ($100.00) 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, RCFPD, and their 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 and RCFPD 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 and RCFPD shall not be liable for any costs incurred in preparing and submitting any bid, whether
or not a contract is awarded. Furthermore, the City and RCFPD reserve 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 1-909-774-4148 or email at
Caleb.DuPont@cityofrc.us.
Sincerely,
PUBLIC WORKS SERVICES
Caleb DuPont
Facilities Supervisor
Attachments:
(1) Bid Proposal Form
Docusign Envelope ID: A9AB6593-06C3-456E-9F2C-6771DA3C46EA
(2) Contract Agreement
(3) Specifications
(4) California Labor Code Compliance
(5) Non-Collusion Declaration
Docusign Envelope ID: A9AB6593-06C3-456E-9F2C-6771DA3C46EA
Docusign Envelope ID: A9AB6593-06C3-456E-9F2C-6771DA3C46EA
Docusign Envelope ID: A9AB6593-06C3-456E-9F2C-6771DA3C46EA
Docusign Envelope ID: A9AB6593-06C3-456E-9F2C-6771DA3C46EA
Docusign Envelope ID: A9AB6593-06C3-456E-9F2C-6771DA3C46EA
Docusign Envelope ID: A9AB6593-06C3-456E-9F2C-6771DA3C46EA
Docusign Envelope ID: A9AB6593-06C3-456E-9F2C-6771DA3C46EA
Docusign Envelope ID: A9AB6593-06C3-456E-9F2C-6771DA3C46EA
Docusign Envelope ID: A9AB6593-06C3-456E-9F2C-6771DA3C46EA
Ola Milbes Officer
OfficerAnthony Liuzzi
8/20/2025 | 2:50 PM PDT
8/20/2025 | 2:59 PM PDT
Docusign Envelope ID: A9AB6593-06C3-456E-9F2C-6771DA3C46EA
Docusign Envelope ID: A9AB6593-06C3-456E-9F2C-6771DA3C46EA
Docusign Envelope ID: A9AB6593-06C3-456E-9F2C-6771DA3C46EA
Docusign Envelope ID: A9AB6593-06C3-456E-9F2C-6771DA3C46EA
Docusign Envelope ID: A9AB6593-06C3-456E-9F2C-6771DA3C46EA
Docusign Envelope ID: A9AB6593-06C3-456E-9F2C-6771DA3C46EA
Docusign Envelope ID: A9AB6593-06C3-456E-9F2C-6771DA3C46EA
Docusign Envelope ID: A9AB6593-06C3-456E-9F2C-6771DA3C46EA