Loading...
HomeMy WebLinkAbout03-182 - Resolutions RESOLUTION NO. 03-182 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA APPROVING PLANS AND SPECIFICATIONS FOR THE "CENTRAL PARK SENIOR/COMMUNITY CENTER CONSTRUCTION PROJECT" IN SAID CITY AND AUTHORIZING AND DIRECTING THE CITY CLERK TO ADVERTISE TO RECEIVE PRE-QUALIFICATION STATEMENTS AND BIDS WHEREAS, it is the intention of the Cityof Rancho Cucamonga to construct certain improvements in the Cityof Rancho Cucamonga. WHEREAS,the City of Rancho Cucamonga has prepared plans and specifications for the construction of certain improvements. NOW,THEREFORE, BE IT RESOLVED that the plans and specifications presented by the City of Rancho Cucamonga be and are hereby approved as the plans and specifications for "THE CENTRAL PARK SENIOR/COMMUNITY CENTER CONSTRUCTION PROJECT". BE IT FURTHER RESOLVED that the City Clerk is hereby authorized and directed to advertise as required by law for the receipt of pre-qualification statements and sealed bids for doing the work specified in the aforesaid plans and specifications, which said advertisement shall be substantially in the following words and figures, to wit: "NOTICE INVITING PRE-QUALIFICATION STATEMENTS AND SEALED BIDS" A portion of this project is Federally financed by the U.S. Department of Housing and Urban Development(24 CRF, Part 57)for the purpose of providing improvements for senior citizens and is subject to certain requirements including the payment of Federal prevailing wages,compliance with "Section 3 — Affirmative Action Requirements", Executive Order #11246 and others. The aforementioned are described in the "Special Federal Provisions" section of the bid documents. Additional information pertaining to the Federal requirements is on file with the City of Rancho Cucamonga's Community Development Department. Pursuant to a Resolution of the Council of the Cityof Rancho Cucamonga,San Bernardino County, California, directing this notice, NOTICE IS HEREBY GIVEN that said City of Rancho Cucamonga will receive at the Office of the City Clerk in the offices of the City of Rancho Cucamonga, on or before the dates and times specified below, pre-qualification statements and sealed bids for the "THE CENTRAL PARK SENIORICOMMUNITY CENTER CONSTRUCTION PROJECT" in said City. MANDATORY PRE-QUALIFICATION OF BIDDERS: All prime contractors bidding on this project must be prequalified prior to submitting a bid on the project. It is mandatory that all Contractors who intend to submit a bid fully complete the pre-qualification questionnaire, provide all materials requested therein,and be approved by the City to be on the final qualified Bidders list. No bid will be accepted from a Contractor that has failed to comply with these requirements. If two or more business entities submit a bid as part of a Joint Venture,or expect to submit a bid as part of a Joint Venture,each entity within the Joint Venture must be separately qualified to bid. The City reserves Resolution No. 03-182 Page 2 of 7 the right to adjust, increase, limit, suspend or rescind the pre-qualification rating based on subsequently learned information. While it is the intent of the pre-qualification questionnaire and documents required therewith to assist the City in determining bidder responsibility prior to bid and to aid the City in selecting the lowest responsible bidder, neither the fact of pre-qualification, nor any pre-qualification rating, will preclude the City from a post-bid consideration and determination of whether a bidder has the quality, fitness, capacity and experience to satisfactorily perform the proposed work, and has demonstrated the requisite trustworthiness. The City may refuse to grant pre-qualification where the requested information and materials are not provided by the pre- qualification statement deadline or are not provided at all. There is no appeal from a refusal for an incomplete or late application, but re-application for a later project is permitted. The closing time for bids will not be changed in order to accommodate supplementation of incomplete submissions or late submissions. DUE DATE AND LOCATION FOR PRE-QUALIFICATION STATEMENT SUBMITTALS: Complete Pre-qualification Statements will be received at all times during normal business hours prior to the Pre-qualification Statement Deadline, which is the hour of 5:00 P.M. on WEDNESDAY, JULY 16, 2003, at the Office of the City Clerk, 10500 Civic Center Drive, Rancho Cucamonga, California 91730. Pre-qualification Statements that arrive after the Pre-qualification Statement Deadline, including mailed pre-qualification statements delivered after the specified deadlines, will not be accepted, regardless of the time postmarked or otherwise indicated on the envelope. All pre- qualification statements must be in writing and must contain an original signature by an authorized officer of the firm. Electronic pre-qualification statements (i.e., telephonic, FAX, etc.) are not acceptable. All pre-qualification statements shall clearly contain on the outside of the sealed envelope in which they are submitted:CONFIDENTIAL PRE-QUALIFICATION STATEMENT FOR "THE CENTRAL PARK SENIOR/COMMUNITY CENTER CONSTRUCTION PROJECT". Contractors who submit a complete pre-qualification package will be notified of their qualification status no later than ten business dais after submission of the information. PRE-QUALIFICATION PACKAGE: Complete information regarding the pre-qualification process, including the pre-qualification questionnaire, is included in the Pre-Qualification Package. This package may be obtained from the City Clerk's office at 10500 Civic Center Drive, Rancho Cucamonga, CA 91729 during regular working hours on any day that the City's offices are open (Monday through Thursday, 7:00 A.M. to 6 P.M.), or may be downloaded from the City of Rancho Cucamonga web site at http://wvvw.ci.rancho-cucamonga.ca.us/whatsnew.htm. DUE DATE AND LOCATION FOR SEALED BIDS: Sealed bids will be received at all times during normal business hours prior to the Bid Opening, which is the hour of 2:00 P.M. on TUESDAY, AUGUST 19, 2003, at the Office of the City Clerk, 10500 Civic Center Drive, Rancho Cucamonga, California 91730. Bids will be opened at the Bid Opening time stated, in the Office of the City Clerk, or as otherwise posted. Bids that arrive after the specified Bid Opening time,including mailed bids delivered after the specified deadlines, will not be accepted, regardless of the time postmarked or otherwise indicated on the envelope. All bids must be in writing and must contain an original signature by an authorized officer of the firm. Electronic bids (i.e., telephonic, FAX, etc.) are not acceptable. Bids must be made on a form provided for the purpose, addressed to the City of Rancho Cucamonga, California, marked, "Bid for Construction of THE CENTRAL PARK SENIOR/COMMUNITY CENTER CONSTRUCTION PROJECT". Bids will be publicly opened and read in the office of the City Clerk, 10500 Civic Center Drive, Rancho Cucamonga,California 91730. Resolution No. 03-182 Page 3 of 7 PROJECT MANUAL: The work is to be done in accordance with the profiles, plans, and specifications of the City of Rancho Cucamonga on file in the Office of the City Clerk at 10500 Civic Center Drive, Rancho Cucamonga, California. Copies of the plans and specifications, will be available at the office of the City Engineer on or after July 21, 2003,and they will be furnished upon application to the City of Rancho Cucamonga, and payment of $400.00 (FOUR HUNDRED DOLLARS),said $400.00 (FOUR HUNDRED DOLLARS)is non refundable. Upon written request by the bidder, copies of the plans and specifications will be mailed when said request is accompanied by payment stipulated above,togetherwith an additional non reimbursable payment of $75.00(SEVENTY-FIVE DOLLARS)to coverthe cost of mailing charges and overhead per each set of plans and specifications. No proposal will be considered from a Contractor to whom a proposal form has not been issued by the City of Rancho Cucamonga. CONTRACTOR'S QUALIFICATIONS: Bidders must complete the Pre-qualification Statement Form and submit all required information. A Bidder's failure to fully complete the form or to adequately respond to the questions shall cause Contractor to fail to prequalify and to be ineligible as a bidder. Prospective bidders should review the qualification requirements described in the Pre-qualification Statement prior to anyfurther inquiry. MANDATORY PREBID CONFERENCE DATE AND LOCATION: A mandatory Prebid Conference will be conducted on Monday, August 4th, 2003 at 10:00 AM. The Prebid Conference will be held at the proposed park site located at "11200 BASE LINE ROAD" (northwest comer of Base Line Road and Milliken Avenue). LIQUIDATED DAMAGES: There will be a $1200.00 assessment for each and every calendar day work remains undone after date fixed for completion of the Project. LABOR LAW AND PREVAILING WAGES: Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter 1,Articles 1 and 2,the Contractor is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard,the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages. Copies of such prevailing rates of per diem wages are on file in the office of the City Clerk of the City of Rancho Cucamonga, 10500 Civic Center Drive, Rancho Cucamonga, California, and are available to any interested party on request. The Contracting Agency also shall cause a copy of such determinations to be posted at the job site. Pursuant to provisions of Labor Code Section 1775, the Contractor shall forfeit, as penalty to the City of Rancho Cucamonga, not more than fifty dollars ($50.00) for each laborer, workman, or mechanic employed for each calendar day or portion thereof, if such laborer,workman or mechanic is paid less than the general prevailing rate of wages herein before stipulated for any work done under the attached contract,by him or by any subcontractor under him, in violation of the provisions of said Labor Code. Attention is directed to the provisions in Sections 1777.5 and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under him. Resolution No. 03-182 Page 4 of 7 Section 1777.5,as amended, requires the Contractoror subcontractor employing tradesmen in any apprenticable occupation to apply to the joint apprenticeship committee nearest the site of the publicwork's projectand which administers the apprenticeship program in thattrade fora certificate of approval. The certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases shall not be less than one to five except: A. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request of certificate, or B. When the number of apprentices in training in the area exceeds a ratio of one to five, or C. When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis statewide or locally, or D. When the Contractor provides evidence that he employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eightjoumeymen. The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if he employs registered apprentices orjourneymen in any apprenticable trade on such contracts and if other Contractors on the public works site are making such contributions. The Contractor and subcontractor under him shall complywith the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards,wage schedules, and other requirements may be obtained from the Directorof Industrial Relations,ex-officio the Administratorof Apprenticeship,San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. Eight(8)hours of labor shall constitute a legal day's work for all workmen employed in the execution of this contract and the Contractor and any subcontractor under him shall comply with and be governed by the laws of the State of California having to do with working hours as set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as amended. The Contractor shall forfeit, as a penalty to the City of Rancho Cucamonga, twenty-five dollars ($25.00)for each laborer,workman,or mechanic employed in the execution of the contract,by him or any subcontractor under him, upon any of the work herein before mentioned,for each calendar day during which said laborer, workman, or mechanic is required or permitted to labor more than eight (8) hours in violation of said Labor Code. Contractor agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreement filed in accordance with Labor Code Section 17773.8. Resolution No. 03-182 Page 5 of 7 BID SECURITY: The bidder must submit with his proposal, cash, cashier's check, certified check, or bidder's bond, payable to the City of Rancho Cucamonga for an amount equal to at least 10%of the amount of said bid as a guarantee that the bidder will enter into the proposed contract if the same is awarded to him, and in event of failure to enter into such contract said cash, cashiers' check, certified check, or bond shall become the propertyof the City of Rancho Cucamonga. If the City of Rancho Cucamonga awards the contract to the next lowest bidder,the amount of the lowest bidder's security shall be applied by the City of Rancho Cucamonga to the difference between the low bid and the second lowest bid, and the surplus, if any shall be returned to the lowest bidder. PAYMENT AND PERFORMANCE BONDS: The amount of the bond to be given to secure a faithful performance of the contract for said work shall be 100% of the contract price thereof, and an additional bond in an amount equal to 100% of the contract price for said work shall be given to secure the payment of claims for any materials or supplies furnished for the performance of the work contracted to be done by the Contractor, or any work or labor of any kind done thereon, and the Contractor will also be required to furnish a certificate that he carries compensation insurance covering his employees upon work to be done under contract which may be entered into between him and the said City of Rancho Cucamonga for the construction of said work. CONTRACTOR'S LICENSE: Contractor shall possess any and all contractor licenses, inform and class as required by any and all applicable laws with respect to any and all of the work to be performed under this contract; Including but not limited to a Class "B" License (General Building Contractor)in accordance with the provisions of the Contractor's License Law(California Business and Professions Code, Section 7000 et. seq.)and rules and regulation adopted pursuant thereto. The Contractor,pursuant to the"California Business and Professions Code,"Section 7028.15,shall indicate his or her State License Number on the bid,togetherwith the expiration date,and be signed by the Contractor declaring, under penalty of perjury,that the information being provided is true and correct. SUBSTITUTION OF SECURITIES: In accordance with the requirements of Section 9-3.2 of the General Provisions,as set forth in the Plans and Specifications regarding the work contracted to be done by the Contractor,the Contractor may, upon the Contractor's request and at the Contractor's sole cost and expense, substitute authorized securities in lieu of monies withheld (performance retention). AWARD OF CONTRACT: The successful bidder will be required to enter into a contract satisfactory to the City of Rancho Cucamonga. The City of Rancho Cucamonga, reserves the right to reject any or all bids and to waive any informality or irregularity in any bid. Any contract awarded will be let to the lowest prequalified responsive and responsible bidder. By order of the Council of the City of Rancho Cucamonga, California. Dated this July 2, 2003 Resolution No. 03-182 Page 6 of 7 Questions regarding this Notice Inviting Bids for "THE CENTRAL PARK SENIOR CENTER/COMWUNITY CENTER CONSTRUCTION PROJECT" may be directed to: Karen McGuire-Emery, Senior Park Planner 10500 Civic Center Drive Rancho Cucamonga, CA 91730 (909) 477-2700, ext. 4040 PUBLISH DATES/ADVERTISE ON: JULY 3RD, 2003 AND JULY 10TH, 2003 Please see the following page for formal adoption,certification and signatures Resolution No. 03-182 Page 7 of 7 PASSED, APPROVED, AND ADOPTED this 2nd day of July 2003. AYES: Alexander, Howdyshell, Kurth, Williams NOES: None ABSENT: Gutierrez ABSTAINED: None iz G� illiam J. q lexander, ayor ATTEST: bebra J. Adam , CMC, City Clerk I,DEBRA J.ADAMS,CITY CLERK of the City of Rancho Cucamonga, California,do hereby certify that the foregoing Resolution was duly passed, approved and adopted by the City Council of the City of Rancho Cucamonga,California,at a Regular Meeting of said City Council held on the 2nd day of July 2003. Executed this 3'd day of July 2003, at Rancho Cucamonga, California. Debra J. Adam MC, City Clerk