Loading...
HomeMy WebLinkAbout07-001 - Resolutions RESOLUTION NO 07-001 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, CALIFORNIA, APPROVING PLANS AND SPECIFICATIONS FOR CITYWIDE STREET NAME SIGN REPLACEMENT, PHASE 5 AND AUTHORIZING AND DIRECTING THE CITY CLERK TO ADVERTISE TO RECEIVE BIDS WHEREAS, it is the intention of the City of Rancho Cucamonga City Council to construct certain improvements in the City of Rancho Cucamonga WHEREAS, the City of Rancho Cucamonga City Council has prepared specifications for the construction of certain improvements NOW, THEREFORE, BE IT RESOLVED that the specifications presented by the City of Rancho Cucamonga City Council be and are hereby approved as the plans and specifications for the "CITYWIDE STREET NAME SIGN REPLACEMENT, PHASE 5" BE IT FURTHER RESOLVED that the City Clerk is hereby authorized and directed to advertise as required by law for the receipt of sealed bids or proposals 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 SEALED BIDS OR PROPOSALS" Pursuant to a Resolution of the City Council of the City of Rancho Cucamonga San Bernardino County California directing this notice NOTICE IS HEREBY GIVEN that said City of Rancho Cucamonga City Council will receive at the OFFICE OF THE CITY CLERK IN THE OFFICES OF THE CITY OF RANCHO CUCAMONGA, ON OR BEFORE THE HOUR OF 2 00 P M ON February 14, 2007 sealed bids or proposals for CITYWIDE STREET NAME SIGN REPLACEMENT, PHASE 5" in said City Bids will be publicly opened and read in the office of the City Clerk, 10500 Civic Center Drive Rancho Cucamonga California 91730 Bids must be made on a form provided for the purpose, addressed to the City of Rancho Cucamonga City Council California marked "BID FOR CITYWIDE STREET NAME SIGN REPLACEMENT, PHASE 5 " A Pre Bid Job Walk is scheduled for February 6 2007 at 9 00 a m at the City of Rancho Cucamonga Corporate Yard 9153 Ninth Street Rancho Cucamonga California 91730 where bidders may present questions regarding the Bid Documents Plans Proposals Specifications THIS MEETING IS MANDATORY Verification of attendance at the Pre-Bid Job Walk will be documented by signing in at the meeting Any bidder not documented as being present at the Pre-Bid Job Walk will be excluded from the bid process Resolution No 07-001 Page 2 of 5 PREVAILING WAGE 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 fob site Pursuant to provisions of Labor Code Section 1775 the Contractor shall forfeit as penalty to the City of Rancho Cucamonga not more than twenty-five dollars ($25 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 hereinbefore stipulated for any work done under the attached contract by him or by any subcontractor under him in violation of the provision 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 Section 1777 5, as amended requires the Contractor or subcontractor employing tradesmen in any apprenticable occupation to apply to the point apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a 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 1 When unemployment in the area of coverage by the point apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request of certificate or 2 When the number of apprentices in training in the area exceeds a ratio of one to five or 3 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 4 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 eight journeymen The Contractor is required to make contributions to funds established for the administration of apprenticeship programs if he employs registered apprentices or journeymen 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 comply with 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 Director of Industrial Relations ex-officio the Administrator of Apprenticeship San Francisco California or from the Division of Apprenticeship Standards and its branch offices Resolution No 07-001 Page 3 of 5 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 hereinbefore 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 177738 The bidder must submit with his proposal cash, cashier's check certified check or bidders bond payable to the City of Rancho Cucamonga for an amount equal to at least ten percent (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 property of the City of Rancho Cucamonga If the City of Rancho Cucamonga City Council awards the contract to the next lowest bidder the amount of the lowest bidders 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 The amount of the bond to be given to secure a faithful performance of the contract for said work shall be one hundred percent (100%) of the contract price thereof and an additional bond in an amount equal to one hundred percent (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 No proposal will be considered from a Contractor to whom a proposal form has not been issued by the City of Rancho Cucamonga Contractor shall possess any and all contractors licenses in form 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 an A (General Engineering Contractor) or D-42" (Sign Installation), or "C-32 (Parking and Highway Improvement Contractor) In accordance with the provisions of the Contractors License Law (California Business and Professions Code Section 7000 et seq ) and rules and regulation adopted pursuant thereto Resolution No 07-001 Page 4 of 5 The Contractor pursuant to the California Business and Professions Code Section 7028 15 shall indicate his or her State License Number on the bid, together with the expiration date and be signed by the Contractor declaring under penalty of perjury that the information being provided is true and correct The work is to be done in accordance with the profiles plans and specifications of the City of Rancho Cucamonga City Council on file in the Office of the City Clerk at 10500 Civic Center Drive Rancho Cucamonga California Copies of the plans and specifications available at the office of the City Engineer will be furnished upon application to the City of Rancho Cucamonga and payment of $35 00 (THIRTY-FIVE DOLLARS) said $35 00 (THIRTY-FIVE 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 together with an additional non- reimbursable payment of $15 00 (FIFTEEN DOLLARS) to cover the cost of mailing charges and overhead The successful bidder will be required to enter into a contract satisfactory to the City of Rancho Cucamonga 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 Contractors request and at the Contractors sole cost and expense substitute authorized securities in lieu of monies withheld (performance retention) The City of Rancho Cucamonga California reserves the right to reject any and all bids By order of the City Council of the City of Rancho Cucamonga California Dated this 17th day of January 2007 Questions regarding this Notice Inviting Bids for "CITYWIDE STREET NAME SIGN REPLACEMENT, PHASE 5" may be directed to Ernest Ruiz, Maintenance Supervisor 9153 Ninth Street Rancho Cucamonga, CA 91730 (909) 477-2730, ext 4108 (909) 477-2731, fax PUBLISH DATES/ADVERTISE ON January 23, 2007 and January 30, 2007 P/ease see the follomng page for formal adoption certification and signatures Resolution No 07-001 Page 5 of 5 PASSED, APPROVED, AND ADOPTED this 17`h day of January 2007 AYES Gutierrez Kurth Michael Spagnolo Williams NOES None ABSENT None ABSTAINED None Donald J Kurth M D Mayor ATTEST De ra J Ada s 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 17`h day of January 2007 Executed this 18`h day of January 2007 at Rancho Cucamonga California LA 1 6-all ra J AdantlomC City Clerk