NOTICE INVITING BIDS
NOTICE IS HEREBY GIVEN that , (“LEASE-LEASEBACK CONTRACTOR”) on behalf of Ontario-montclair School District (“OWNER”), is requesting Subcontractor bids for the following project. Sealed bids must be submitted prior to .
A“
JOB WALK:
Project:
Trained Workforce
Skilled and Trained Workforce apprenticeship program
Skilled and Trained Workforce
Labor Compliance Notice
Sealed Bids Due:
NEFF CONSTRUCTION, INC.
Bid Category and corresponding licenses are as follows:
” is defined as:
2:00 p.m. on Tuesday, November 21, 2023 Inland Valley Daily Bulletin - SB
Published: 10/9, 10/16/23 2:00 p.m. on TUESDAY, NOVEMBER 21, 2023
NUTRITION CENTER COLD STORAGE REPLACEMENT PHASE 2
All bids shall be delivered to Neff Construction, Inc.’s office, 1701 S. Bon View Avenue, Ontario, CA 91761. All bids shall be sealed; no fax or e-mail bids will be accepted .
This is a Lease-leaseback project for Ontario-montclair SD, project involves the removal and replacement of all cooler freezer storage units within the facility along with new refrigeration systems. The replacement of the existing cook / chill equipment with a new system and individual refrigeration. There will be some associated site work and accessible upgrades at existing restrooms, per the Bid Specifications/drawings. Phase 1 will be the bid for the Kitchen Equipment. Phase 2 will be the bid for the remaining work of the project.
CATEGORY LICENSE SIGNATORY
00 – Demo & Abatement C-21 & C-22 YES
03 - Concrete Borc-8 YES
14 – Flooring C-15 NO
16 – Specialties B YES
17 – HVAC C-20 NO
18 – Plumbing C-36
19 – Electrical C-10 NO
20 – Fire Sprinklers C-16
Bidders shall refer to Article 12 of the Subcontract Agreement for mandate on collective bargaining affiliation. Successful CONTRACTOR (and their subcontractor performing the work) must be signatory, or sign a “by-job” agreement, with the appropriate trade union having jurisdiction, based on the LEASELEASEBACK CONTRACTOR association with Carpenters and Laborers Unions . See table above for Signatory Requirement listed by Category .
This project must conform to the revisions to California Education Code Section 17407.5 (mandated by AB 566 and SB 693), and Public Contract Code Section 2601 (as amended by SB418). As such, all Neff subcontractors, and their subcontractors at every tier, are required to provide a completely “
”.
Apprentice workers currently enrolled in a DAS approved apprenticeship program.
• All journeypersons* either:
(a) having graduated from a DAS approved apprenticeship program; or
Note: Workers conforming to (a) or (b) are considered to be “skilled journeypersons”.
Refer to SB418 for exceptions to the percentages listed above
Each bid must conform and be responsive to all pertinent Bidding and Contract Documents.
all
Further information may be obtained at the DIR website, www.dir.ca.gov/dlse/cmu .
The schedule of per diem wages is based upon a working day of eight (8) hours.
Although the job walk is highly recommended, it is not mandatory . 10:00 a.m. on Wednesday, November 1, 2023
For further information consult the Information for Bidders and the Contract Documents.
For questions relating to the project contact: Tom Wertanen via e-mail - Tomw@neffcon.com .
Skilled and
(b) can demonstrate hours of on-the-job experience equivalent to the applicable apprenticeship program.
For work performed on or after January 1, 2020, at least 60 percent of the skilled journeypersons on the project by CONTRACTOR and each of its subcontractors at every tier for the respective occupation. must be graduates of an approved
Notes:
· Within 24 hours of Bid Opening, the successful Bidder must demonstrate the ability to comply with the
requirements by producing certificates of graduation and documentation of equivalent hours for a sufficient number of skilled journeypersons. The successful Bidder must also demonstrate the commitment of a Skilled and Trained Workforce to the satisfaction of the LEASELEASEBACK CONTRACTOR, based on subcontract value and schedule durations.
Failure to provide the appropriate certificates and documentation shall deem the Bid Nonresponsive.
Monthly certification of a Skilled and Trained Workforce is required and a prerequisite for payment.
This project is subject to DIR Public Works Funding Legislation - SB 854. To bid on this Project, the CONTRACTOR and all of its lower-tier subcontractors are required to be registered online as a “Public Works Contractor” with the California Department of Industrial Relations at www.dir.ca.gov/publicworks/publicworks.html , and each shall pay an annual, non-refundable fee of $400.00.
Per PCC 20111.6, Bidders that must be pre-qualified by the Owner include the LEASE-LEASEBACK CONTRACTOR, and, if utilized, all 1 st tier subcontractors (performing work under) OR (holding) the following CSLB license classifications: C-4, C-7, C-10, C-16, C-20, C-34, C-36, C-38, C-42, C-43, and C-46. Pre-qualifications must be submitted no later than ten (10) business days prior to bid opening, and bidders must be Pre-qualified a minimum of five (5) business days prior to bid opening.
Bidder shall provide the surety Payment and Performance Bonds as specified in the General Conditions within ten (10) calendar days after notification of the LEASE-LEASEBACK CONTRACTOR’S award of the contract to the Bidder.
Bids must be submitted on the Contract Bid Forms, which are part of this Bid Package for the Project. Bid documents will be sent to SUBCONTRACTORS through Procore upon request; contact juliew@ neffcon.com .
Each bid must be on LEASE-LEASEBACK CONTRACTOR’S Bid Form and shall be accompanied by: Bid Security; Non-collusion Declaration; Site Visit Certification; Certification of Compliance with DVBE Policy; Proposed Subcontractors; Submittal Substitution Request (if applicable)
: The DISTRICT/LEASE-LEASEBACK CONTRACTOR, being the awarding body, is entitled to request certified payroll records for inspection, pursuant to Section 1776 of the Labor Code.
SUBCONTRACTORS assume responsibility to provide of their subcontractors with notification of prevailing wage requirements, as lower-tier subcontractors must also comply with prevailing wage laws and regulations.
SUBCONTRACTORS are advised that this contract is subject to monitoring by the Compliance Monitoring Unit (“CMU”), a Division of the Department of Industrial Relations (“DIR”). The Subcontractor and all lower-tier subcontractors shall be required to furnish electronic certified payroll reports (“CPR”) directly to the Labor Commissioner/cmu in accordance with Title 8, California Code of Regulations, Section 16460 et seq.
The successful Bidder and all subcontractors utilized by the successful Bidder on the project shall maintain and furnish to the DIR on a periodic basis as directed by the DIR, but in no event less frequent than once each month, certified copies of weekly payroll reports signed under penalty of perjury. The DIR shall review the payroll reports to verify compliance with the prevailing wage requirements and shall conduct audits and onsite investigation as it deems necessary. The prevailing rate of per diem wages and a description of employer payments are on file at the OWNER’S OFFICE and are available to any interested party upon request. If the payroll records or reports are delinquent or inadequate, the OWNER shall withhold contract payments. Additionally, if after an investigation it is established that an underpayment occurred, the OWNER shall withhold contract payments equal to the amount of underpayment and applicable penalties. The OWNER thereafter shall follow the requirements regarding notice to the CONTRACTOR or subcontractor as provided in Labor Code Section 1771.6 .
NOTE: Weekly CPR for Subcontractors and all lower tier subcontractors must be uploaded to LCP Tracker. NO FAXED OR HARD COPY CERTIFIED PAYROLL REPORTS WILL BE ACCEPTED . CPR must be sequentially numbered (1 through Final) and include “Non-performance” reports if no work was done during any specific week.
Each Bidder agrees that if its bid is accepted, it shall comply with all applicable provisions of: (1) the California Labor Code and (2) the DIR’S CMU.
The OWNER has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work in the locality in which the work is to be performed for each craft, classification, or type of work needed to execute the contract. Straight-time hourly rates and overtime hourly rates (daily, Saturday, Sunday, and holiday) shall be paid in accordance with the general prevailing wage determination issued by the Director of the Department of Industrial Relations. The general prevailing rate of per diem wages determined can also be located on the internet at the following web address: www.dir.ca.gov
Copies of schedules of rates so determined are on file at the OWNER’S principal office located at the Ontario-montclair School District, 950 W. “D” Street, Ontario, CA 91762 and are available to any interested party upon request.
In accordance with Sections 1773 and 1773.2 of the California Labor Code, the CONTRACTOR shall post a copy of the determination of prevailing rate of wages at each jobsite.
The CONTRACTOR and any subcontractor(s) shall pay not less than the specified prevailing rates of wages to all workers employed by them in the execution of the contract.
A payment bond and performance bond will be required prior to the execution of the contract. The payment bond and performance bond shall be in the form and amount set forth in the Contract Documents.
Contracts will be awarded in conformance with Education Code section 17406.a.4.b(iii), without consideration of any Alternates.
Pursuant to Section 7028.15 of the Business and Professions Code and Section 3300 of the Public Contract Code, all Bidders must possess proper licenses for performance of this Contract. At the time of bid, and through duration of project, CONTRACTORS shall possess the required California CONTRACTOR’S licenses in order to perform the specified Bid Category of Work.
Subcontractors must possess the appropriate licenses for each specialty subcontracted. Additionally, CONTRACTORS must verify license requirements of local jurisdictions.
No Bidder may withdraw his bid for a period of (120) calendar days after the date set for the opening thereof.
The OWNER and LEASE-LEASEBACK CONTRACTOR reserve the right to reject any and all bids and to waive irregularities in any bid.
A job walk will be held at the site for attendance by any interested Bidder with representatives of the OWNER, ARCHITECT, and LEASE LEASE-BACK CONTRACTOR.
The job walk will commence at . All attendees shall meet at the Nutrition Center Cold Storage , 1525 South Bon View Avenue, Ontario, CA 91762.
The City of Ontario (“City”) will receive electronic bids only for the
OMUC Contract No. UT1062, Mercedes Lane and Ferrari Lane Sewer Improvement Project November 16, 2023 at 11:00AM. (Project) no later than
The electronic bid management system will not accept late bids. Bids shall be valid for after the bid opening date.
MANDATORY
Inland Valley Daily Bulletin - SB Published: 10/16, 10/23/23
Keri Johnson, CMC, CPMC Upland City Clerk
Publish: October 16, 2023
Inland Valley Daily Bulletin - SB Published: 10/16/23
120 calendar days
The Project must be completed within calendar days, beginning ten (10) calendar days after the date on which the notice to proceed (“Notice to Proceed”), as described in Article 2 “Time of Completion” of the Contract Documents is sent by the City to the contractor submitting a bid for this Project (“Contractor ”).
SCHEDULE A AND BID SCHEDULE B
For further information, contact Department at (909) 395-2012.
City
One Hundred Eighty (180)
The City of Ontario’s Municipal Utilities Company (OMUC) is implementing a sewer system capital improvements project in Mercedes Lane and Ferrari Lane between Concours Street and Inland Empire Boulevard. The work under this contract will be implemented into two bid packages (Bid Schedule “A” and Bid Schedule “B). Bid Schedule “A” consists of installation of a new diversion manhole on the existing 12-inch sewer in Concours Street and Mercedes Lane Intersection with approximately 1000-feet of 12-inch sewer in Mercedes Lane, installation of new sewer manholes, and installation of a new manhole on the existing 12-inch sewer in Inland Empire Boulevard and connection to the existing sewer, installation of 6-inch VCP sewer lateral and connecting to existing 6-inch lateral, removal of approximately 400 feet of existing 8-inch VCP sewer, removal of an existing manhole and abandonment of approximately 115 feet of existing 8-inch VCP sewer in place. Bid Schedule “B” consists of construction of a new diversion manhole on existing 12-inch sewer in Concours Street and Ferrari Lane Intersection with approximately 920-feet of new 12inch sewer in Ferrari Lane, connecting to the existing manhole on Ferrari Lane, removal of approximately 650-feet of 8-inch VCP sewer in Ferrari Lane. The work under this contract also consists of connection to existing sewer systems at various street intersections; bypass of sewer flows, implementation of traffic control during construction, concrete and asphalt concrete pavement repair and street restoration as described in the Plans and Specifications for OMUC Project No. UT1062.
The Contractor will furnish all transportation, materials, tools, time, equipment, labor and supplies to complete the improvements, together with the appurtenant work necessary or incidental to complete, in a workmanlike manner, the improvements as contemplated and as intended by the Plans and the Technical Specifications.
Bids must be submitted on the City’s Bid Forms available to registered vendors at www.ontarioca.gov by selecting “Bids and Proposals” under “Business” on the home page; the Contract Documents may be downloaded at no charge. Electronic modifications to or withdrawal of bids may be made by the bidder prior to the bid closing deadline. Bids must be accompanied by cash, a certified or cashier ’s check, or a Bid Bond in favor of the City in an amount not less than (10%) of the submitted Total Bid Price.
Plan rooms that register may also download the contract documents and offer them for review. All parties downloading Contract Documents will be listed under the solicitation’s “Prospective Bidders” tab.
Any Bidder may visit the office of the City Clerk at City Hall at the time set for bid submission and request a reading of the bids. However, bid results are automatically made public in the bid management system upon bid closing. City reserves the right to reject any or all Bids and to waive any informality or irregularity in any Bid.
Bids must be accompanied by cash, a certified or cashier’s check, or a Bid Bond in favor of the City in an amount not less than ten percent (10%) of the submitted Total Bid Price (“Bid Security”).
The Bid Security must be submitted in hard copy directly to the City prior to the specified date and time for bid opening as set forth in the Instructions to Bidders.
A Pre-bid Conference Call Meeting will be held on the following date(s) and time(s): 10:00a.m. on
Call-in information will be transmitted to all bidders by Planet Bids or the bidders’ designated representative’s email. Each and every Bidder MUST attend the Pre-bid Meeting. Prospective bidders may not visit the Project Site without making arrangements through the OMUC Project Manager Thomas Palmieri at 909-395-2688. Bids WILL NOT be accepted from any bidder who did not attend the Prebid Meeting.
Thursday, October 26, 2023.
Each bid shall be accompanied by the security referred to in the Contract Documents, the non-collusion declaration, the list of proposed subcontractors, and all additional documentation required by the Instructions to Bidders.
The successful bidder will be required to furnish the City with a Performance Bond equal to 100% of the successful bid, and a Payment Bond equal to 100% of the successful bid, prior to execution of the Contract. All bonds are to be secured from a surety that meets all of the State of California bonding requirements, as defined in Code of Civil Procedure Section 995.120, and is admitted by the State of California.
Pursuant to Public Contract Code Section 22300, the successful bidder may substitute certain securities for funds withheld by City to ensure his performance under the Contract.
The Director of Industrial Relations has determined the general prevailing rate of per diem wages in the locality in which this work is to be performed for each craft or type of worker needed to execute the Contract which will be awarded to the successful bidder, copies of which are on file and will be made available to any interested party upon request at the City Clerk’s office or online at http://www.dir. ca.gov/dlsr. A copy of these rates shall be posted by the successful bidder at the job site. The successful bidder and all subcontractor(s) under him, shall comply with all applicable Labor Code provisions, which include, but are not limited to the payment of not less than the required prevailing rates to all workers employed by them in the execution of the Contract, the employment of apprentices, the hours of labor and the debarment of contractors and subcontractors.
Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. No bid will be accepted nor any contract entered into without proof of the contractor’s and subcontractors’ current registration with the Department of Industrial Relations to perform public work. If awarded a Contract, the Bidder and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project. Notwithstanding the foregoing, the contractor registration requirements mandated by Labor Code Sections 1725.5 and 1771.1 shall not apply to work performed on a public works project that is exempt pursuant to the small project exemption specified in Labor Code Sections 1725.5 and 1771.1.
This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. In bidding on this project, it shall be the Bidder’s sole responsibility to evaluate and include the cost of complying with all labor compliance requirements under this contract and applicable law in its bid.
Each bidder shall be a licensed contractor pursuant to the Business and Professions Code and shall be licensed in the following appropriate classification(s) of contractor ’s license(s), for the work bid upon, and must maintain the license(s) throughout the duration of the Contract: State of California Classification
A-general Engineering Contractor and/or Classification C-34 – Pipeline Contractor.
Award of Contract: The City shall award the Contract for the Project to the lowest responsible bidder as determined from the
by the City. The City reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids or in the bidding process.
NOTICE OF ADOPTION OF ORDINANCE NO. 1982
Summary of Ordinance No. 1982
BID
SPECIAL NOTICE ABOUT COVID-19: This Project consists of essential work and will therefore proceed unless appropriate governmental authorities order the work to cease. By submitting a Bid for this work, Bidder agrees to proceed with the work as proposed and to execute the contract in the form provided. Any conditions, caveats, or force majeure notices submitted with Bidder’s bid will not be accepted and may result in a determination that the bid is nonresponsive. Any such conditions, caveats, or notices submitted after award may result in the forfeiture of Bidder ’s bid security and award to the next lowest bidder. Bidders shall comply with the requirements provided in the section titled, “COVID-19 Safety Measures,” of the Special Conditions. The costs of adhering to and complying with such requirements, and any future updates thereto, shall be included in the Bidders’ bid amount. Key prevention practices include, but are not limited to, physical distancing, face coverings, frequent handwashing, regular cleaning and disinfection, and training employees on preventing the spread of COVID-19.
of Ontario Purchasing
PLEASE TAKE NOTICE that on October 9, 2023 at 7:00 p.m. in the Council Chambers, Upland City Hall, 460 North Euclid Avenue, Upland, California, the City Council of the City of Upland adopted Ordinance No. 1982, entitled “An Ordinance of the City Council of the City of Upland, approving Zone Change No. ZC-22-0001 to amend the zoning designation of an existing 7.90-acre parcel developed as a Commercial/industrial Business Park known as the “Mountainview Industrial Park” to the Commercial/industrial Mixed Use. The project site is located at 1225-1281 West 9 th Street (APN 1007-511-09).” A summary that Ordinance is as follows:
The adopted Ordinance approves Zone Change No. ZC-22-0001, changing the zoning designation applicable to a property located at 1225-1281 West 9th Street in the City of Upland from Commercial/ Office Mixed Use to Commercial/industrial Mixed Use. Moreover, the adopted Ordinance makes certain findings required by the Upland Municipal Code Section 17.48.060 in support of the zone change, including findings that the zone change: (1) is consistent with the General Plan and any applicable community or specific plan; (2) will not be detrimental to the public interest, health, safety, or welfare of the City; and (3) is physically suitable in terms of design, location, shape, size, and other characteristics to ensure that the proposed uses and development will not endanger, jeopardize, or otherwise constitute a hazard to the property, surrounding properties, and the community at large.
A certified copy of the entire text of Ordinance No. 1982 is available in the office of the City Clerk, 460 North Euclid Avenue, Upland, California, and is available for public inspection at that location.
Those Councilmembers voting for or against Ordinance No. 1982 are as follows:
AYES: Mayor Velto, Councilmembers Garcia, Breitling, Maust, Zuniga NOES: None
ABSENT: None ABSTAINED: None