HomeMy WebLinkAboutRES 92-42RESOLUTION NO. 92-42
A RESOLUTION OF THE CITY COUNCIL OF THE
CITY OF DIAMOND BAR APPROVING PLANS AND
SPECIFICATIONS FOR SLURRY SEAL, AREA 3
IN SAID CITY AND AUTHORIZING AND DIRECTING
THE CITY CLERK TO ADVERTISE TO RECEIVE BIDS.
WHEREAS, it is the intention of the City of Diamond Bar to
construct certain improvements in the City.
WHEREAS, the City has prepared plans and specifications for
the construction of certain improvements.
NOW, THEREFORE, BE IT RESOLVED that the plans and specifica-
tions presented by the City be and are hereby approved as the plans
and specifications for:
SLURRY SEAL
BE IT FURTHER RESOLVED that the City Clerk is hereby autho-
rized and directed to advertise as required by law for the receipt
'-` of sealed bids or proposals for doing of the work specified in the
aforesaid plans and specifications, which said advertisement shall
be in form and content as approved by the City Attorney and a copy
of this Resolution shall be contained in each specification package
for the work:
"NOTICE INVITING SEALED BIDS OR PROPOSALS"
Pursuant to a Resolution of the City Council of the City of
Diamond Bar, directing this notice, NOTICE IS HEREBY GIVEN that the
said City of Diamond Bar will receive at the office of the City
Clerk in the City Hall of the City of Diamond Bar, on or before the
hour of 2:00 o'clock P.M. on the 11TH day of August, 1992, sealed
bids or proposals for:
SLURRY SEAL in said City.
Bids will be opened and publicly read immediately thereafter.
Bids must be made on a form provided for the purpose,
addressed to the City of Diamond Bar clearly marked: "Bid for the
1992-93 Slurry Seal Improvement Program."
ill
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, 21660 E. Copley Drive, Suite 100, Diamond Bar,
California, and are available to any interested party on request.
The Agency also shall cause a copy of such determinations to be
posted at the job site.
Purusant to Labor Code § 1775, the Contractor shall forfeit,
as penalty to the City, 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 hereinbefore
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.
In accordance with the provisions of § 1777.5 of the Labor
Code, as amended, and in accordance with the regulations of the
California Apprenticeship Council, properly indentured
apprentices may be employed in the prosecution of the work.
Attention is directed to the provisions in §§ 1777.5 and
1777.6 of the Labor Code concerning the employment of apprentices
by the Contractor or any subcontractor under him.
§ 1777.5, as amended, requires the Contractor or
subcontractor employing tradesmen in any apprenticeable
occupation to apply to the joint 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:
R-2
DSSPECSM5.2AO-92
A. When employment 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 for 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 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
apprenticeable 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 §§ 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.
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 arty 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,
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.
R-3
DHSPZC5%DE3.2A%5-92
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 agreements filed in accordance
with Labor Code § 1773.8.
The bidder must submit with his proposal cash, cashier's
check,.certified check, or bidder's bond, payable to the City 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, cashier's check,
certified check, or bond shall become the property of the City.
If the City awards the contract to the next lowest bidder,
the amount of the lowest bidder's security shall be applied by
the City 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 fifty percent (50%) 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 for the construction of said work.
No proposal will be considered from a Contractor who is not
licensed as a Class C contractor at time of bid in accordance
with the provisions of the Contractor's License Law (California
Business and Profes0ons Code, Section 7000, et seq.) and rules
and regulations adopted pursuant thereto or to whom a proposal
form has not been issued by the City.
The work is to be done in accordance with the profiles,
plans, and specifications of the City of Diamond Bar on file in
the office of the City Clerk. Copies of the plans and
specifications will be furnished upon application to the City and
payment of $ 40.0 , said $ 30.00 is nonrefundable.
R-4
DBSPEC51D85.2A15-92
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
nonreimbursable payment of $ 10.00 to cover the cost of mailing
charges and overhead.
The successful bidder will be required to enter into a
contract satisfactory to the City.
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).
The City of Diamond Bar reserves the right to reject any and
all bids. No bidder may withdraw a bid for a period of sixty (60)
days after the date of the bid opening.
By order of the City Council of the City of Diamond Bar.
`^ Dated this 7 day of July , 1992.
PASSED AND ADOPTED by the City of Diamond Bar, this 7th
day of July , 19 92
M
ATTEST:
City— Crark
R-5
D3SPBCS%D35.2A%5-92
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES)
CITY OF DIAMOND BAR )
I, LYNDA BURGESS , City Clerk of the City of Diamond
Bar, do hereby certify that the foregoing Resolution was duly and
regularly passed and adopted by the City Council of the City of
Diamond Bar at its regular meeting held on the 7th day of
July , 19_9.2, by the following vote, to wit:
AYES: MEMBERS: Forbing, Miller, Werner, M/Kim
NOES: MEMBERS: None
ABSENT: MEMBERS: MPT/Papen
ABSTAINED: MEMBERS: None
City erk, City of DiAmond Bar
R-6
DBSPECS035.2A15-92
Q-
CA
JIVIDELLE n
CC
'/,De Is
co
ir
A44
OT R
cl.
C
ip
C59-
c-,
0 0MR X OR z r
RIO LOBOS RD Lu CL Q 3y
PFA
-Z 21 1 8R0K:-,N CR LN '-�f4j
SA*,va 2 QUIET CREE ci
B y SPRI'vc LN LV
Sit,, F -
`7� 01 SPRjj'qG
CREEK Z 0ouF.141
'Yot4 lDvk
jm Ln
4c
IDS Zir SRO Lu
OK
FS 4, cz Q. A-� dt Oj)
k\ s,-, UB co 05 a
yy \ f Q -j Pj4 0 o"
r %mc) '940
TO k; t
DFj— CENTER L 'T �5
PO
SUMMIT yo
V)
A,
4101VTEA4 RIDGE
PAR
cl.
PL A 44
louse cn
ful p -k -CZ) oyt,
qc
k" 00
1 rn7 1 U DEL—
rr%
CL
JI KNSPRI
RIA4
07-0 mi
()A ic
co
OP
-01" / / 12 ZO
pC
A,
0
N 04
q
\to 1=1z -i
!,--
x
14�
E .4 C5 -up
,
0(�
z
<
0102,
0-
I
SUNR111 -111
OT R
cl.
C
ip
C59-
c-,
0 0MR X OR z r
RIO LOBOS RD Lu CL Q 3y
PFA
-Z 21 1 8R0K:-,N CR LN '-�f4j
SA*,va 2 QUIET CREE ci
B y SPRI'vc LN LV
Sit,, F -
`7� 01 SPRjj'qG
CREEK Z 0ouF.141
'Yot4 lDvk
jm Ln
4c
IDS Zir SRO Lu
OK
FS 4, cz Q. A-� dt Oj)
k\ s,-, UB co 05 a
yy \ f Q -j Pj4 0 o"
r %mc) '940
TO k; t
DFj— CENTER L 'T �5
PO
SUMMIT yo
V)
A,
4101VTEA4 RIDGE
PAR
cl.
PL A 44
louse cn
ful p -k -CZ) oyt,
qc
k" 00
1 rn7 1 U DEL—
rr%
CL
JI KNSPRI
RIA4
07-0 mi
()A ic
co
OP
-01" / / 12 ZO
pC
A,
0
N 04
q
\to 1=1z -i
!,--
x
14�
E .4 C5 -up
,
0(�
z
<
0102,
0-
I