HomeMy WebLinkAbout2011-03 Riverside Park PrequalificationRESOLUTION 2011-03
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH
ESTABLISHING A PREQUALIFICATION PROCESS TO BE USED FOR BIDDING THE
CONSTRUCITON OF RIVERSIDE PARK PHASE ONE
TRAILS AND REVEGETATION PROJECT
WHEREAS, the City of Ukiah will be advertising for bids for construction of the Riverside
Park Phase One Trails and Revegetation Project; and
WHEREAS, the City Council recognizes that the Project requires specialty construction
processes such as eradication of invasive species, revegatation of native species and
construction within the main channel of the river; and
WHEREAS, the City's performance of the Project is under the regulatory review of the
Department of Fish and Game and the Regional Water Quality Control Board; and
WHEREAS, the grant funding guidelines as set by the California Resources Agency
require the City to successfully perform the Project tasks to receive full grants funds and
reimbursement toward the Project; and
WHEREAS, the State of California Public Contracts Code (PCC) 20101 permits cities to
prequalify contractors who wish to bid on public works contracts; and
WHEREAS, the City has developed a uniform system of rating bidders based on
objective criteria in accordance with PCC 20101; and
WHEREAS, the City has also developed a system through which decisions regarding a
prospective bidders qualifications may be appealed in accordance with PCC 20101; and
NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Ukiah hereby
resolve to require prospective bidders on the Riverside Park Phase One Trails and
Revegetation Project to be prequalified in accordance with PCC 20101, and in so resolving the
City Council adopts the following forms and procedures for use as the basis for prequalifying
prospective bidders:
A. Prequalification Questionnaire "Exhibit A"
B. Uniform Rating System and Procedures "Exhibit B"
C. Comparable Project Verification Questions and Procedures "Exhibit C"
PASSED AND ADOPTED this 19th day of January, 2011, by the following roll call vote:
AYES:Councilmembers Landis, Thomas, Crane, Baldwin, and Mayor Rodin
NOES: None
ABSTAIN: None
ABSENT: None
Mari Rodin, Mayor
ATTEST:
r
J Anne M. Currie, City Clerk
Exhibit A
CITY OF UKIAH
MENDOCINO COUNTY, CALIFORNIA
BIDDER PRE-QUALIFICATION QUESTIONNAIRE
City of tWafs
L
Questionnaire Submission Deadline. The submission deadline for bids will not be changed in order to accommodate
supplementation of incomplete prequalification submissions, or late prequalification submissions.
SUBMISSION DEADLINE
The last date to submit a fully completed questionnaire is . 2011 ("Questionaire Submission Deadline").
Contractors are encouraged to submit pre-qualification packages as soon as possible, so that they may be notified of
omissions of information to be remedied or of their pre-qualification status well in advance of the bid advertisement
for this project.
Contractors may hand-deliver pre-qualification packages during regular working hours on any day that the offices of
City of Ukiah are open. The prequalification package must be submitted by hand, or received by mail, on or prior to the
last date for submittal indicated above.
PLACE OF SUBMISSION
The pre-qualification packages should be submitted by mail or hand 'deli vered in a sealed envelope to the City of
Ukiah's City Clerk's office located at 300 Seminary Avenue, Ukiah, CA 95482-5400, and marked CONFIDENTIAL. Faxed
or emailed copies will not be accepted.
CONFIDENTIALITY
The pre-qualification questionnaires and supplemental information submitted by Contractors are not public records
and are not open to public inspection. All information provided will be kept confidential to the extent permitted by
law. However, the contents may be disclosed to third parties to the extent necessary for purpose of verification or
investigation of substantial allegations or in the appeal hearing. State' law requires that the names of contractors
applying for pre-qualification status shall be public records subject to disclosure, and the first page of the questionnaire
will be used for that purpose.
NOTIFICATION OF ACTION
Upon submission of the Pre-Qualification Questionnaire, it will be reviewed for completeness. If additional information
is required, you will be notified. The date on which all required information has been received by the City Clerks Office,
will be considered the receipt date of the, Pre-Qualification Questionnaire. Contractors will be notified of their
qualification status no later than ten (10), business days after submission of the information. All notices to the
contractor shall be sent to the mailing address, email or fax number contained in the Pre-Qualification Questionnaire.
Notices shall be emailed, if the Questionnaire contains an email address. If no email address is given, notices shall be
faxed. If no email or fax number is given, notices shall be mailed. Notices shall be deemed given and received on the
date they are email, faxed or deposited in the United States Mail.
APPEAL PROCEDURE
A contractor may appeal a rating below the Minimum Score, if the contractor's questionnaire was submitted and
determined by the City to be complete by the Questionnarie Submission Deadline. An appeal is begun by the
Contractor delivering to the City of Ukiah's City Clerk's Office written notice of its appeal of the pre-qualification rating
decision. The appeal must be submitted three (3) business days after receipt of the City's prequalification status
notification. The City Clerk shall date stamp any notice of appeal with the date received by the City Clerk. A contractor
who fails to file with the City Clerk a complete and timely notice of appeal waives any and all right to appeal the
contractor's rating.
The notice of appeal must contain a fax number or email address to which notices can be given. Any notice, decision or
other communication shall be deemed given and received on the date it is faxed or emailed to that number or address.
In the notice of appeal the contractor must state whether the contractor requests notification in writing of the basis for
the contractor's disqualification and any supporting evidence that has been received from others or adduced as a result
of the City's investigation (collectively, the "Rating Information").
Riverside Park Phase One
Trails and Revegetation Project
SPECIFICATION NO.
BIDDER PRE-QUALIFICATION PROCEDURES
Page 2
If the contractor files a complete and timely notice of appeal, the City shall schedule a hearing to be conducted not
later than ten (10) business days from the date the notice of appeal was filed with the City Clerk and the hearing officer
shall issue his or her written decision not later than five(S) business days prior to the deadline for submitting sealed
bids on the project. If the notice of appeal requests the Rating Information, the City must provide that information not
later than two(2) business days after the appeal was filed with the City Clerk. The City Clerk shall provide written notice
to the contractor of the date, time and location of the hearing no later than two(2) business days prior to the scheduled
hearing.
The hearing shall be conducted informally by the hearing officer, but, at a minimum, the contractor shall be given the
opportunity to rebut any evidence used as a basis for disqualification and to present evidence to the hearing officer as
to why the contractor should be found qualified. The hearing shall be electronically recorded. It shall be closed to the
public, including other bidders, but the contractor or the Director of Community Services or his or her designee shall be
allowed to call witnesses to testify at the hearing. The hearing officer may exclude witnesses, except when they are
testifying.
The hearing officer shall be the City Manager or another City Official or person designated by the City Manager. The
hearing officer shall not have participated in rating the contractors based on their questionnaires or in any investigation
of their qualifications and shall base his or her decision exclusively on the notice of appeal, the Rating Information and
any documents or testimony submitted during the hearing. The hearing officer decision shall be in writing and given to
the contractor and the Director of Community Services. The written decision should contain a brief explanation of the
reasons for the decision but need not contain detailed findings. The record of the hearing and the decision shall not be
subject to public disclosure and shall remain confidential.
Pre-qualification Questionnaire is on the following pages.
Riverside Park Phase One
Trails and Revegetation Project BIDDER PRE-QUALIFICATION PROCEDURES
SPECIFICATION NO. Page 3
THIS PAGE PURPOSELY LEFT BLANK
Riverside Park Phase One
Trails and Revegetation Project BIDDER PRE-QUALIFICATION PROCEDURES
SPECIFICATION NO. Page 4
BIDDER PRE-QUALIFICATION QUESTIONNAIRE
FOR
THE RIVERSIDE PARK PHASE ONE TRAILS AND REVEGETATION PROJECT
Application For:
(Please print company name as it appears on license.)
Check One: ❑ Corporation ❑ Sole Proprietorship
❑ Partnership ❑ Joint Venture ❑ Member of joint venture
Address to which all applicant's correspondence is to be mailed:
Address:
Contact Person:
Email:
Phone: Fax:
If firm is a sole proprietor or partnership:
Owner(s) of Company
Contractor's License Number(s) and states in which they are held:
BE SURE TO RETAIN A COPY OF YOUR COMPLETED QUESTIONNAIRE FOR YOUR RECORDS
Mail or Hand Deliver to:
City of Ukiah
City Clerks Office
300 Seminary Ave.
Ukiah, CA 95482
Submit Hardcopy: No Fax or Email copies accepted.
FOR OFFICE USE
RECEIPT DATE:
ADDITIONAL INFORMATION :
Riverside Park Phase One
Trails and Revegetation Project BIDDER PRE-QUALIFICATION QUESTIONNAIRE
SPECIFICATION NO. Page 1
THIS PAGE PURPOSELY LEFT BLANK
Riverside Park Phase One
Trails and Revegetation Project BIDDER PRE-QUALIFICATION QUESTIONNAIRE
SPECIFICATION NO. Page 2
PART I. ESSENTIAL REQUIREMENTS FOR QUALIFICATION
Contractor will be immediately disqualified if the answer to any of questions 1 through 4 is "no."
Contractor will be immediately disqualified if the answer to any of questions 5, 6, 7 or 8 is "yes."i if the
answer to question 7 is "yes," and if debarment would be the sole reason for denial of pre-qualification,
any pre-qualification issued will exclude the debarment period.
1. Contractor possesses a valid and current California Contractor's license of the class stated in the bid
documents for the Project, entitled: Special Provisions for Riverside Park Phase One Trails and Revegetation
Project ("Special Provisions").
❑ Yes ❑ No
2. Contractor has a liability insurance policy with a policy limit of at least $1,000,000 per occurrence and
$2,000,000 aggregate.
❑ Yes ❑ No
3. Contractor has current workers' compensation insurance policy as required by the Labor Code or is legally
self-insured pursuant to Labor Code section 3700 et. seq.
❑ Yes ❑ No ❑ Contractor is exempt from this requirement, because it has no employees
4. Contractor has an admitted surety insurer (approved by the.California Department of Insurance) which is
authorized to issue bonds in the State of California.
❑ Yes ❑ No
5. Has your contractor's license been revoked at any time in the last five years?
❑ Yes ❑ No
6. Within the last five years has a surety firm completed a contract on your behalf, or paid for completion
because your firm was in default and was terminated by the project owner?
❑ Yes ❑ No
7. At the time of submitting this pre-qualification, form, is your firm ineligible to bid on or be awarded a public
works contract, or perform as a subcontractor on `a public works contract, pursuant to either Labor Code
section 1777.1 or Labor Code section 1777.7?
❑'Yes ❑ No
If the answer is "Yes," state the beginning and ending dates of the period of debarment:
8. At any time during the last five years, has your firm, or any of its owners or officers been convicted of a crime
involving the awarding of a contract of a government construction project, or the bidding or performance of a
government contract?
❑ Yes ❑ No
' A contractor disqualified solely because of a "Yes" answer given to question 5, 6, or 8 may appeal the
disqualification and provide an explanation of the relevant circumstances during the appeal procedure.
Riverside Park Phase One
Trails and Revegetation Project
SPECIFICATION NO.
BIDDER PRE-QUALIFICATION QUESTIONNAIRE
Page 3
PART 11. ORGANIZATION, HISTORY, ORGANIZATIONAL PERFORMANCE, COMPLIANCE WITH CIVIL AND CRIMINAL
LAWS
A. Current Organization and Structure of the Business
For Firms That Are Corporations:
1a. Date incorporated
1b. Under the laws of what state:
1c. Provide all the following information for each person who is either (a) an officer of the corporation (president,
vice president, secretary, treasurer), or (b) the owner of at least ten per cent of the corporation's stock.
Name Position Years with Co. % Ownership
For Firms That Are Partnerships:
1a. Date of formation:
1b. Under the laws of what state:
1c. Provide all the following information for each partner who owns 10 per cent or more of the firm.
Name Position Years with Co. % Ownership
For Firms That Are Sole Proprietorships:
1a. Date of commencement of business.
For Firms That Intend to Make a Bid as Part of a Joint Venture:
NOTE: As stated in the Bidder Pre-qualification Procedures, each firm that is a member of a Joint Venture must
complete Parts I and 11 of the questionnaire and meet or exceed the qualifying scores for those sections. The Joint
Venture may complete Part III using proiects_from anv of the member firms having more than a 20% ownership
interest in the Joint Venture.
1a. Date of commencement of joint venture.
1b. Provide all of the following information for each firm that is a member of the joint venture that expects to bid
on one or more projects:
Name of firm % Ownership of Joint Venture
Riverside Park Phase One
Trails and Revegetation Project BIDDER PRE-QUALIFICATION QUESTIONNAIRE
SPECIFICATION NO. Page 4
All references to "owner" or owners" in the following auestions mean the owner of owners listed above.
B. History of the Business and Organizational Performance
2. How many years has your organization been in business in California as a contractor under your present
business name and license number? years
3 years or more = 2 points
4 years = 3 points
5 years = 4 points
6 years or more = S points
3. Is your firm currently the debtor in a bankruptcy case?
❑ Yes ❑ No
No = 3 points
Yes = O points
4. Was your firm in bankruptcy at any time during the last five years? (This question refers only to a bankruptcy
action that was not described in answer to question 7, above)
❑ Yes ❑ No
No = 3 points
Yes = O points
Licenses
5. Has any CSLB license heUby,your firm or its Responsible Managing Employee (RME) or Responsible Managing
Officer (RMO) been"suspentled'_within the last~five years?
❑ Yes ❑ No .
No = 5 points
Yes = O points
Disputes
6. : At`any time in the last five years has-your firm been assessed and paid liquidates damages after completion of
a project under a construction contrastwith either a public or private?
❑ No ❑ Yes: two occurrencos_or less ❑ Yes: three occurrences or more
No = 5 points
Yes, 2 or less = 3 points
Yes, 3 or more= 0 points
Riverside Park Phase One
Trails and Revegetation Project
SPECIFICATION NO.
BIDDER PRE-QUALIFICATION QUESTIONNAIRE
Page 5
NOTE: The following two questions refer only to disputes between your firm and the owner of a project.
You need not include information about disputes between your firm and a supplier, another contractor, or
subcontractor. You need not include information about "pass-through" disputes in which the actual
dispute is between a sub-contractor and a project owner. Also, you may omit reference to all disputes
about amounts of less than $50,000.
In the past five years has any claim against your firm concerning your firm's work on a construction project
been filed in court or arbitration?
❑ No ❑ Yes, one such instance ❑ Yes, two or more such instances
5 points for either "No"
3 points for "Yes" indicating I such instance
0 points for "Yes" Y2 or more such instances
8. In the past five years has your firm made any claim against `a project owner concerning work on a project or
payment for a contract and filed that claim in court orarbitration?
❑ No ❑ Yes, one such instance ❑ Yes;,tw&or more such instances
5 points for either "No"
3 points for "Yes" indicating 1 such instance
0 points for "Yes" Y2 or more such instances
9. In the last five years has your firm, or any firm'with which any of yourcompany's owners, officers or partners
was associated, been debarred, disqualifiedjemoved'or otherwise prevented from bidding on, or
completing, any government agency or public~works project for any reason?
NOTE: "Associated with" refers to another construction, firm in which an owner, partner or officer of your
firm held a similar position, and which is listed in response to Part ll question 1c on this form.
❑ Yes ❑ No
No = 5 points
Yes = O points
10. In the last five years has your firm been denied an award of a public works contract based on a final finding by
a public agency that your company was not a responsible bidder?
❑ Yes ❑ No
No = 5 points
Yes = 0 points
11. At any time during the past fiv,dyears, has any surety company made any payments on your firm's behalf as a
result of a default, to satisfy any claims made against a performance or payment bond issued on your firm's
behalf, in connection with a construction project, either public or private?
❑ No ❑ Yes, one such claim ❑ Yes, two or more such claims
5 points for "No"
3 points for "Yes"indicatingl such claim
0 points for "Yes" more than 2 such claims
Riverside Park Phase One
Trails and Revegetation Project
SPECIFICATION NO.
BIDDER PRE-QUALIFICATION QUESTIONNAIRE
Page 6
12. In the last five years has any insurance carrier, for any form of insurance, refused to renew the insurance
policy for your firm?
❑ No ❑ Yes, one such instance ❑ Yes, two instances ❑ Yes, three or more instances
5 points for "No" or "Yes" indicating 1 such instance
3 points for "Yes" indicating 2 such instances
0 points for "Yes" or if more than 2 such instances
Criminal Matters and Related Civil Suits
13. Has your firm or any of its owners, officers or partners ever been found liable in a civil suit or found guilty in a
criminal action for making any false claim or material misrepresentation to any public agency or entity?
❑ Yes ❑ No
No = 5 points
Yes = subtract 5 points
14. Has your firm or any of its owners, officers or partner's ever been convicted of a crime involving any federal,
state, or local law related to construction?
❑ Yes ❑ No
No = 5 point
Yes = subtract 5 points
Bonding
1s.
If your firm was required to pay a premium of more than per cent fora performance and payment bond
on any project(s) on which your firm worked at any time during the last three years, state the percentage that
your firm was required to pay You may provide-an explanati on fora percentage rate higher than one per
cent, if you wish to;,do so.
❑ The rate was no more than, one per cent
❑ The rate was no higher than 1.10 per cent
The rate was; per cent
5 points if the rate is no more than one per cent
3 points if the rate was no higher than 1a0 per cent
0 points for any other answer
16. During the last five years, has your firm ever been denied bond coverage by a surety company, or has there
ever been a period of time when your firm had no surety bond in place during a public construction project
when one was required?
❑ Yes ❑ No
No = 5 points
Yes = O points
Riverside Park Phase One
Trails and Revegetation Project
SPECIFICATION NO.
BIDDER PRE-QUALIFICATION QUESTIONNAIRE
Page 7
C. Compliance with Occupational Safety and Health Laws and with Other Labor Legislation Safety
17. Has CAL OSHA or other comparable agency of another state cited and assessed penalties against your firm for
any "serious," "willful" or "repeat" violations of its safety or health regulations in the past five years?
NOTE: If you have filed an appeal of a citation, and the Occupational Safety and Health Appeals Board has
not yet ruled on your appeal, you need not include information about it.
❑ No ❑ Yes, one such instance ❑ Yes, two such instances ❑ Yes, three or more such instances
S points for either "No" or "Yes" indicating I such instance
3 points for "Yes" indicating 2 such instances
0 points for "Yes" if 3 or more such instances ;
18. Has the federal Occupational Safety and Health Administration cited and assessed penalties against your firm
in the past five years? 11 1 11
NOTE: If you have filed an appeal of a citation and th* Appeals Board has not yet ruled on your appeal,
or if there is a court appeal pending, you need 'not include information about the citation.
❑ No ❑ Yes, one such instance ❑ Yes, two such instances ❑ Yes,,three or more such instances
S points for either "No" or "Yes" indicating ,,f such instance
3 points for "Yes" indicating 2 such instanees
0 points for "Yes" if 3 or more such instanced
19. Within the past five years, has the EPA or any Air Quality Management District or any Regional Water Quality
Control Board cited and'assessed penaltias,against either your firm or the owner of a project on which your
firm was the contractor?
NOTE: If you have filed an appeal,,of a citation ancithe Appeals Boa~d has not yet ruled on your appeal,
or if there is a court appeal pending, you need not.include information about the citation.
❑ No ❑ Yes, one such instance ❑ Yes, two`such instances ❑ Yes, three or more such instances
S points for either "No" or "Yes" indicating I such instance
3 points for "Yes" indieatittg2 such instances
0 points for "Yes" if 3 or more such nrstances
q
Riverside Park Phase One
Trails and Revegetation Project BIDDER PRE-QUALIFICATION QUESTIONNAIRE
SPECIFICATION NO. Page 8
PART III: RECENT COMPARABLE CONSTRUCTION PROJECTS COMPLETED
A. General Project Experience
The following questions are related to projects that you have completed with a series of specific attributes. In each
case select the number of projects where you acted as the general contractor or a subcontractor.
1. Indicate the number of projects your company completed within the previous 10 years where the
construction value was greater than $500,000. If your company was a subcontractor the construction value
of your subcontract must meet or exceed this amount:
❑ Five or More Projects ❑ Two or Three Projects ❑ One Project ❑ No Projects
5 points for "Five or More"
3 points for "Two or Three Projects"
I point for "One Project"
0 points for "No Projects"
2. Indicate the number of projects your company completed within the previous 10 years where two or more
acres of the active construction area was within the jurisdiction of the California Department of Fish and
Game or the Regional Water Quality Control Board jurisdiction:
❑ Five or More Projects ❑ Two or Three Projects ❑ One Project ❑ No Projects
S points for "Five or More"
3 points for "Two or Three Projects"
I point for "One Project"
0 points for "No Projects"
3. Indicate the number of projects your com`pary completed within the previous 10 years which included two or
more acres of selective remoual of non-native and invasivevegetation using`a combination herbicide
application and,,hand removal:
❑ Five or More Projects ❑ ,Two or Three Projects ❑ One Project ❑ No Projects
S points for "Five or. More"
3 points for "Two or Three Projects"
I point for "One Project -
O pointsfor "No Projects"
4. Indicate'the number of projects your company completed within the previous 10 years which included two or
more acres of native plant installation and~establishment using a combination of seeding and containerized
plants:
❑ Five or More Projects ❑ Two or Three Projects ❑ One Project ❑ No Projects
S points for "Five or More"
3 points for "Two or Three Projects"
I point for "One Project"
0 points for "No Projects"
5. Indicate the number of projects your company completed within the previous 10 years which included 1,000
LF of trails constructed of stabilized aggregate not including asphaltic concrete or concrete paving:
❑ Five or More Projects ❑ Two or Three Projects ❑ One Project ❑ No Projects
S points for "Five or More"
3 points for "Two or Three Projects"
1 point for "One Project"
0 points for "No Projects"
Riverside Park Phase One
Trails and Revegetation Project
SPECIFICATION NO.
BIDDER PRE-QUALIFICATION QUESTIONNAIRE
Page 9
B. Specific Project Experience and References
Project Data Sheets
The following pages of the questionnaire include the "Project Data Sheets". The Contractor shall provide information
on 3 projects completed within the last 7 years (Completed between the year 2004 through 2010) that are comparable
in scope and context to the Riverside Park Phase One Trails and Revegetation Project. Comparable projects will receive
points based on the number of the following attributes they share with the Project and how close the quantity of each
specified attribute of the comparable project is to the quantities indicated for each below.
To score the highest points possible, each project should have had the following attributes;
a. a construction contract price of $500,000 or more;
b. two (2) or more acres of improvements as measured by area of disturbance located within the jurisdiction of
the California Department of Fish and Game and/or the Regional Water Quality Control Board jurisdiction.
c. Three (3) or more acres of selective removal of non-native and invasive vegetation using a combination
herbicide application and hand removal.
d. Three (3) or more acres of native plant installation and establishment using a combination of seeding and
containerized plants.
e. 1,500 LF or more of trails constructed of stabilized aggregate not including asphaltic concrete or concrete
paving.
f. one (1) acre or more of stabilized streambank or stabilized erosive area using bioengineered (live) or
engineered (conventional) erosion, control techniques.
Names and contact information of references for each comparable project must be current and verifiable. Failure to
list the above referenced number of comparable projects or determination of the City that the information is invalid
will result in immediate disqualification.
Provide information about each comparable project on the following Project Data Sheets.
Riverside Park Phase One
Trails and Revegetation Project
SPECIFICATION NO.
BIDDER PRE-QUALIFICATION QUESTIONNAIRE
Page 10
PROJECT DATA SHEET
PROJECT #1
1. Project Name:
2. Project Location
3. Owner Information
Name:
Address:
Contact Person for
Experience Verification:
Phone Number for
Contact Person:
4. Contract Role:
Sub-
Prime Contractor ❑ contractor ❑
If sub-contractor, provide name and contact information for the general contractor below:
Company Name:
Contact Person:
Contact Phone Number:
5.
Project Attributes: Check the
applicable boxes.
5 points
3 points
1 points
0 Points
$300,000
$200,000
Contract Price
❑
$500,000
❑
to
❑
to
❑ < $200,000
< $500,000
< $300,000
g.
Amount of the active construction area
within the jurisdiction of the California
1 Acre
0.5 Acre
Department of Fish and Game or the
❑
2_2 Acres
❑
to
❑
To
❑ < 0.5 Acre
Regional'Water Quality Control Board
<2 Acres
1 Acre
jurisdiction:
h.
Amount of selective removal of non-
native and invasive vegetation using a
❑
>3 Acres
❑
2 Acres
To
❑
1 Acres
To
❑ < 1 A
re
combination herbicide application-and
c
hand removal.
<3 Acres
<2 Acres
L
Amount of native plant` installation and
2 Acres
1 Acres
establishment using a combination of
❑
2_3 Acres
❑
To
❑
To
❑ < 1 Acre
seeding and containerized plants:
<3 Acres
<2 Acres
j.
Amount of trails constructed of
stabilized aggregate not including
❑
2_1,500 LF
❑
1,000 LF to
❑
500 LF to
E] <500 LF
asphaltic concrete or concrete paving.
<1,500 LF
<1,000 LF
k.
Amount of stabilized streambank or
stabilized erosive area using
0.5 Acre
0.25 Acre
bioengineered (live) or engineered
❑
?1 Acres
❑
To
❑
To
❑ < 0.5 Acre
(conventional) erosion control
<1 Acres
<0.5 Acres
techniques.
Project owner will be contacted to verify information.
Riverside Park Phase One
Trails and Revegetation Project BIDDER PRE-QUALIFICATION QUESTIONNAIRE
SPECIFICATION NO. Page 11
PROJECT DATA SHEET
PROJECT #1
THIS PAGE PURPOSELY LEFT BLANK
Riverside Park Phase One
Trails and Revegetation Project BIDDER PRE-QUALIFICATION QUESTIONNAIRE
SPECIFICATION NO. Page 12
PROJECT DATA SHEET
PROJECT #2
1. Project Name:
2. Project Location
3. Owner Information
Name:
Address:
Contact Person for
Experience Verification:
Phone Number for
Contact Person:
Sub-
4. Contract Role: Prime Contractor ❑ contractor ❑
If sub-contractor, provide name and contact information for the general contractor below:
Company Name:
Contact Person:
Contact Phone Number:
5.
Project Attributes: Check the
applicable boxes.
5points
3 points
1 points
0 Points
$300,000
$200,000
a.
Contract Price
❑
? $500,000
❑
to
❑
to
❑ < $200,000
< $500,000
< $300,000
b.
Amount of the active construction area
within the jurisdiction of the California'
1 Acre
0.5 Acre
Department of Fish and Game or the <
❑
?2 Acres
❑
to
❑
To
❑ < 0.5 Acre
Regional Water Quality Control Board
<2 Acres
1 Acre
jurisdiction:
c.
Amount of selective removal of non-
native and invasive vegetation using 'a
❑
>3 Acres
❑
2 Acres
To
❑
1 Acres
To
❑ < 1 Acre
combination herbicide application and
hand removal.
<3 Acres
<2 Acres
d.
Amount of native plant installation and
2 Acres
1 Acres
establishment using a combination of
❑
2_3 Acres
❑
To
❑
To
❑ < 1 Acre
seeding and containerized plants:
<3 Acres
<2 Acres
e.
Amount of trails constructed of
stabilized aggregate not including
❑
2_1,500 LF
❑
1,000 LF to
El
500 LF to
❑ <500 LF
asphaltic concrete or concrete paving.
<1,500 LF
<1,000 LF
f.
Amount of stabilized streambank or
stabilized erosive area using
0.5 Acre
0.25 Acre
bioengineered (live) or engineered
❑
2:1 Acres
❑
To
❑
To
❑ < 0.5 Acre
(conventional) erosion control
<1 Acres
<0.5 Acres
techniques.
Project owner will be contacted to verify information.
Riverside Park Phase One
Trails and Revegetation Project BIDDER PRE-QUALIFICATION QUESTIONNAIRE
SPECIFICATION NO. Page 13
PROJECT DATA SHEET
PROJECT #2
THIS PAGE PURPOSELY LEFT BLANK
Riverside Park Phase One
Trails and Revegetation Project BIDDER PRE-QUALIFICATION QUESTIONNAIRE
SPECIFICATION NO. Page 14
PROJECT DATA SHEET
PROJECT #3
1. Project Name:
2. Project Location
3. Owner Information
Name:
Address:
Contact Person for
Experience Verification:
Phone Number for
Contact Person:
Sub-
4. Contract Role: Prime Contractor F] contractor ❑
If sub-contractor, provide name and contact information for the general contractor below:
Company Name:
Contact Person:-
Contact Phone Number:
5.
Project Attributes: Check the
applicable boxes.
5 points
3 points
1 points
0 Points
$300,000
$200,000
a.
Contract Price
❑
? $500,000
❑
- to
❑
to
❑
< $200,000
< $500,000
< $300,000
b.
Amount of the active construction area
within the jurisdiction of the California
1 Acre
0.5 Acre
Department of Fish and Game or the _
❑
>_2 Acres
❑
to
❑
To
❑
< 0.5 Acre
Regional Water Quality Control Board
<2 Acres
1 Acre
jurisdiction:
c.
Amount of selective removal of non-
native and invasive vegetation using a
❑
>3 Acres
❑
2 Acres
To
❑
1 Acres
To
❑
< 1 Acre
combination herbicide application and
hand removal.
<3 Acres
<2 Acres
d.
Amount of native plant installation and
2 Acres
1 Acres
establishment using a combination of
❑
z3 Acres
❑
To
❑
To
❑
< 1 Acre
seeding and containerized plants:
<3 Acres
<2 Acres
e.
Amount of trails constructed of
stabilized aggregate not including
❑
>_1,500 LF
❑
1,000 LF to
El
500 LF to
❑
<500 LF
asphaltic concrete or concrete paving.
<1,500 LF
<1,000 LF
f.
Amount of stabilized streambank or
stabilized erosive area using
0.5 Acre
0.25 Acre
bioengineered (live) or engineered
❑
>_1 Acres
❑
To
❑
To
❑
< 0.25 Acre
(conventional) erosion control
<1 Acres
<0.5 Acres
techniques.
Project owner will be contacted to verify information.
Riverside Park Phase One
Trails and Revegetation Project BIDDER PRE-QUALIFICATION QUESTIONNAIRE
SPECIFICATION NO. Page 15
PROJECT DATA SHEET
PROJECT #3
THIS PAGE PURPOSELY LEFT BLANK
Riverside Park Phase One
Trails and Revegetation Project BIDDER PRE-QUALIFICATION QUESTIONNAIRE
SPECIFICATION NO. Page 16
PRE-QUALIFICATION DECLARATION
I,
(Printed Name)
, hereby declare that I am the
of
(Title) (Name of Firm),.
and certify and declare that I have read all the foregoing answers to this pre-qualification questionnaire and
know their contents. The matters stated in the questionnaire answers and all attachments are true of my
own knowledge and belief, except as to those matters stated on information and belief, and as to those
matters I believe them to be true. I declare under penalty of perjury under the laws of the State of California,
that the foregoing is correct and that this declaration was executed in
County/State, on 2011.
Dated:
(Signature)
Riverside Park Phase One
Trails and Revegetation Project BIDDER PRE-QUALIFICATION QUESTIONNAIRE
SPECIFICATION NO. Page 17
Exhibit B
UNIFORM RATING SYSTEM AND PROCEDURES
FOR THE RIVERSIDE PARK PHASE ONE
TRAILS AND REVEGETATION PROJECT
The prequalification questionnaires for Riverside Park Phase One Trails and Revegetation Project will be reviewed and
scored by the City Manager or his designee. Part I of the Questionnaire contains "yes/no" type questions on essential
requirements for qualifications. See the questionnaire for information on how those questions are handled. The
balance of the questionnaire has a mix of purely informational and scorable questions. Not all questions in the
questionnaire are scorable; some questions simply ask for information about the contractor firm's structure, officers
and history. The points for each scorable question is indicated in the Questionnaire.
The following table outlines the parts of the questionnaire with scorable questions, the total points possible, and the
minimum points required in each part to qualify to bid on this.project.
Total Points
Minimum Score
Possible
Required to Qualify
Part II.B.
History of the business and organizational performance;
71
53
Part II.C.
Compliance with occupational safety and health laws,
15
11
workers' compensation and other labor legislation
Part III.A
General Project Experience
25
15
Part III.B
Specific Project Experience and References
30
18
Part III.C
Comparable Project Verification
8 per project
6 per project
(2 projects must meet the minimum point requirement)
Riverside Park Phase One
Trails and Revegetation Project
SPECIFICATION NO.
Exhibit B
UNIFORM RATING SYSTEM AND PROCEDURES
Page 1
Exhibit C
COMPARABLE PROJECT VERIFICATION QUESTIONS AND PROCEDURES
RIVERSIDE PARK PHASE ONE
TRAILS AND REVEGETATION PROJECT
The following questions will be used to verify the information provided on the Project Data Sheets for the
comparable projects and to gain feedback on the contractor's performance. The City of Ukiah will
conduct the interviews. No action on the contractor's part is necessary.
The project owner's contact person indicated on the Project Data Sheet will be the first individual
contacted regarding the interview questions. If that person indicates that there are other individuals
more knowledgeable about the project the other individuals will be contacted as required to complete
the questionnaire. If the contractor was a sub-contractor on the project the prime contractor under
which they worked may be contacted to complete the interview.
Contractor's Company Name:
Name of Comparable Project:
Inrlivirliinlc In*orvio~eiarl•
Date of
Name Agency/Company Phone Number Interview
INTERVIEW QUESTIONS
1 Point
0 Points
(Minimum Score for this portion of the Questionnaire is 6 points)
1. Was the contractor the prime contractor or a sub-contractor on the project?
❑ Yes
❑ No
2. Did the scope of the project include the following work components?
(read from Project Data Sheet submitted by the contractor for this project)
❑ Yes
❑ No
3. Did the contractor complete the project within an acceptable schedule?
Note: even if the contractor exceeded the initial and updated schedules the
answer to this question can be yes if in your judgment you feel that the delays
❑ Yes
❑ No
were reasonably justified and not significantly detrimental to the project or
the owner's operations.
4. Was the contractor generally prompt in dealing with administrative tasks
such as submittals, schedule updates, proposals for extra work?
❑ Yes
❑ No
5. Did the contractor generally provide adequate personnel?
❑ Yes
❑ No
6. Did the contractor generally provide adequate supervision?
❑ Yes
❑ No
7. Did the contractor generally provide adequate equipment?
❑ Yes
❑ No
8. Was your agency/company generally satisfied with the quality of work?
❑ Yes
❑ No
Exhibit C
RIVERSIDE PARK PHASE ONE COMPARABLE PROJECT VERIFICATION
TRAILS AND REVEGETATION PROJECT RRM QUESTIONS AND PROCEDURES
Specification No. Page 1