No preview available
HomeMy WebLinkAbout2000-350 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Resolution No. 2000-350 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF A CONTRACT WITH R. MOODY CONSTRUCTION, INC. FOR THE REMODELING OF THE CITY YARD LOCKER-ROOM/RESTROOM FACILITY AT 234 NORTH MOUNTAIN VIEW, IN SAN BERNARDINO. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. R. MOODY CONSTRUCTION, INC., is the lowest responsible bidder for the remodeling of the City Yard locker-room/restroom facility, per Plan No. FOl-42. A contract is awarded accordingly to said bidder in a total amount of $247,625.00. Such contract shall be effective only upon being fully executed by both parties. All other bids, therefore, are hereby rejected. The Mayor is hereby authorized and directed to execute said contract on behalf of the City; a copy of the contract is on file in the office of the City Clerk and incorporated herein by reference as fully as though set forth at length. SECTION 2. This contract and any amendment or modifications thereto shall not take effect or become operative until fully signed and executed by the parties and no party shall be obligated hereunder until the time of such full execution. No oral agreements, amendments, modifications or waivers are intended or authorized and shall not be implied from any act or course of conduct of any party. SECTION 3. This resolution is rescinded if the parties to the contract fail to execute it within sixty (60) days of the passage of this resolution. IIIII IIIII I I I I I 2000-350 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF A CONTRACT WITH R. MOODY CONSTRUCTION, INC. FOR THE REMODEUNG OF THE CITY YARD LOCKER-ROOM/RESTROOM FACIUTY AT 234 NORTH MOUNTAIN VIEW, IN SAN BERNARDINO. I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a Joint Regular meeting 18th , 2000, by the following vote, to wit: day of December thereof, held on the Council Members: Ayes Nays Abstain Absent ESTRADA ---X- LIEN X MCGINNIS X SCHNETZ X - SUAREZ ---X- ANDERSON X - MCCAMMACK X ~Ci~;e~~ j /l()d, ':)..L day of The foregoing resolution is hereby approved this December .2000. "~4'~~ Approved as to form and Legal content; James F. Penman, City Attorney .f~ Mayor Pro Tern City of San Bernardino BY: , 2000-350 , CITY OF SAN BERNARDINO STATE OF CALIFORNIA CONTRACT DOCUHENTS PLANS AND SPECIAL PROVISIONS NO. F 01-42 FOR LOCKER-ROOM WAREHOUSE RENOVATION AT CITY YARDS SAN BERNARDINO, CA DIVISION OF FACILITIES MANAGEMENT CITY OF SAN BERNARDINO 2 2000-350 INFORMATION FOR BIDDERS 1. Receipt and Openinq of Bids The city of San Bernardino, California (herein called the "Owner") invites bids on the form attached hereto, all blanks of which must be appropriately filled in. Bids will be received by Owner at the Office of the Purchasing Manager until 3:00 p.m. Tuesdav October 3. 2000, and then publicly opened and read aloud, in the Purchasing Manager's Conference Room, 4th. Floor, city Hall. The envelopes containing the bids must be sealed, addressed to the purchasing Manager, City of San Bernardino, 300 North D Street, San Bernardino, California, 92418 and designated as Bid for the LOCKER-ROOM WAREHOUSE RENOVATION. The Owner may consider informal any bid not prepared and submitted in accordance with the provisions hereof and may waive any informality or reject any and all bids. Any bids may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within 60 days after the actual date of opening thereof. 2. Preparation of Bid Each bid must be submitted on the prescribed form and accompanied by the required documents as listed on herein. All blank spaces for bid prices must be filled in, in ink or typewritten, both in words and figures, and the foregoing Certification must be fully completed and executed when submitted. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his address, and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in the bid form. 3. Subcontracts The bidder is specifically advised that any person, firm, or other party to whom it is proposed to award a subcontract under this contractor: a. Must be acceptable to the Owner, and b. Must submit CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY. Approval of the proposed subcontract award cannot be given by the Owner unless and until the proposed subcontractor has submitted the Certification and/or other evidence showing that it has fully complied with any reporting requirement to which it is or was subject. 3 2000-350 Although the bidder is not required to attach such certification by proposed subcontractors to his bid, the bidder is advised of this requirement so that appropriate action can be taken to prevent subsequent delay in subcontract awards. 4. Teleqraphic Modification Any bidder may modify his bid by telegraphic communication at any time prior to the scheduled closing time for receipt of bids, provided such telegraphic communication is received by the Owner Prior to the closing time, and provided further, the Owner is satisfied that a written confirmation of the telegraphic modification over the signature of the bidder was mailed prior to closing time. The telegraphic communication should not reveal the bid price, but should provide the addition or subtraction or other modification so that the final price or terms will not be known by the Owner until the sealed bid is opened. If written confirmation is not received within two days from the closing time, no consideration will be given to the telegraphic modification. 5. Oualifications of Bidder The Owner may make such investigations as he deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose, as the Owner may request. The Owner reserves the right to reject any bid if the evidence submitted by, or the investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. 6. Bid Securitv Each bid must be accompanied by cash, certified check of the bidder, or a bid bond prepared on the form of bid bond attached hereto, duly executed by the bidder as principal and having as surety thereon a surety company approved by the Owner, in the amount of 10% of the bid. Such cash, checks, or bid bonds will be returned to all except the three lowest bidders with three days after the opening of bids, and the remaining cash, checks or bid bonds will be returned promptly after the Owner and the accepted bidder have executed the contract, or, if no award has been made within &Q days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as he has not been notified of the acceptance of his bid. 7. Liquidated Damaqes for Failure to Enter Into Contract The successful bidder, upon his failure or refusal to execute and deliver the Contract and bonds required within 10 days after he has received notice of the acceptance of his bid, shall forfeit 4 2000-350 to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid. 8. Time of Completion and Liauidated Damaaes Bidder must agree to commence work on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 90 working days thereafter. Bidder must agree also to pay as liquidated damages, the sum of $100.00 for each consecutive calendar day thereafter as hereinafter provided in the General Condition. 9. Conditions of Work Each bidder must inform himself fully of the conditions relative to the construction on the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligation to furnish all material and labor necessary to carry out the provisions of this contract. Insofar as possible, the Contractor, in carrying out his work, must employ such methods or means as will not cause any interruption of or interference with the work of any other Contractor. 10. Addenda and Interpretation No other interpretation of the meaning of the Plans, specifications, or other pre-bid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to David Batson, Purchasing Manager, city of San Bernardino, 300 No. D Street, San Bernardino, CA 92418; and to be given consideration, must be received at least five days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be mailed by certified mail with return receipt requested to all prospective bidders (at the respective addresses furnished for such purpose) not later than three days prior to the date fixed for the opening of bids. Failure of any bidder to receive any such addenda or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so addressed shall become part of the contract documents. 11. Securitv for Faithful Performance Simultaneously with his delivery of the executed contract, the Contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with the contract, as specified in the General Conditions included herein. The surety on such bond or bonds shall be a duly authorized surety company satisfactory to the Owner. 5 2000-350 12. Power of Attornev Attorneys-in-fact who sign bid bonds or contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. 13. Notice of Special Conditions Attention is particularly called to those parts of the Contract Documents and Specifications, which deal with the following: a) Inspection and testing of materials b) Insurance requirements c) Wage rates d) Stated allowance 14. Laws and Reaulations The bidder's attention is directed to the fact that all applicable State Laws, Municipal Ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. 15. Method of Award - Lowest Oualified Bidder If at the time this contract is to be awarded, the lowest base bid submitted by a responsible bidder does not exceed the amount of funds then estimated by the Owner as available to finance the contract, the contract will be awarded on the base bid only. If such bid exceeds such amount, the Owner may reject all bids or may award the contract on the base bid combined with such additive alternatives applied in numerical order in which they are listed in the Form of Bid, as produces a net amount which is within the available funds. 16. Obliqation of Bidder At the time of the opening of the bids, each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the Plans and Contract Documents (including all addenda). The failure or omission of any bidder to examine any form, instrument or document shall in no way relieve any bidder from any obligation in respect of his bid. 17. Biddinq and Neqotiation Requirements Attention of bidder is directed to the requirements of the U.S. Housing and Urban Development agency regarding bidding and negotiation requirements. Prior to the signing of the contract, a preliminary statement of work force needs, (skilled, semi- skilled, unskilled labor and trainees by category) shall be provided where known, where not known, such information shall be 6 2000-350 supplied prior to the signing of any contract between Contractors and their subcontractors. 7 2000-350 . ,- PROPOSAL R. MOODY CONSTRUCTION, INC. October 30, 2000 Job: Locker Room/Lunch Room Design Build Owner: City of San Bernardino We propose to provide all material and labor to remodel Locker Room/Lunch Room at the City Maintenance Yard for the lump sum of $246,025.00. ..------ This quote is based on using existing walls between lunchroom and hallway and lunchroom and existing locker room. We will leave existing ceiling throughout and install suspended t-bar ceiling in new meeting room. We will be using existing A.C. unit and adding one (I) 2.5 ton unit and new duct work for both units. Additional changes from the original quote: 1. Using existing electrical feeds and installing a new 100 amp service panel. 2. Delete one (I) shower is men's room. 3. Delete (I) overhead door. 4. Delete two (2) urinaJs and one (I) W.C. in men's restroom. 5. Delete tables and chairs. 6. Delete lockers and benches. 7. In kitchen area, install sink and icemaker only. Plumb for future refrigerator. COST SA VINaS & ADDITIVES I. Cost increase for removing existing ceiling in lunchroom to remove post and beam and existing wall at west end of room. Install T -bar ceiling in lunchroom and meeting room. $ 6,200.00 ...----- 2. Cost decrease for sealed concrete floor in lieu of ceramic tile and V.C.T. flooring. $ <4,1 00.00> ~ 3. Cost savings for deleting skylights. $ <2,900.00> 4. Cost increase for lockers and benches. $ 10,878.00 5. Cost decrease for deleting urinal screens. $ <500.00>------- Respectfully submitted: 00 f 2'1'0 b2~ Ronald 1. Moody, 39821 Lincoln Street, Cherry Valley. CA 92223 (909) 769-3752 (909) 769-3712 fax W'd lI:J10l . , t-="O I o 0, o -i- 0 i , , ~) -I ...9 ' ,t- --+- \If\ f --t- Q I 1- "'! +- () i \j\i I ~ I \) I v,' I 4-- ~ ! \\\! I ~- ~I ~I ~. .,' 2000-350 ~ . X~:l # ~lJ()4d ~,].,,'1',]' d " & v-- J 1-,/ G I -~ '00 IL9L pZOE, t'i:::'::- fJ::1S :z ~- ~ ,\ fff if~ ill.~ +=tq tl .". 0- n ~ o i_~' _.~:' -~------- ~ ~ ----.------- \7- ~i~ # lee:! ~ ~ f ~ @- #iiW04d 01 aloN Xed "I!'I~od o ~\ 1 ~ ~ ~ D. \fl ill -.:L ;[ :z \.\l, ~Jtf d3ll 1"1 /,dI:JCJ I \0- R? '~,'" & ,~ .~ - ~ :::l U1 :::z "', ~, () t \1 ~, -I ! .~ I , I -:2/ ;11 r;11 ~, LI t'l- :Zl 000Z-':!c-l:O 2000-350 BID FOR UNIT PRICE CONTRACT PLACE: SAN BERNARDINO 10-3-00 PROJECT NO. F 01-42 DATE: Proposal of R. Moody Construction, Inc. (hereinafter called "Bidder")* a corporation, organized and existing under the laws of the State of C~ , a partnership, or an individual doing business as rf corp0"ratio_o b.']f' To the Purchasing ~anager.of the city of San Bernardino, California (hereinafter called "Owner"). Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of : LOCKER-ROOM WAREHOUSE RENOVATION Having examined the Plans and Specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project, including the availability of materials and labor, hereby propose to furnish all labor, materials, and supplies, and to construct the project in accordance with the contract documents, within the time set forth therein, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the contract documents, of which this proposal is a part. Bidder hereby agrees to commence work under this contract on or before a date to be specified in written "Notice to Proceed" of the Owner and to fully complete the project within 90 Workinq Davs, thereafter as stipulated in the Specifications. Bidder further agrees to pay as liquidated damages, the sum of $100.00 for each consecutive calendar day thereafter as hereinafter provided in Paragraph 19 of the General Conditions. Bidder acknowledges receipt of the following addenda: *Insert corporation, partnership or individual as applicable. " ,'- 8 2000-350 BASIC BID SCHEDULE LOCKER-ROOM WAREHOUSE RENOVATION BASE BID: Provide all labor, materials and supervision to perform Locker-room Warehouse Renovation at City Yards, as detailed in this specification and_~cope of work for the LUMP SUM OF: $,~O~ "1 rL~ J-' . In words: $ ]h;Zt.:""L tiv'-i ~u cI '::;a: 7J;...4J"tNl [ Su.;t/- rt....,..J<L~...{ t:..i 1-'-1 <'..l,t/tvej , NOTE: The unit price must be written in in figures. The total price must item of work and the total of all space provided. In case of discrepancy between words and figures, the words shall prevail. words and also shown be extended for each items inserted in the It is the understanding of the undersigned that the work hereinafter described shall be commenced within 10 working days from the date of the "Notice to Proceed", and shall be completed within 90 working days from the date of said notice. The undersigned further agrees that in case of default in executing the contract, or furnishing necessary bonds, all within the specified time, the proceeds of the Bidder's Guarantee accompanying this proposal shall be paid to the city of San Bernardino as liquidated damages. Licensed in accordance with an act providing of Contractor, License No. 774281 Classification No. for and registration 1'1 FIRM NAME: R. Moody Construction, Inc. BUSINESS ADDRESS: 39821 Lincoln St. Cherry Valley CA 92223 SIGNATURES OF BIDDERS: /r 4 "',/-A'j If an individual, so state. If/a ~rm or co-partnership, state the firm name and give the names of all individuals, co-partners composing the firm. If a corporation, state legal name of the corporation, also the names of the president, secretary, treasurer, and manager thereof. R M(")nny ('nn~t rllr't i nn. Tnr Ronald L. Moody, President Suzanne Moody, Secretary 9 2000-350 Telephone Number (90~ 769-3752 Dated: October 3 ,2000 BIDDERS ACKNOWLEDGEMENT OF ADDENDUMS: ADDENDUM NO. 1 ADDENDUM NO. 2 ADDENDUH NO. 3 .. ..'; Fax Number (909 ) 769-3712 DATE: DATE: DATE: 10 2000-350 R. Moody Construction, Inc. BIDDERS FIRM NAME DESIGNATION OF SUB-CONTRACTORS In compliance with the provisions of section 4100-4110 of California Public Contract Code of the State of California, and any amendments thereof, each bidder shall set forth the name and location of each sub-contractor who will perform work or labor or render service to the Contractor. Name & Address Under which Sub-contractor Licensed Agency of MBE/WBE Certification and number (If Applicable) Sub-Contractor Telephone No. P0U=<';U\'\j\wt( 8<,-t . l\i\:l\< L\i\lt, ~ . ~ '"Il(,L"t(;.:l-lIll il.T.'\hIC.U 11,^,",~ \L,';c1ll,tl, -\:; .v..d:I,,' . ,1(."'. (?'vbl,-,<li rtm, (.: U HiJ-' 'lOc,-L.n'I'j(ir r2 ld{(T,..( , ';:; l\fV ( -","""d I,; C1." Ds:(-lCCit Sub-contract Specific Amount Description /'1,.\<1 ]'-1"(7' , ..1ID . I..::i{, It:, L,Ji / J(v.v!t"j </, ,Tc ~.) (l..t...,f-,lIk t-- I::h'v'/?~' .... lC""'-":'(4 (\.~{r\-f\tU. "- l\..~(i~LC~' 1..1<,. ~ j 'i (t,r~ i 1'\111t '1 '7/"","'.r ,.l/tll)"] S/'t(,td1d~~/(1L (<Nt 5,,1(( . /IeNd (/(q.It"~67~NJ- ~IC() ~r+>-hI, 4Hr '7 N',,'C{ hJ F' 7 I"Z,(1:C . ~<V \k,~tL..;,.(. qUi- h"'j-<{yJt r-::rz..\lJL.hlv t .\. N Ij"i'I'!-'P'1 'i.;'j-l'l:C-fl..ft'"l 11 &CCl. (('( 7Jl -\-'(2t(1 F L(.'(jl"J r ,J."d....J ,--- 1'-(("",1.,"'; PI~"J be.!.."t /'''0(:&&,''1 -//l<t: 1}.,"2C k.ft< I-c.Jut-t. N,() (H. 2000-350 (This affidavit shall be executed by all bidders at the time of bid subrnittal. Failure to execute the affidavit on this page will result in rejection of bid.) NON-COLLUSION AFFIDAVIT To the Division of Public Works, Departrnent of Development Services, City of San Bernardino, State of California: The undersigned in submitting a bid for performing the following work by contract, being duly sworn, deposes and says: That he has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. rz-.. _-/"'"1 ......'/' Signature ofBiddef ' 1:0Q'(1 1 inC'o' n S+- Cherry Valley CA 92223 Business Address rhprry Vrll1py, rA Place of Residence Subscribed and sworn to before me this 3 day of Ortobr>r ,2000. Notary Public in and for the County of , State of California. My commission expires on ,20_. 13 2000-350 CERTIFICATION I am aware of, will comply with, Section 3700 of the Labor Code, requiring every employer to be insured against liability for Worker's Compensation or to undertake self-insurance before commencing any of the work. Contractor: NAME OF FIRM: R. Moody Construction, Inc. ~'I BY: /~ ~l -t 'I-?;/~ . / ' TITLE: President DATE} n ~ no 14 2000-350 CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT ,>{,S;i'&f:.'<""f:..<X.<:x!&5'.&A5<'-<X'a,ec-'X'''X:&:-~&5:&I'&5:..=&2-'X.c<:..<X'''''''.c<>-<Of::i1(',&:=>''<x'''''',<;;!'.&f:=.<XSfg-.&f:~2io'''' I- .1 -, , , Stale of California } ss County of SAN BERNARDINO ,- , ,- , I cd- Z, ZC'!.C Dale , before me, DWIGHT REILLY, NOTARY PUBLIC Name and Tilla 01 OUicer (e,g.. "Jane Doe. Notary Public") On personally appeared RONALD L. MOODY---------------------------- Name(s)ot Signor(s) ,- I IZI personally known to me o proved to me -on the basis of satisfactory evidence I , , i@~ - - ;;'G~;8~Y- -, _ c:ommJssIon It 12739'" ;s: i Notay NllIc . CaIIfaria ~ z San IIerIlCIdIno Co&ny 1 i__-~~~~:~ I -, to be Ihe person~) whose name:lG) isillOO subscribed 10 the within instrument and acknowledged to me that he/stooltbllS' executed the same in his/lx:M~lXetr authorized capaclty(oo~, and that by his/lmc~ signature(x) on the Instrument the person(l(), or the entily upon behalf of which the person(l() aCled, execuled the instrument ,- , '- , I , , , , , I WiTNESS my hand and official seal. , &/'/'-'7 ./\.--\ ~ Signntllfo of Nolary Publlc "- DWIGHT REILLY , , Place Notary Seal Above OPTIONAL Tllougtl tile information below /s not required by Jaw. it may prove valuable to persons relying on tile document and could prevent fraudulent removal and real/achment of 1I1is form to another document. ,- , Description of Attached Document Title or Type of Document: 1\4r- (<i("'-,..,. ,.I1'f-itt/r<' I- I -, Document Date: iL - Z 7. -;.. Number of Pages: / Signer(s) Other Than Named Above: .l._}'-" I ,- Capacity(ies) Claimed bv Sioner , Signer's Name: /7.. .\"~1. \. jV'L(i4- L-7 I o Individual . I'iiLCorporate Officer - Tille(s): f'2G~((tUj- o Partner - 0 Limited 0 General [J Allorney In Fact o Trustee o Guardian or Conservator o Olller: Top of thumb here , l , ,- I I , , I- Signer is Represenling: \1. .1'VtUl:l"t (,,-<hZ.(Llh.;. 'Tf - " I- ,I _~""QZ.~~"{:R;.~~~~~~~~~~~~ :;x. 10 1997 NaHonol Notory Association' 9350 De Solo AYe.. PO. Box 2402 . Chatsworlh. CA 91313-2402 Prod. No. 5907 Reorder: Call TolI.Free 1_800_876_6827 2000-350 EIRST NATIONAL SURETY 4333 Brooklyn Avenue N.E. Scattle, W A 98105 BID BOND Conforms with The American Institute of Architects, A.1.A. Document No. A-310 KNOW ALL BY THESE PRESENTS. That we, R. MOODY CONSTRUCTION, INC. 39821 LINCOLN STREET, CHEERY VALLEY, CA 92223 as Principal, hereinafter called the Principal, and the FIRST NATIONAL INSURANCE COMPANY OF AMERICA of 2677 N. MAIN STREET. SUITE 600, SANTA ANA, CA 92705 , a corporation duly organized under the laws of tlle State of Washington , as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF SAN BERNARDINO in the sum of TEN PERCENT OF THE TOTAL BID AMOUNT as Obligee, hereinafter called the Obligee, Dollars ($ 10 % * * * * * * * * * * * * * * *) ,for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, frrmly by these presents. WHEREAS, the Principal has submitted a bid for LOCKER ROOM WAREHOUSE RENOVATION I\'l' CITY YARD NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance witll the tenns of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 13TH day of SF.PTF.MRF.R . ?nnn R. MOODY CONSTRUCTION, INC. (Seal) Principal /2ZL~ill.',/ . Title Witness {JL --17-7 Witness FIRST NATIONAL INSURANCE COMPANY OF AMERICA {BY tY,/t ~ DWIGHT REILLY- -l Attorney-in-Fact @ Registered trademark of SAFECO Corporation. S-Q0541FNEF 7/98 2000-350 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ~~~~:~:::::::~=~~~<~~}""(;M.r.~.x"r.<<<<<<<<d~",.,..:,:"""~"""""""",",,,<,o,l. .. g Counlyof SAN BERNARDINO ~. g CLAUDETTE N. MARTIN~ NOTARY PUB~IC On SEPT 13, 2000 before me , . 0",,, I'I,,"'ot "I'd IW., ", Ollie... 1".0.. OJ"nO 0-. N."",y "'"b1ltn personally appeared DWIGHT REILLY----------~-----------------~- . N.......C..)01 l'llon..,{.' JQ: personally known 10 me o proved 10 me on the basis 01 sallsfaclOJY evidence ------.--.~~ CLAUDETIJ: N..lMimN '" CQmmissiQ/l..f 1117?a6 1 ~~. . N~'o;r=~. "c:~. J " MtCaml. Eicpmsl/aZ' 2OO'Z ~ __ _,_ -: "!!!O' _ _....... _ _''':~L. to be the person(~ whose mime(1i} IsR\l'B< . subscribed .to the wllhln instrument and acknowledged to me that heMIXGl~l(y<execuled Ihe same In hls/lltimlWX' authorized capaclly(YdI:); and Ihat b'y hls!ll~)'\I\V.~ . stgnature(~ on the lrislrumentlhe person~). .or tha anlily upon bahall 01 which tha parson(li) acted. executed the Instrumant. . ' Ph,C! Nol"ry S"..i,^bo.... . WITNESS my hand and olllelal seal.. r iIl.udltffll.1J7Cd1Ln S!'17.:IU,.oINOl8ryput-11c CLAUDEETE N. MARTIN. OPT/ONAL iJ.ough 1/.. Inrom..r/on b.,ow i. nor requited by la... " mey prove v.'uebl. fo porson. "'Y'ng on ".e documen.t sn? could pr6v~nr (rsudulenf (emovs' 8f1d roattachmenr of rhrs form to dnofher documen.t. Oascrlptlon 01 Allached Document 11t1e or Type 01 Documenl: BID BOND Document Dale: SEPTEMBER'1::\, ?nnn Number 01 pages: 1 Slgner(.) blher Than Named Above: NON E Capaclly(las) Claimed by Signer . Signor'. N.me: DWIGHT REILL Y-------------------------- . . Top 01 Ih\.lfT1b htlle o Individual ! . i:J Corporale Olllcer - 11l1e(.): ' , o Partner - 0 Limited 0 Genefal ~ rn /llIornay In Facl !i." o Truslae ;,s o Guardian or Con.arvator g , 0 Olher: ~ Signer I. Represenllng: n.RS.:LJ:IA:r.r.P...NA.LJNS~_CO~OE-AME1U-CA I "'=cc~~'<:'l:"'-"'CCcc"C\,===""...X"';<!"';ct.~..<;c,:<:<Jccc<,=~~"""--""..<;r.oc~""'(;c<."'~~~~ o "" "",,",r ","0"/ ^."""",". "". o. '01' ^,... po. a,. ,<at. C"'''.''''. C^ "",.2'" Pn><!. N,. ".r n."..., c.' T",,,. r..",,'"'''''' 2000-350 POWER OF ATTORNEY FIRST NATIONAL INSURANCE COMPANY OF AMERICA 4333 BROOKLYN AVE NE SEAlTlE. WASHINGTON 98105 4333 Brooklyn Avenue N.E. Seattle. W A 98105 No. 9932 KNOW ALL BY THESE PRESENTS: That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint .................................. ............"'*......"'.........DWlGHf REILLY; Upland, California............... ..........**............."'................................ its true and lawful attorney(sHn-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business. and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 25th day of May , 1999 -.eR t1.-ki? ~ 1iJ~~ RA. PIERSON, SECRETARY W. RANDALL STODDARD, PRESIDENT CERTIFICATE Extract from the By.Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. _ FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28.1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By.Laws, and (ii) A copy of the power-of-attomey appointment, executed pursuant thereto, and (iii) Certifying that said power-of.attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereot" I, R.A. Pierson, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attomey are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this 13TH day of SEPTEMBER 2000 ...c;;R d ff ~ RA. PIERSON, SECRETARY S-1049/FNEF 7/98 5/25/99 PDF 2000-350 CONFLICT OF INTEREST Interest of Members, Officers, or Employees of the City of San Bernardino, Members of Local Governing Body, and other Public Officials. No member, officer, or employee of the City of San Bernardino, of its designees or agents, no member of the governing body of the City of San Bernardino, and no other public official of such locality who exercise any functions or responsibilities with respect to the LOCKER- ROOM WAREHOUSE RENOVATION during his tenure or for one year thereafter, shall have any interest, direct or indirect, in this contract or any subcontracts, or the proceeds thereof, for work to be performed in connection with construction of said improvements of LOCKER-ROOM W AREHOUSE RENOVATION 16 2000-350 CONTRACT THIS AGREEMENT, rnade this day of , 2000, by and between the City of San Bernardino, herein called "Owner", acting herein through its Purchasing Manager, and R. MOODY CONSTRUCTION, INC. 39821 Lincoln St. Cherry Valley, CA 92223 of Cherry Valley California , County of Riverside hereinafter called "Contractor". and State of WITNESSETH: That for and in consideration of the payrnents and agreements hereinafter mentioned, to be rnade and performed by the OWNER, the CONTRACTOR hereby agrees with the OWNER to comrnence and cornplete the construction described as: LOCKER-ROOM WAREHOUSE RENOVATION AT CITY YARDS PER PROJECT NO. F 01-42 Two Hundred Forty Seven Thousand, Hereinafter called the project, for the sum of Six Hundred Twenty-Five and 00/00 dollars L $ 247,625.00 ) and all extra work in connection therewith, under the terms as stated in the General and Special Conditions of the Contract; and at his (its or their) own proper cost and expense to furnish all the materials, supplies, machinery, equiprnent, tools, superintendence, labor, insurance, and other accessories and services necessary to cornplete the said project in accordance with the conditions and prices stated in the Proposal, the General Conditions, Supplemental General Conditions and Special Conditions of the Contract, the Plans which include all maps, plans, blueprints, and other drawings and docurnents therefore, as prepared by the City of San Bernardino, herein entitled the Purchasing Manager, and as enumerated in Article 2 of the Supplernental General Conditions, all of which are rnade a part thereof and collectively evidence and constitute the contract. The Contractor hereby agrees to cornmence work under this contract on or before a date to be specified in a written "Notice to Proceed" of the Owner and to fully complete the project within 90 working days thereafter. The Contractor further agrees to pay, as liquidated darnages, the sum of $100.00 for each consecutive calendar day in finishing the work in excess of the nurnber of working days prescribed above. 17 2000-350 AGREEMENT: LOCKER-ROOM W AREHOUSE RENOVATION IN WITNESS WHEREOF, the parties of these present have executed this contract in four (4) counterparts, each of which shall be deemed an original in the year and day first above mentioned. City of San Bernardino (Owner) (SEAL) ATTEST: (]~A"L~J h. ~BY' "- City Clerk ",,' (SEAL) Wend cCammack Mayor Pro Tern City of San Bernardino R. Moodv Construction. Tnc. Contractor ~. BY: 7 ?..A7/ Prps;npnt Title Witness :1qR?l Tinr'nln ~t Address and Zip Code r'nt=>rryV;:l'1Pl'. C'~ 92223 NOTE: Secretary of the Owner should attest. If Contractor is a corporation, Secretary should attest. Approved as to form and Legal content: JAMES F. PENMAN, City Attorney By: .~ 18 2000-350 SPECIAL PROVISIONS SECTION I SPECIFICATIONS AND PLANS 1-1.01 GENERAL -- The work embodied herein shall be done in accordance with the Standard Specifications for the Public Works Construction, 1997 Edition, and City of San Bernardino Standard Drawings, insofar as the sarne apply and in accordance with the following Special Provisions. 1-1.02 DEFINITIONS -- Whenever in the Standard Specifications the following terms are used, they shall be understood to mean and refer to the following: Al!:encv - The City of San Bernardino - The Mayor and Cornrnon Council for the City of San Bernardino Board Enl!:ineer -The Director of Public Works/City Engineer Laboratorv -The laboratory to be designated by the City of San Bernardino to test materials and worked involved in the contract. Notice Advertising for Bids Notice Inviting Bids. Standard Specifications Standard Specifications for Public Works Construction Other terms appearing in the Standard Specifications, and these Special Provisions, shall have the intent and rneaning specified in Section 1-2, "Definitions", in the Standard Specifications. In case of conflict between the Standard Specifications, and these Special Provisions, the Special Provisions will take precedence over and be used in lieu of such conflicting portions. 19 2000-350 SECTION 2 2-1 PROPOSAL REOUlREMENTS AND CONDITIONS 2-1.01 GENERAL -- Bids must be submitted on the proposal form contained herein. All bids or proposals shall be signed, sealed and accompanied by cash; cashiers check or bid bond made payable to the City of San Bernardino, in the amount of ten percent (10%) of the bid. Such cash, check or bond shall be given as a guarantee that the bidder will enter into the contract, if awarded to hirn. In the event the bidder, to whom the contract is awarded, refuses to execute said contract, the use by the public of the improvements will be delayed and the public will suffer great damage. From the nature of the case, it would be extremely difficult and impractical to fix said arnount of darnage. Therefore, the City and the bidder agree that the proposal guarantee of 10% of the bid shall be paid to the City as forfeiture. Bid bonds shall be underwritten by a surety company having a rating in Best's most recent Insurance Guide of" A" or better. 2-1.02 MINORITY AND WOMEN'S BUSINESS ENTERPRISES -- A policy for establishing goals for participation of Minority and Women's Business Enterprises (MBE/WBE) was adopted by Resolution No. 95-409 of the Mayor and Cornrnon Council of the City of San Bernardino, on 11-20-95. This outreach prograrn superseded Resolution No. 93-411 and the Standard Operation Procedures dated January 1994. to Bidder's or Proposer's outreach efforts (good faith efforts) rnust reach out MBEs, WBEs, and all other business enterprises. Prirne bidders could reasonably be expected to produce a level of participation by interested subcontractors of 0 % MBE and 0% WBE on this project. Bidders shall rnake every reasonable effort to solicit bids frorn MBE/WBEs. A justification shall be provided to support the rejection of any bid from a rninority or women's business enterprise, certified by Caltrans. 20 ~ , ' 2000-350 POLICY MINORITY, WOMEN AND OTHER BUSINESS ENTERPRISES AND CITY PROCUREMENTS It is the policy of the City of San Bernardino to provide Minority Business Enterprises (MBEs), Wornen Owned Business Enterprises (WBEs) and all other enterprises an equal opportunity to participate in the performance of all City contracts, Bidders and proposers shall assist the City in implernenting this policy by taking all reasonable steps to ensure that all available business enterprises, including local MBEs and WBEs, have an equal opportunity to cornpete for and participate in City contracts, Bidders' or proposers' good faith efforts to reachout to MBEs, WBEs and all other business enterprises shall be determined by the following factors: (I) The bidder or proposer attended pre-solicitation or pre-bid meetings, if any, scheduled by the City to inform all bidders or proposers of the requirements for the project for which the contract will be awarded, The City may waive this requirernent if the bidder or proposer certifies it is informed as to those project requirements, (2) The bidder or proposer identified and selected specific iterns of the project for which the contract will be awarded to be performed by sub- contractors to provide an opportunity for participation by MBEs, WBEs and other business enterprises. The bidder or proposer shall, when economically feasible, divide total contract requirernents into srnall portions or quantities to perrnit maxirnum participation ofMBEs, WBEs and other business enterprises. (3) The bidder or proposer advertised for bids or proposals frorn interested business enterprises not less than ten calendar days prior to the subrnission of bids or proposals, in one or more daily or weekly newspapers, trade association publications, rninority or trade oriented publications, trade journals, or other media specified by the City. (4) The bidder or proposer provided written notice of its interest in bidding on the contract to those business enterprises, including MBEs and WBEs, having an interest in participating in such contracts. All notices of interest shall be provided not less than ten calendar days prior to the date the bids or proposals were required to be submitted. In all instances, the bidder or proposer must document that invitations for sub-contracting bids were sent to available MBEs, WBEs and other business enterprises for each item of work to be performed. 21 2000-350 The Mayor's Affirrnative Action Office shall be available to help identify interested MBEs, WBEs and other business enterprises. (5) The bidder or proposer documented efforts to follow up initial solicitations of interest by contracting the business enterprises to determine with certainty whether the enterprises were interested in performing specific portions of the project. (6) The bidder or proposer provided interested enterprises with information about the Plans, Specifications and requirements for the selected sub-contracting work. (7) The bidder or proposer requested assistance from organizaitons that provide assistance in the recruitment and placement ofMBEs, WBEs and other business enterprises not less than fifteen days prior to the subrnission of bids or proposals. (8) The bidder or proposer negotiated in good faith with interested MBEs, WBEs and other business enterprises and did not unjustifiably reject as unsatisfactory bids or proposals prepared by any enterprises, as determined by the City. As docurnentation the bidder or proposer must submit a list of all sub-bidders for each itern of work solicited, including dollar amounts of potential work for MBEs, WBEs and other business enterprises. (9) The bidder or proposer docurnented efforts to advise and assist interested MBEs, WBEs and other business enterprises in obtaining bonds, lines of credit, or insurance required by the City or Contractor. If the City has established expected levels of participation for MBE and WBE sub-contractors, failure to meet those levels shall not be a basis for disqualification of the bidder or proposer. A determination of the adequacy of a bidders' or proposers' good faith effort rnust be based on due consideration of the indicia of good faith as set forth above. In the event that the City is considering awarding away from the lowest bidder or not awarding a contract to a proposer because the bidder or the proposer is determined to be non-responsive for failure to cornply with the good faith indicia set forth above, the City shall, if requested, and prior to the award of the contract, afford the bidder or proposer the opportunity to present evidence to the Mayor and Cornrnon Council in a public hearing of the bidders' or proposers' good faith efforts in rnaking its outreach. In no case should the City award away pursuant to this program if the bidder or proposer rnakes a good faith effort but fails to rneet the expected levels of participation. For the purposes of this Policy, "rninority" shall be synonymous with "Minority person" as defined in California Public Contract Code Section 22 2000-350 2000(f). Nothing herein restricts the discretion of the City to reject all bids or proposals in accord with Charter Sections 140 and 238 or Chapter 3.04 of the San Bernardino Municipal Code. The directions set forth herein shall take effect immediately, and all City Departments shall rnodify their implementation programs to the extent such programs are inconsistent with this policy. 23 2000-350 SECTION 3 THROUGH SECTION 5 BLANK 24 2000-350 SECTION 6 6-1 GENERAL 6- 1.0 1 INCREASED OR DECREASES OUANTITIES -- If the total pay quantity of any item of work, subject to the provisions in Section 3-2.2.1, "Increased or Decreased Quantities", of the Standard Specifications varies by rnore than 25 percent (25%), compensation payable to the Contractor will be deterrnined in accordance with said Section 3-1.2.1, and these Special Provisions. When the compensation. payable for the nurnber of units of an item of work performed in excess of 125 percent (125%) of the Engineer's Estirnate is less than $1,500 at the applicable contract unit price, the Engineer reserves the right to make no adjustment in said price if he so elects, except that an adjustrnent will be made if requested in writing by the Contractor. Such Contractor's request shall be accornpanied by adequate, detailed data to support costs of the itern. Should the total pay quantity of any item of work required under the contract be less than 75 percent (75%) of the Engineer's Estirnate, therefore, the Engineer reserves the right to rnake no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the Contractor. Such Contractor's request shall be accornpanied by adequate, detailed data to support costs of the itern. The payment of the total pay quantity of such item of work will in no case exceed the payrnent which would be rnade for the performance of75 percent (75%) ofthe Engineer's Estimate of the quantity at the original contract unit price. 6-1.02 SOUND CONTROL REOUIREMENTS -- Sound control shall comply with Chapter 8.54 of the City of San Bernardino Municipal Code and these Special Provisions. The noise level from the Contractor's operations, between the hours of9:00 p.rn. and 6:00 a.rn., shall not exceed 86dbA at the distance of 50 feet. This requirement in no way relieves the Contractor frorn responsibility for complying with local ordinances regulating noise levels. 25 2000-350 Said noise level requirements shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers, or transient equiprnent that mayor may not be owned by the Contractor. The use ofloud sound signals shall be avoided in favor of light warnings except those required by safety laws for the protection of personnel. 6-1.03 PERMITS AND LICENSE -- The Contractor shall obtain a City Business Registration, prior to the execution of the contract. 6-1.04 EXTRA HOURS -- Any extra work done shall conform to the provisions of Section 3.3, "Extra Work", of the Standard Specifications, subject to the restrictions of Section 20452 and 20455 of the Public Contract Code. However, equipment rental rates shall conforrn to State of California Business and Transportation Agency, Department of Transportation, Division of Construction, "LABOR AND EQUIPMENT RENTAL RATES", latest edition, unless the extra work is done for a negotiated price. 6-1.05 HOURS OF LABOR -- In the event that the Engineer is required by the Contractor's operations to work rnore than forty (40) hours in any given week, or on any Saturday, Sunday or Holiday, in the setting of Lines and Grades or performing inspections, the Contractor shall pay an amount to the City equal to one-and-a-half (I 1/2) tirnes the Engineer's normal wages and fringe benefits. Such arnount shall be deducted frorn the next progress payments. Designated legal Holidays are; January 1 st., the third Monday in January, the last Monday in May, July 4th., the first Monday in Septernber, Novernber 11th., Thanksgiving Day, and Decernber 25th. When a designated legal holiday falls on a Sunday, the following Monday shall be a designated legal holiday. When a designated legal holiday falls on a Saturday, the preceding Friday shall be designated as a legal holiday. 6-1.06 PAYMENTS -- Attention is directed to Section 9-3, "Payments", and 9-3.2, "Partial and Final Payment", of the Standard Specifications and these Special Provisions. No partial payrnent will be rnade for any materials which are furnished but not incorporated in the work. The Contractor shall subrnit "As-Built" project drawings to the Construction Engineer (City) prior to the release of final payment and/or bonds. 6-1.07 PROJECT APPEARANCE -- The contractor shall rnaintain a neat appearance to the work. 26 2000-350 In any area visible to the public, the following shall apply: When practicable, broken concrete and debris developed during clearing and grubbing shall be disposed of concurrently with its removal. If stockpiling is necessary, the material shall be rernoved or disposed of weekly. 6-1.08 DISPOSAL OF EXCESS EXCAVATED OR REMOVED MATERIAL -- Unless otherwise specified, all excess excavation or removed rnaterial shall become the property of the Contractor and shall be disposed of by hirn away frorn the site of work. Full cornpensation for conforming to the requirements of Section 6 shall be considered as included in the prices paid for the various contract iterns of work involved and no additional cornpensation will be allowed therefor. 6-1.09 ATTORNEY'S FEES -- The prevailing party in any legal action to enforce or interpret any provisions of this Agreernent will be entitled to recover from the losing party all attorney's fees, court costs, and necessary disbursernents in connection with that action. The costs, salary and expenses of the City Attorney, and mernbers of his office, in connection with that action shall be considered as attorney's fees for the purposes of this Agreement. 27 2000-350 SECTION 7 BLANK 28 2000-350 SECTION 8 8-1 DESCRIPTION OF WORK 8-1. 0 I DESCRIPTION -- The City of San Bernardino wishes to obtain the design/construction services of a professional firm to prepare the Plans, Specifications, and Construction Bids for the Steel Building Renovation to the Locker-room Warehouse at the San Bernardino City Yard and to complete construction of said project. Plans and Specifications rnust conform to the requirements of the City of San Bernardino and the requirements listed in the Standard Specifications for Public Works Construction (Green Book). 29 2000-350 SECTION 9 THROUGH SECTION 55 BLANK 30 2000-350 TECHNICAL SPECIFICATIONS F 01-42 LOCKER-ROOM W AREHOUSE RENOVATION 31 2000-350 City of San Bel narc:lino Request for Proposals to Provide Professional DesignlBuild Services for Steel building renovation San Bernardino City Yard Locker-roomlWarehouse Building Facilities Management Department August 17, 2000 2000-350 City of San Be_ . tardino Table of Contents SERVIC ES REQU IRED ................................ ................ ..................................... 1 DESCRIPTION OF PROJECT ............................................................................ 2 RFQ REQU IREMENTS ....................................... ....................................... ....... 3 2000-350 n Introduction Services Required The City of San Bernardino wishes to obtain the design/construction services of a professional firm to prepare the Plans, Specifications and Construction Bids for the Steel Building Renovation to the Locker- roomlWarehouse at the San Bernardino City Yard and to complete construction of said project. Plans and Specifications must conform to the requirements of the City of San Bernardino and the requirements listed in the Standard Specifications for Public Works Construction (Green Book). 2000-350 Chapter Locker-room Warehouse Description of Project The project, in general, will consist of preparation of Plans, Specifications and Construction Bid for the modification of the Locker-roomlWarehouse at the City Yard. It will also include completion of a turnkey installation of the project as designed. Attached is a proposed layout of the project. Upon completion of the 1IIA:)rk, the City should have in hand complete Plans, Specifications and Construction As-builts with all supporting data, calOJlations and details used in the project in a format acceptable to the City. Plans do not exist for the Locker-fQomlWarehouse as it was constructed in the1950's. Measurements in the Locker-roomlWarehouse may vary from room to room. The designlbuild firm is expected to verify all measurements. The scope of work is to include the following items: Demolition of existing restroom, locker room and lunchroom interior walls, plumbing, electrical, heating and ventilation, ceiling, flooring, lockers, lighting and miscellaneous. Removal and replacement of exterior sheathing/roofing, construct ridge vent and skylights. Utilize existing backbone structure Remove existing sliding exterior doors and replace with three 12' x 12' roll up doors and t\M:) hollow metal exterior doors Construct gutters and dO\M1spouts on front of building and rear side walls Construct new restroom and locker room facilities to include the following: Rest room facilities for 120 men and 10 1IIA:)men to include Ceramic tile, privacy partitions, mirrors, trash disposal containers Locker room facilities for 120 men and 10 1IIA:)men, including double tier lockers and benches 2000-350 T\/VO Sho'NElrs for men, one sho'NElr for \/VOmen Lunchroom facilities to indude storage, microwave, refrigerator, dishwasher, cooking facilities, sink, garbage disposal, ice machine , drinking fountain, instant hot water dispenser Lunch room to indude eating area with tables Lunchroom shall have moveable privacy partition to separate portion of lunchroom for meeting area Provide windows in lunchroom area Evaluate existing air conditioning system for usability for remodeled area Evaluate existing electrical system suitability for remodel and to allow expansion to indude an additional 4,000 square foot office addition Exterior walls and ceiling area for restroom and lunch room to be insulated All modifications to be consistent with latest building codes and handicapped accessibility regulations The successful vendor should expect to meet with the City on a regular basis for updates on project progress, problems and accomplishments. Preliminary contact with utilities affected by the \/VOrk is also considered to be part of the \/VOrk, if applicable. 2000-350 Chapter Inclusions and Format RFP Requirements A. Three (3) copies of the letter of qualification will be submitted to Jim Sharer, Director of Facilities Management, City of San Bernardino, 300 North D Street, San Bernardino, CA 92418, no later than September 28, 2000 at 4:00 p.m. B. The letter of qualification will indicate the following in a detailed manner: 1. A proposed design to be used in the ADA improvements to the Locker-roomlWarehouse. 2. Previous designlbuild experience and previous experience on Steel buildings and tenant improvements. 3. Staff persons specifically assigned with the project at the professional level. Provide name, position, and experience summary. 4. Support personnel to be used on this project, including names and titles 5. Consultants and subcontractors to be used for specific aspects of the project, including a summary of previous 'MJrking arrangements on similar types of'MJrk. 6. A time chart for completion of the 'MJrk, showing 'MJrk time, as well as a calendar time, including allowances for review periods. 7. IN A SEPARATE, SEALED ENVELOPE, provide a quotelbid associated with each of the tasks identified in the proposal to complete the designlbuild 'MJrk and a total project quotelbid for all aspects of the 'MJrk, including construction. A form is included in this package for your bid. C. This "Request for Proposals" does not commit the City to award a contract, to pay any costs incurred in the preparation of a proposal in response to this request, or to procure or contract for any services. The City reserves the right to accept or to reject, in part or in its entirety, the request for qualifications if such action is deemed to be in the best interest of the City. 2000-350 D. Qualifications will be reviewed and supplemental interviews will be conducted at a later date and prior to the selection of anyone of the firms submitting proposals. E. Any contract entered into as a result of this proposal will be considered to indude the items of'Mlrk detailed in the proposal unless specifically deleted at the request of the City. F. Any request for additional information or darification should be submitted to Jim Sharer, Director of Facilities Management, at (909) 384-5244 or (909) 384-5012 for Fax. - . , ;. . .. .1 " 1 ~ 2000-350 I 09.69 I i" I . i . . I ~ ~o: , , " ;0: . , " , : -,' 1 -. I I <lI "'-II Ie - ..L .,: ..... I - * '* ~ - M1 . . - I , -<0 I I I b I --ill ,--- - .. I I I I ..... -- t-Cl r - I -------...-----.,."-----.--------- ------------.--p.-.._. ! ! ! "' --.-c~ ..... .1 , ~HJ-------'::] ..l 0000 . /" ..9.0S; 2000-350 . . . .~ ........ -. - - .~ - - >1 .......-- .~ -,... t ... ~ ...... ~ , If*'-*,' :, I -- "'-1". I . I. I i ! .______)._ n' no.. _......_ _c... _ _,. _.. m_.."........ .... , , . ... ....._..-. .._..----_._.~-_._- , . >< 0 " ". ,,,' ". ..: I I" C*JeiJ ยท I .; ~. 1-- - -- I I I 1 1_- I..~ 1___ .n__ I I I 1 I l . - ,05 -7> . 2000-350 "'~ ~ t , '" ,. " t 1-- - --- I I I I I ", T~ " I - ---. I I 1 I I I I - I .;;.--. -- - _..,..,....~~,::... ;,05 ~