Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
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 This resolution is rescinded if the parties to the contract fail to execute it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 ~