Loading...
HomeMy WebLinkAbout23- Public Works ORIGINAL CITY OF SAN BERNARDINO-REQUEST FOR COUNCIL ACTION From: Randy Kuettle, Acting Director Subject: Resolution of the Mayor and Common Council of the City of San Dept: Public Works Bernardino authorizing the execution of an Agreement and issuance of an Annual Date: August 12, 2010 Purchase Order with two (2) one—year extensions at the City's option to HREM Inc. for the fabrication and repair of refuse truck bodies, floors and street sweepers to be utilized by the Public Works Department, Fleet Division. Meeting Date: September 7, 2010 Synopsis of Previous Council Action On April 7, 2008, per Resolution 2008-104, The Mayor and Common Council approved a PO increase in the amount of$25,100 HREM, Inc. for the fabrication and repair of refuse truck bodies, floors and street sweepers. Recommended Motion: Adopt Resolution. S' nature Contact person Don Johnson, Fleet Manager Phone: 5220 Supporting data attached: Staff Report, Resolution, Agreement and Ward: All. Attachment FUNDING REQUIREMENTS: Amount: $40,000 Source: FY 10-11 Fleet Budget, Account Number 635-400-5173-0000-0100 (Outside Vehicle Maintenance) � Finance: 1�cso aloio - 0799 Council Notes: Agenda Item No. 2-3 a7-2016 CITY OF SAN BERNARDINO—REQUEST FOR COUNCIL ACTION Staff Report Subject: Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the execution of an Agreement and issuance of an Annual Purchase Order with two (2) one—year extensions at the City's option to HREM Inc. for the fabrication and repair of refuse truck bodies, floors and street sweepers to be utilized by the Public Works Department, Fleet Division. Background: The Public Works Department, Fleet Division is responsible for overseeing fabrication and repair of refuse truck bodies, floors and street sweepers. The Fleet Division has budgeted $40,000 for the fabrication and repair of refuse truck bodies, floors and street sweepers. In July 2010, a formal bid process was initiated to solicit bids for refuse truck body/street sweeper repair per RFQ-F-11-03. Notices of bids were e-mailed or faxed to four (4) vendors, posted on the web, printed in the newspaper, and mailed to the Chamber of Commerce. Two (2) vendors responded. Bidders were required to bid on various repairs to refuse truck bodies and Street Sweepers to include bending, forming and shearing material. The vendor, business location, and price quote for are listed below: Vendor Location Quote (Hr. Rate/Percent Markup HREM, Inc. Colton, CA $48.00/15 percent McNeilus Colton, CA $75.0015 percent HREM, Inc. submitted the lowest qualified bid. Attached for your review is the bid summary (See Attachments "1"). Staff has used HREM, Inc. in the past and they have proven to be reliable. Staff recommends that the Mayor and Common Council authorize the execution of an Agreement and issuance of an Annual Purchase Order in the amount of$40,000 to HREM Inc., for the fabrication and repair of refuse truck bodies, floors and street sweepers. Financial Impact: Funds for this annual purchase order are contained in the Public Works Department, Fleet Division Fiscal Year 2010/2011 Budget, Account No. 635-400-5173-0000-0100 (Outside Vehicle Maintenance) in the amount of$40,000. Account Number 635-400-5173-0000-0100 Budgeted Amount: $576,200 Balance as of July 12, 2010: $528,200 Balance after approval of this item: $488,200. Please note this balance does not indicate available funding. It does not include non- encumbered reoccurring expenses or expenses incurred but not yet processed. Recommendation: Adopt Resolution. 1 RESOLUTION NO. C 0 Proy 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT 3 AND ISSUANCE OF AN ANNUAL PURCHASE ORDER WITH TWO (2) ONE—YEAR EXTENSIONS AT THE CITY'S OPTION TO HREM INC. FOR THE FABRICATION 4 AND REPAIR OF REFUSE TRUCK BODIES, FLOORS AND STREET SWEEPERS 5 TO BE UTILIZED BY THE PUBLIC WORKS DEPARTMENT,FLEET DIVISION. 6 WHEREAS, HREM, Inc submitted the lowest bid for refuse truck body/street sweeper 7 repairs per RFQ-F-11-03; 8 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE 9 CITY OF SAN BERNARDINO AS FOLLOWS: 10 SECTION 1. The City Manager of the City of Sari Bernardino is hereby authorized to 11 execute on behalf of said City an Agreement between the City of San Bernardino and HREM, 12 Inc, a copy of which is attached hereto, marked as Exhibit"A", and incorporated herein by this 13 reference as fully as though set forth at length. 14 SECTION 2. That pursuant to this determination the Director of Finance or her 15 16 designee is hereby authorized to issue an Annual Purchase Order to HREM, Inc in the amount 17 of$40,000. 18 SECTION 3. The Purchase Order shall reference this Resolution Number and shall 19 read, "HREM, Inc for refuse truck body/street sweeper repairs. Agreement not to exceed 20 $40,000"and shall incorporate the terms and conditions of the agreement. 21 SECTION 4. The authorization to execute the above referenced Purchase Order and 22 Agreement is rescinded if it is not executed by both parties within sixty (60) days of the 23 24 passage of this resolution. 25 /// 26 HI 27 28 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY 1 OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT 2 AND ISSUANCE OF AN ANNUAL PURCHASE ORDER WITH TWO (2) ONE—YEAR EXTENSIONS AT THE CITY'S OPTION TO HREM INC. FOR THE FABRICATION 3 AND REPAIR OF REFUSE TRUCK BODIES, FLOORS AND STREET SWEEPERS TO BE UTILIZED BY THE PUBLIC WORKS DEPARTMENT,FLEET DIVISION. 4 5 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor 6 and Common Council of the City of San Bernardino at a meeting thereof, held 7 on the day of 2010, by the following vote,to wit: 8 9 Council Members: AYES NAYS ABSTAIN ABSENT 10 MARQUEZ 11 DESJARDINS 12 13 BRINKER 14 SHORETT 15 KELLEY 16 JOHNSON 17 MCCAMMACK 18 19 20 Rachel G. Clark, City Clerk 21 The foregoing resolution is hereby approved this day of 22 2010. 23 Patrick J. Morris, Mayor 24 City of San Bernardino 25 Appr ed as to Fonn: 26 By: J es F. enm , City Attorney omeey 27 28 1 VENDOR SERVICE AGREEMENT 2 This Vendor Service Agreement is entered into this 7a day of September 2010,by and 3 between HREM, Inc. ("VENDOR") and the City of San Bernardino ("CITY" or "San 4 Bernardino"). 5 WITNESSETH: 6 WHEREAS, the Mayor and Common Council has determined that it is advantageous 7 8 and in the best interest of the CITY to contract for refuse truck body/street sweeper repairs; and 9 WHEREAS, the City of San Bernardino did solicit and accept bids from available 10 vendors for refuse truck body/street sweeper repairs per RFQ-F-I 1-03;and 11 NOW,THEREFORE,the parties hereto agree as follows: 12 1. SCOPE OF SERVICES. 13 For the remuneration stipulated, San Bernardino hereby engages the services of 14 VENDOR to provide those products and services as set forth in RFQ-F-11-03 refuse truck 15 16 body/street sweeper repairs, dated July 26, 2010, attached hereto as Attachment "1" and 17 incorporated herein by this reference. 18 2. COMPENSATION AND EXPENSES. 19 a. For the services delineated above, the CITY, upon presentation of an invoice, shall 20 pay the VENDOR up to the amount of$40,000 for refuse truck body/street sweeper 21 repairs at the rate per the price form set forth in Attachment"I." 22 23 b. No other expenditures made by VENDOR shall be reimbursed by CITY. 24 3. TERM; TERMINATION. 25 The term of this agreement shall be from September 7, 2010 through June 30, 2011, 26 with two (2) one-year extensions at the City's option. Option year one, if exercised, shall be 27 28 Exhibit"A" I 1 effective July 1, 2011 through June 30, 2012. Option year two, if exercised, shall be effective 2 July 1, 2012 through June 30, 2013. 3 This Agreement may be terminated at any time by thirty (30) days' written notice by 4 either party. The terms of this Agreement shall remain in force unless amended by written 5 agreement of the parties executed on or before the date of expiration of current term of the 6 agreement. 7 4. INDEMNITY. 8 9 Vendor agrees to and shall indemnify and hold the City, its elected officials, employees, 10 agents or representatives, free and harmless from all claims, actions, damages and liabilities of 11 any kind and nature arising from bodily injury, including death, or property damage, based or 12 asserted upon any or alleged act or omission of Vendor, its employees, agents, or 13 subcontractors, relating to or in any way connected with the accomplishment of the work or 14 performance of service under this Agreement, unless the bodily injury or property damage was 15 16 actually caused by the sole negligence of the City, its elected officials, employees, agents or 17 representatives. As part of the foregoing indemnity, Vendor agrees to protect and defend at its 18 own expense, including attorney's fees the City, its elected officials, employees, agents or 19 representatives from any and all:legal actions based upon such actual or alleged acts or 20 omissions. Vendor hereby waives any and all rights to any types of express or implied 21 indemnity against the City, its elected officials, employees, agents or representatives, with 22 23 respect to third party claims against the Vendor,relating to or in any way connected with the 24 accomplishment of the work or performance of services under this Agreement. 25 26 27 Exhibit"A" 28 2 1 5. INSURANCE. 2 While not restricting or limiting the foregoing, during the term of this Agreement, 3 VENDOR shall maintain in effect policies of comprehensive public, general and automobile 4 liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory 5 worker's compensation coverage, and shall file copies of said policies with the CITY's Risk 6 Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an 7 8 additional named insured in each policy of insurance provided hereunder. The Certificate of 9 Insurance famished to the CITY shall require the insurer to notify CITY of any change or 10 termination in the policy. Insurer shall give CITY 30 days notice prior to enactment and any 11 change or termination of policy. 12 6. NON-DISCRIMINATION. 13 In the performance of this Agreement and in the hiring and recruitment of employees, 14 t VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, 15 16 discrimination in employment of persons because of their race, religion, color, national origin, 17 ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender or 18 sexual orientation, or any other status protected by law. 19 7. INDEPENDENT CONTRACTOR. 20 VENDOR shall perform work tasks provided by this Agreement, but for all intents and 21 purposes VENDOR shall be an independent contractor and not an agent or employee of the 22 23 CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of 24 Income Tax, Social Security, State Disability Insurance Compensation, Unemployment 25 Compensation, and other payroll deductions for VENDOR and its officers, agents, and 26 employees, and all business licenses, if any are required, in connection with the services to be 27 performed hereunder. 28 Exhibit"A" 3 1 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. 2 VENDOR warrants that it possesses or shall obtain, and maintain a business registration 3 certificate pursuant to Chapter 5 of the Municipal Code, and any other licenses, permits, 4 qualifications, insurance and approval of whatever nature that are legally required of VENDOR 5 to practice its business or profession. 6 NOTICES. 7 8 Any notices to be given pursuant to this Agreement shall be deposited with the United 9 States Postal Service, postage prepaid and addressed as follows: 10 TO THE CITY: Public Works Director 300 North"D" Street 11 San Bernardino, CA 92418 12 Telephone: (909) 384-5140 13 TO THE VENDOR: HREM, Inc. 1465 Miller Drive © 14 Colton, CA. 92324 Telephone: (909) 872-1195 15 Contact: Antonio Cuevas 16 9. ATTORNEYS' FEES. 17 In the event that litigation is brought by any party in connection with this Agreement, 18 19 the prevailing party shall be entitled to recover from the opposing party all costs and expenses, 20 including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of 21 its rights or remedies hereunder or the enforcement of any of the terms, conditions or 22 provisions hereof. The costs, salary and expenses of the City Attorney and members of his 23 office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' 24 fees"for the purposes of this paragraph. 25 26 27 28 Exhibit"A" 4 1 10. ASSIGNMENT. 2 VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or 3 encumber all or any part of the VENDOR's interest in this Agreement without CITY'S prior 4 written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void. 5 and shall constitute a breach of this Agreement and cause for the termination of this 6 Agreement. Regardless of CITY'S consent, no subletting or assignment shall release VENDOR 7 8 of VENDOR's obligation to perform all other obligations to be performed by VENDOR 9 hereunder for the term of this Agreement. 10 11. VENUE. 11 The parties hereto agree that all actions or proceedings arising in connection with this 12 Agreement shall be tried and litigated either in the State courts located in the County of San 13 Bernardino, State of California or the U.S. District Court for the Central District of California, `✓ 14 Riverside Division. The aforementioned choice of venue is intended by the parties to be 15 16 mandatory and not permissive in nature. 17 12. GOVERNING LAW. 18 This Agreement shall be governed by the laws of the State of California. 19 13. SUCCESSORS AND ASSIGNS. 20 This Agreement shall be binding on and inure to the benefit of the parties to this Agreement 21 and their respective heirs,representatives, successors, and assigns. 22 23 14. HEADINGS. 24 The subject headings of the sections of this Agreement are included for the purposes of 25 convenience only and shall not affect the construction or the interpretation of any of its 26 provisions. 27 28 Exhibit"A" 5 1 15. SEVERABILITY. 2 If any provision of this Agreement is determined by a court of competent jurisdiction to 3 be invalid or unenforceable for any reason, such determination shall not affect the validity or 4 enforceability of the remaining terms and provisions hereof or of the offending provision in any 5 other circumstance, and the remaining provisions of this Agreement shall remain in full force 6 and effect. 7 8 16. ENTIRE AGREEMENT; MODIFICATION. 9 This Agreement constitutes the entire agreement and the understanding between the 10 parties, and supercedes any prior agreements and understandings relating to the subject manner 11 of this Agreement. This Agreement may be modified or amended only by a written instrument 12 executed by all parties to this Agreement. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Exhibit"A" 6 1 VENDOR SERVICE AGREEMENT HREM, INC. 2 3 IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and 4 date set forth below. 5 6 Dated: 2010 HREM, Inc. 7 By: 8 9 Dated 2010 CITY OF SAN BERNARDINO 10 By: 11 Charles E. McNeely, City Manager 12 Approved as to Form: 13 By: - 14 J s . Penman, City Attorney 15 16 17 18 19 20 21 22 23 24 25 . 26 27 28 7 Attachment M" � . . \ o % \ \ f : � \ \ 3y % . � \\ «2 \» &\ ` k\ e � {\ @ � ^ � » \ \ � j } \ / . � \ / _ ® \ �? . a . / LL y � \ « ! < \ %§ W$ C e & ƒ RFQ F-11-0 Rclb. NS Np<r Rgair City of San Bernardino TECHNICAL SPECIFICATIONS c0l?v RFQ F-11-03 REFUSE TRUCK BODY/STREET SWEEPER REPAIR NOTICE : "SPECIAL INSTRUCTIONS TO THE BIDDER" Services: Bidder shall complete right-hand column indicating brief reasoning for exceptions to requirements when not acceptable. State "Acceptable" if requirements are agreeable as set forth in left-hand column. Equipment: Bidder shall complete right-hand column indicating specific size and or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID REQUIREMENTS I ACCEPTABLE/AS SPECIFIED The contractor shall be able to repair all refuse truck bodies including but not limited to automated, frontloader, roll off and bin PGGe(� Ah� buggy style. The contractor shall be able to repair street sweeper bodies and rebuild elevator �CC2P 4tnb�Q assemblies. The contractor shall have full machine shop capabilities for bending, forming and shearing steel. The contractor shall be able to remove and replace abrasive flooring (AR Plate or T-1 A CCU-- Plate)with a hardness of Rockwell AR400. The contractor shall be able to remove, replace and repair packer blades, floor �CC��.1 _ I f Q channels, follower plates and guides. TCAV`aC The contractor shall pickup/deliver at noCCet cost to the City. fJ All repairs shall be completed within a seven (7) day time frame. Longer time frames shall be agreed to prior to initiation of repair. 8 RFQ F-I I-03 Rcliiul9.ec�per Rend!'. The contractor shall be located within a seven (7) mile radius from the City Yard to facilitate transportation to and from the shop. i i i 9 RPU P-i I-13 NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO In accordance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of perjury: That he/she has not either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with RFQ F-11-03. Business Name l � �+ C• L Business Address II I�O� M ���Y �� CD lyl 1� � �a q Z32q Signature of bidder Xr �r"r �i�'-,.+•/min Place of Residence Subscribed and sworn before me this 0-6 day of Q ULLI , 2000. Notary Public in and for the County of n bd yt0 State of California. N My commission expires 1 l R S 20Q. MIW/lA WMM ComaNNOa 1727179 NalalY 9ub6a CaM1aNa ✓tart NmaWm CouMV C 1 1011 t7 Rry F-i 1413 RclusNti�meper"A•p::i� PRICE FORM REQUEST FOR QUOTES: RFQ F-11-03 DESCRIPTION OF RFQ: Refuse Truck Body A/Sweeper Repair BIDDER'S NAMEIADDRESS, H ITEM -LW- N cos m u-r Or. co (-bv\ C� q� 3� NAME OF AUTHORIZED REPRESENTATIVE r4ntn 1 r) CU 2 VG�-S PRINT NAME n%' o Cve--yCx�s TITLE QTCS 1 dizo,47 TELEPHONE NO. CQCq) '�;—i�a— It 6( FAX NO. Cqo) 1100 ANNUAL PURCHASE ORDER Effective on or about September 1, 2010 through June 30, 2011 plus two (2) single year renewal options, for City's partial requirements, on an as-needed basis, with no guaranteed usage for Refuse Truck Body 1 Sweeper Repair. Option year one if exercised, shall be effective July 1, 2011 through June 30, 2012. Option year two, if exercised, shall be effective July 1, 2012 through June 30, 2013. Actual option year pricing shall be negotiated with the successful Bidder(s) prior to exercising of any given option year. Option years shall become effective only upon issuance by the City of a duly authorized Purchase Order. 14 ttFQ RI i-n; Rcrusu5accrxr aup:!6 PRICE FORM (continued) DESCRIPTION UNIT PRICE 1. Refuse Truck Body/Sweeper Repair, Hourly Labor Rate $ n 2. Percentage Mark Up on Materials Used $ �a Are there any other additional or incidental costs, which will be required by your firm in order to meet the requirements of the Technical Specifications? Yes / No . (circle one). If you answered "Yes", please provide detail of said additional costs: Please indicate any elements of the Technical Specifications that cannot be met by your firm. � ) Have you included in your bid all informational items and forms as requested. Ye ! No (circle one). If you answered "No", please explain: �S This offer shall remain firm for 90 days from RFQ close date. Terms and conditions as set forth in this RFQ apply to this bid. Cash discount allowable % days; unless otherwise stated, payment terms are: Net thirty (30) days. 15 RFQ F-i 1-0.3 RerusdSmccncr Repair r^' PRICE FORM (continued) In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm, and the date said Addenda was/were received. Verification of Addenda Received Addenda No: Received on: Addenda No: Received on: Addenda No: Received on: AUTHORIZED SIGNATURE: _ — PRINT SIGNER'S NAME AND TITLE: DATE SIGNED: O-7 COMPANY NAME &ADDRESS: C7 M ,Swl� �`��� Hi lLszr (Jr. ea�fovl, 6A PHONE: Q00(-c6-)a- NS- FAX: X109- I1 O-D IF SUBMITTING A "NO BID", PLEASE STATE REASON(S) BELOW: 16 k RVQ i-i1-03 . ReI1Ise)S'V'V per Repair i City of San Bernardino, Finance Department i Purchasing Division Bid Documents to Be Returned by Prospective Vendor RFQ F-11-03 REFUSE TRUCK!SWEEPER REPAIR Q Copy of Contractor License if applicable) III Bid content and Fonns,General speclfica5on R35. Instructions to Offeror(s) 1 Bidders Bidder Experience, Competency, Qualification and Profile (Vendor Document) 1° Proposal/Bid ontent Forms F]' Non-Collusion Affidavit(City Form) Instructions to Offeror(s)r Bidders Q Listing of Proposed Subcontractor(City Form) (II Proposal Bid content and rams Iuy Price Form (City Form) Instructions to Bidders,III Bid content and Forms IJ Authorized Signatures Instrctions to Bidders © Bidder Identification In Bid content and Forms (] Addendum Received (City Form) III Bid Content and Fome Rr 90 Day Bid Validity Statement III Bid content and Forms [!I Authorized Signatures III Bid content and Forms References III Bid content and Fonns [r Proper Identification and Submittal of Proposal/Bid Package, and Price Form Instructions to Bidders Bidders are requested to submit this checklist completed with all bid documents. 3 t, t i BUSINESS LICENSE TAX CERTIFICATE CITY OF COLTON CI ! The person,firm or corporation named below is grantedthis certificate pursuant to- Civic Center the provisions of the'City Business License Tax Ordinance to engage in..carry on 650 North La Cadena.Drive or conduct the business,trade,calling,profession,exhibition or occupation described Cullom, California 92324 below. Issuance of certificate is not an endorsement,nor certification of compliance with other ordinances or laws. This certificate is issued without verification that (909) 370-5079 the taxpayer is subject to or exempt from licensing by the State of California. _ BUSINESS NAME: H R E M - BUSINESS LOCATION:, 1465 Miller Dr BUSINESS TYPE: . 060 BUSINESS OWNEp: Javier Soto DESCRIPTION: MANUFACTURING Tony Cuevas Business License Number: 44683 ' H R.E M - - 1465 MILLER DR _ Effective Date: February 24,2010 - COLTON,CA_92324.2456 - Expiration Date: December 3l 2010 DISPLAY C NSPIC O Y AT BUSINESS FOR C ISSUED v"Zolzalu Lo: .» 001 do IZoU JIILLI INU PAUL 01/01 A-CORD CERTIFICATE OF LIABILITY INSURANCE OATe(pgCD„YY,.1 PRODUCER Phone: Bel 2864886 07!20/2010 John H. Leming 8 Sons 1 I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGFRS UPON THE CERTIFICATE P.O.BOIL 1699 HOLDER. THIS CERTIFICATE ODES NOT AMEND, EXTEND TE Canyon Country,CA 91386-1699 ALTER THE COVERAGE AFFORDED BY THE PO0, EX BELOW, License#:02399s9 Munn ._ INSURERS AFFORDING COVERAGE NAB• HREM INC INwaER=Colorry fnsaLauce CDrnpan)L,— •-- Tony Cuevez INSURER E:_S-a�tuo Ir suran�e Company. 1465 MILLER DR MvfI.RDACE pert &Cssuatty Ins Co — COLTON,CA 92324 wsuReR Oo: Am prpI states Insurance CD rn n '- COVERAGES INSURERe: THE POLICIES IA INSURANCE L11 NDBELOW HAVE BEEN ISBVE0T0 TIEINSURED NAMED ABOV$FOR THE POLICY PERIODINDICATED.NOTWITHSTANDING MAY PEE-RO ApN TXE IN$VUNTBEAFFORpED$YTHE POLIC�fEA,gO0ED5CR19ED HEREW IS SUBJECT TO All TTTOWISH THIS CERTIFICATE ECONDITIpN OF.OQIO�H POLICIES A(iOREGATE LIMITS SHOWN MAV HAVE BEEN REDUCED BV PAID CLAIMS. D — _ PDLICy NUMAER PWCYERECTn,P pIILy E,pM�TpN A OENEPAL UAwLnY GLIS0218 12/1912009 1211912010 EADH0000RRGNCE UN" -- X coMAERCUL EENeRAL UAenm s 1 O. 0��000 CLAIMS MADE X❑OMUR R t 1p0p0p 00� NEO ENP! enApxPln ._ S '00� _ PERSOWLCADYhLUnY 3 1.000.000 f1alL AGOREOAIE UMO APPM PER: - O.NEMLAGOREOATE _ s 1"�1 00 X TOLICY LOC PRppJDTS.�MGR'PAeG 7.Q�000 B AVrDMCOEE UAI 01CG46829370 12/03/2009 12/03!2010 ANYAUIO C0 DSM EUMR A 4LLOMNEDAUTOE fEC 1000y-000 X SG OUIEOAUTOS I�PyIN Y r X HREDAUTDI )_ X. NDV.omw ANOS MILYYIIN,IURY f A�9 PPgqOPFRry OAMAOf -- OARAOEUAEILRr (MRIxIMtm1 i ANYAUM AUTp ONLY-EAACCEgw f_ OTHER THAN SAAOO A 6\CELEIIIM1fn11F1LA wAaRnT A Onr: OOG/R �ClAIM9 MADE TJOIOCOUN NCE S AOGRSOAT6 s . OnIl: E s RCTENOON E s — C wOpxExn mlwTUlsATaNnxD 046783492 08/07/2010 06/01/2011 --_ PAfPLaren'uneR X wcSA DIN. ANr PROPRIFrowonmNEnN/p(ECUnvE T.tl B OFNCmwlb wee cwogov EL.EACH 4CCIOENT A 1.00000 S+�FCMLPROV * 9bnlw EL.ORiIwBE-EAEWLDYE s100u0000 EL OeE.AEE.Pq,ICYLN,R A OQDOW D Inlantl Marine- OICG46829370 12103)2 009 1210312010 Bailees-Ail Others 10,000 oTaearnON n oPeagnpaAlLOCgnqn TAtwaEAl TmnuaOxAAOOeeer EHOOR�pAnMYTBPECIA1.pggq� CER7IFlCATE HOLDER CANCELLATION SHOULDAXYOF TNEADOrF D130R1[IEO POLIgp BE G WTE TxERFDP.TnE 1S61pIG INSURpI MILL FH06AVpREW�TIOR For InfOTmatiOn purpose,Only NOTICE IO p Mpy?mE ObrtmnAlH xoLOL'RNA AYS xxrrtEx xm TO THE UE .WRFNLURf TO OO sD 8HI1LL IMPOY ND OBYOAMFI OR U INUTT OF All"UPON TN WAAMEM,M AP5ME OR INIPRO NTATM. AUrAO nRp'P66SNTATrve RCORD 25(2001108) ®ACORD CORPO MRL PII IeG by MRL On Juy 20,201�nO37AMB DISPLAYCONSPICUOUSLYATPLACEIOF BUSINESS FOR WHICH ISSUED CALIFORNIA STATE BOARD OF EQUALIZATION 00"SELLER'S PERMIT AGGbUNTNUMBER 4/8/2003 SR EH 100-210275 HREM THIS PEWT DOES NOT 1465 MILLER DR AUIHOWZE THE HOLDER TO ENGAGE IN ANY COLTON, CA 92324-2456 BUSINESS CONTRARY TO LAWS REGULATING THAT L BUSINESS OR TO POSSESS OR OPERATE ANY ILLEGAL DEVICE. IS HEIi®YAUiHOflRED PURSUANTTO SAISANOUSETA%tAW TO BImAOE W THE BUSINESSOFSB NOTANG PERSONALPROPERTYATTHEABOVELOCATION THIS PEnMn IS V$iUD Ul r REVOIG♦D OR CNICBED BUTTS 0FDTTRANSFBi9BLE FYOU SBLYOUR BUSINESS. OR DROPOUT OFAPANRERSHIP,NOTPY IISORYOUODULD BERESPONSIBIE FOR SALESMID USETAMS Abtv2A'datanyoftwaddrew OWED BYTHE NEW OPaWTOROFTHE BUSINFS4. FOR GENERALTAX QUESTIONS,PLEASE TELEPHONE OUR INFORMATION CENTER AT 1-600=400-7115. BOE-442-R REV.13 is 00) NOTICE TOINDMDUALSREGARDING INFORMATION FURNISHED TO THE BOARD OF EQUALIZATION The Information Practices Act of 1977 and the Federal Privacy Act requires this agency to provide the following notice to Individuals who are asked by the State Board of Equalization(Board)to supply information,including the disclosure of the individual's social security account number_ Individuals applying for permits,certificates, or licenses,or filing tax returns, statements,a other forms prescribed by this agency, are required to include their social security numbers for proper identification.[See Title 42 United States Code Section 405(c)(2)(C)n).it is mandatary to fumish all the appropriate information requested by applications for registration,applications for pernits or licenses, tax returns and other related data.Failure to provide all of the required information requested by an application for a permit or license could result in your not being issued a permit or License.In addition,the law provides penalties for failure to file a return,failure to furnish specific information required,failure to supply information required by law or regulations,or for furnishing fraudulent information. Provisions contained in the following laws require persons meeting certain requirements to file applications for registration,applications for pBmmifs W licenses,and tax returns or reports in such forth as prescribed by the State Board of Equalization:Alcoholic Beverage Tax,Sections*32001-32556; Childhood Lead Poisoning Prevention Fee,Sections 43001-43651, Health&Safety Code,Sections 105275-105310:Cigarette and Tobacco Products Tax, Sections 30001-30481; Diesel Fuel Tax, Sections 60001-60709; Emergency Telephone Users Surcharge, Sections 41001-41176; Energy Resources Surcharge, Sections 40001-40216; Hazardous Substances Tax, Sections 43001-43651; Integrated Waste Management Fee, Sections 45001-45984; International Fuel Tax Agreement, Sections 9401-9433; Motor Vehicle Fuel Llcense Tax, Sections 7301-8405; Occupational Lead Pasonmg Prevention Fee,Sections 43001-43651,Health&Safety Code,Sections 105176-105197;OD Spill Response,Prevention,and Administration Fees, Sections 46001-46751, Government Code. Sections 8670.1-867053; Publicly Owned Property, Sections 1840-1841; Sales and Use Tax, Sections 6001-7279.6;State Assessed Property,Sections 721-868,4876-4880,5011-5014;Tax on Insurers,Sections 12001-13170;Timber Yield Tax, Sections 38101-38908: Tre Recycling Fee, Sections 55001-55381, Public Resources Cade Sections 42860-42895; Underground Storage Tank Maintenance Fee,Sections 50101.50161,Health&Safety Code Sections 25280-25299.96;Use Fuel Tax,Sections 8601-9355. The principal purpose for which the requested information will be used is to administer the laws identified in the preceding paragraph.This includes the determination and collection of the correct amount of tax. Information you fumish to the Board may be used for the Purpose of collecting any outstanding tax liability. As authorized by law,information requested by an application for a permit a license could be disclosed to other agencies,including,but not limited to, the proper officials of the following:1)United States governmental agencies:U.S.Attorney's Office;Bureau of Alcohol,Tobacco and Firearms;Copts.of Agriculture, Defense, Justice; Federal Bureau of Investigation; General Acocunfing Office; Internal Revenue Service; the Interstate Cormlerce Canrlission; 2) State of California governmental agencies and officials: Air Resources Board; Dept. of Alcoholic Beverage Control; Auctioneer Commission;Employment Development Department;Energy Commission;Exposition and Fairs;Food&Agriculture;Board of Forestry;Forest Products Commission;Franchise Tax Board;Dept.of Health Services;Highway Patrol;Dept of Housing&Community Development;California Parent Locator Service;3)State agencies outside of California for tax enforcement purposes;and 4)city attorneys and city prosecutors;county district attorneys, sheriff departments. As an individual.you have the right to access personal Information about you in records maintained by the State Board of Equalization.Please contact your local Board office listed in the white pages of your telephone directory for assistance.If the local Board office is unable to provide the Information sought,you may also contact the Disclosure Office in Sacramento by telephone at(916)445-2918.The Board officials responsible for maintaining this information,who can be contacted by telephone at(916)4456464,are:Sales and Use Tax,Deputy Director,Sales and Use Tax Department 450.14 Street. MIC:43, Sacamento, CA 95814; Excise Taxes, Fuel Taxes and Environmental Fees, Deputy Director,Special Taxes Department. 450 N Street,MIC:31,Sacramento,CA 95814;Property Taxes,Deputy Director,Property Taxes Department,450 N Street,MIC:63,Sacramento,CA 95814. -AD references areto this CalilDmia Revenue and Ta+alion Code unlessotherw'seindicaled. BOE324-AREV.9(8-" Q I a' w � N W `yxun: so w ' I y 1 � i . a NREM Inc. - Bidder Identification HREM INC. 1465 Miller Drive Colton,CA 92324 Office: (909)872-1195 Fax: (909)872-1100 Cell: (909)821-3199 Web: www.hremine.com Email:hreminc@yahoo.com Antonio Cuevas is the authorized decision maker and main contact during the bid evaluation period and throughout the contract. Antonio Cuevas President, HREM INC. 1465 Miller Drive •Colton, CA 92324 Office(909)872-1195 •(909)872-1112 •Fax(909)872-1100 0 flREM 1.1 i Terms and Conditions Valid for a Period of 90 Days HREM INC. 1465 Miller Drive Colton,CA 92324 Office: (909)872-1195 Fax:(909) 872-1100 Cell:(909) 821-3199 Web:www.hremine.com Email:hremine@yahoo.com All terms and conditions presented in this bid shall remain valid for 90 days from the day of submission. Antonio Cuevas President, HREM INC. V 1465 Miller Drive• Colton,CA 92324 Office(909)872-1195 - (909)872-1112• Fax (909)872-1100 naen IM. Authorized Person to Bind Bidder to the Terms of the Bid HREM INC. 1465 Miller Drive Colton,CA 92324 Office:(909)872-1195 Fax: (909)872-1100 Cell: (909)821-3199 Web:www.hremine.com Email.-hreminc@yahoo.com Antonio Cuevas binds HREM INC.to the terms of this bid and all of the information submitted. i� gr� r Antonio Cuevas—— President, HREM INC. 1465 Miller Drive• Colton,CA 92324 Office (909)872-1195•(909)872-1112 • Fax(909)872-1100 t nnere Nr. Bidder Profile HREM INC.,was founded in 2003 with one mission in mind;to design and build the best possible equipment while keeping the lowest prices in the business. Our facility is located in the heart of the Inland Empire at 1465 Miller Drive in Colton,CA Our company operates in a 26,000 square foot state of the art facility with all the proper A equipment and technology to be able to design and manufacture and repair Refuse Trucks,Roll- Trucks and Hydraulic Cylinders. Our corporation employees 17 qualified personnel with over 30 years of experience in Refuse Truck design,manufacture and repair. We are members of Southern California Minority Business Development Council,Inc. We specialize in Design,Manufacture and repair of Refuse Trucks,Roll-Off Trucks and Hydraulic Cylinders. 1465 Miller Drive•Colton,CA 92324 Office (909)872-1195• (909)872-1112• Fax (909)872-1100 Main Office P.O. BOX 620/6413 32nd Street/North Highlands/CA 95660 (916) 334-1221 Estimating/Engineering FAX (916) 334-0562 Accounting FAX (916) 334-8355 Southern California Regional Office MCM CONSTRUCTION, INC. P.O. BOX 867/ 19010 SloverAve./Bloomington/CA 92316 (909) 875-0533 Engineering/Accounting FAX (909) 875-2243 GENERAL ENGINEERING CONTRACTORS SACRAMENTO.CA To Whom It May Concern: HREM Inc.has done a fantastic job of repairing or manufacturing hydraulic cylinders for our fleet of equipment. They do quality work in a timely manner,at a reasonable price. You will be happy with their work. David Montoya Equipment Superintendent AN EQUAL OPPORTUNITY EMPLOYER / STATE CONTRACTORS LIC. NO. 286430 Mc/Vei/us SIEVESCHNIEK Service Support Manager Western Region Telephone: (909) 370-2100 sschimek@mcneilusco.com www.meneflusromparues.com 888-MTM-PART(Mixer Part) 401 N Pepper Avenue *Colton,CA*92324 July 22, 2010 HREM INC. has serviced our Refuse Trucks and Ready Mix Trucks for over 6 years now. They are an excellent company with exceptional service and reliability.I would highly recommend them.If you have any questions please contact me. Thank you, Steve Schimek i . THE Ct r or Sa Diego I Fleet Services Division!General Services 8323 Miramar Place,MS 1201-A San Diego, CA 92121 I July 21,2010 HREM INC.has repaired and manufactured Hydraulic Cylinders for the City of San Diego for the past 5 years. Our experience with them has always been very positive. HREM is a reliable company who does quality work.Please do not hesitate to contact me with any questions at 858-526-2005. Thank you, Sing c V Jim Degler Ay-e� Parts Manager.