Loading...
HomeMy WebLinkAbout05.Y- Public Works RESOLUTION (ID #3298) DOC ID: 3298 C CITY OF SAN BERNARDINO—REQUEST FOR COUNCIL ACTION Purchase Order From: Tony Frossard M/CC Meeting Date: 07/07/2014 Prepared by: Linda Dortch, (909) 384-5140 Dept: Public Works Ward(s): 1 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 in an Amount Not to Exceed $297,300 to G&S Carpet Mills, Inc. for Carpet and Carpet Installation in the Feldheym Library. (#3298) , Current Business Registration Certificate: No Financial Impact: Account Budgeted Amount: $80,000 Account No. 001-110-0000-4924 Account Description: Damage Claim Recovery Balance as of: -$11,254.23 Balance after approval of this item: -$11,254.23 Accouont Budgeted Amount: $95,000 Account No: 119-470-0001-5502 Account Description: Professional/Contractual Services Balance as of: 6/16/14 $100,000 Balance asfter approval of this item: $5,000 Account Budgeted Amount: $80,000 Account No: 105-470-0001-5181 Account Description: Other Operating Expenses Balance as of- Balance after approval of this item: Account Budgeted Amount: $42,798.08 Account No: 001-400-0037-5505 Account Description: Other Professional Services Balance as of- Balance after approval of this item: Please note this balance does not indicate available funding. It does not include non-encumbered reccurring expenses or expenses incurred,but not yet processed. Motion: Adopt the Resolution. Synopsis of Previous Council Action: 12/16/13 The Mayor and Common Council received a report regarding the payment to Disaster Updated: 6/26/2014 by Jolena E.Grider C Packet Pg. 632 3298 KleenupBetter Floors & Restoration for emergency clean up services at the Feldheym Library. 12/16/13 Resolution No. 2013-356 was approved authorizing the Director of Public Works to Issue a Notice Inviting Bids for Carpet and Carpet Installation(RFP F-14-23). Background: The Public Works Department, Operations & Maintenance Division, is responsible for the maintenance of City buildings. On May 17, 2013, the first and second floors of the Feldheym Library sustained damage due to contractor negligence. The contractor responsible for the broken pipe submitted payment in the amount of$112,844.40. Of this amount, $33,342.48 was expended for the initial clean up. On December 16, 2013, the Mayor and Common Council authorized the remaining$79,501.92 to be used for carpet and carpet installation. On April 21, 2014, a formal bid was initiated to solicit bids for carpet and carpet installation. Vendors were notified in the technical specifications that CDBG funds would be used and that there would be special requirements that were outlined in the specification. This is a prevailing wage job. Notices were posted on the web, printed in the newspaper, and mailed to the Chamber of Commerce. Six local vendors in addition to those on SB Connect received the bid packet. One local vendor and one non-local vendor responded. The bid requested quotes for separate areas of the Library. Carpet will be replaced on the first floor (including work areas, office spaces & public stairs) and the second floor (including administration offices & the California Room). It has been determined that replacing the carpet in the Bing Wong Auditorium will not be completed at this time. The vendor,business location, and total amount for the first and second floors are listed below: Vendor Location Total G&S Carpet Pomona $270,255.51 Kenaston Flooring San Bernardino $345,900.00 After review of the bids, it was determined that G&S Carpet Mills, Inc. submitted the lowest bid. Staff is requesting an additional $27,044.39 (10% of the cost of the job) to be used for unexpected expenses. Staff recommends that the Mayor and Common Council authorize the execution of an agreement and issuance of an annual purchase order in an amount not to exceed $297,300 to G&S Carpet Mills, Inc. for carpet and carpet installation in the Feldheym Library. City Attorney Review: Supporting Documents: reso 3298 (PDF) agrmt 3298 (PDF) Bid Summary Sheet (PDF) Bid Packet (PDF) Updated: 6/26/2014 by Jolena E.Grider C Packet Pg. 633 I RESOLUTION NO. 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 IN AN AMOUNT NOT TO 4 EXCEED $297,300 TO G&S CARPET MILLS, INC. FOR CARPET AND CARPET INSTALLATION IN THE FELDHEYM LIBRARY. 5 WHEREAS, G&S Carpet Mills, Inc. was determined to be the lowest bidder for 6 7 carpet and carpet installation at the Feldheym Library. 8 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 9 SECTION 1. The City Manager of the City of San Bernardino is hereby authorized ie 10 E 11 and directed to execute on behalf of said City a Vendor Service Agreement between the City _ 12 of San Bernardino and G&S Carpet Mills, Inc., a copy of which is attached hereto, marked U_ L O a 13 Exhibit"A", and incorporated herein by reference as fully as though set forth at length. Q 14 iv SECTION 2. That pursuant to this determination the Director of Administrative 15 0 Services or his designee is hereby authorized to issue an annual purchase order to G&S Carpet 16 00 17 Mills,Inc. in an amount not to exceed $297,300. M o 18 SECTION 3. The Purchase Order shall reference this Resolution Number and shall c 19 read, "G&S Carpet Mills, Inc. for carpet and carpet installation in the Feldheym Library. E U 20 Agreement not to exceed $297,300" and shall incorporate the terms and conditions of the Q 21 Agreement. 22 23 SECTION 4. The authorization to execute the above-referenced Purchase Order and 24 Agreement is rescinded if it is not executed by both parties within sixty (60) days of the 25 passage of this resolution. 26 27 28 Packet Pg.634 5.Y.a RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY 1 OF SAN BERNARDINOAUTHORIZING THE EXECUTION OF AN AGREEMENT 2 AND ISSUANCE OF AN ANNUAL PURCHASE ORDER IN AN AMOUNT NOT TO EXCEED $297,300 TO G&S CARPET MILLS, INC. FOR CARPET AND CARPET 3 INSTALLATION IN THE FELDHEYM LIBRARY. 4 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor 5 and Common Council of the City of San Bernardino at a meeting 6 thereof,held on the day of 2014, by the following vote,to wit: 7 8 Council Members: AYES NAYS ABSTAIN ABSENT 9 MARQUEZ C CU a 10 BARRIOS E a 11 s VALDIVIA 12 L 13 SHORETT ° d 14 NICKEL v 00 15 JOHNSON N M 16 MULVIHILL Cn 17 N M O 18 i 19 Georgeann Hanna, City Clerk E 20 The foregoing resolution is hereby approved this day of 52014, r w a 21 22 R. CAREY DAVIS, Mayor 23 City of San Bernardino 24 Approved as to form: 25 GARY D. SAENZ, City Attorney 26 r By: 27 28 Packet Rg.635 S.Y.b VENDOR SERVICE AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND G&S CARPET MILLS,INC. FOR CARPET AND CARPET INSTALLATION IN THE FELDHEYM LIBRARY This VENDOR Service Agreement is entered into this 7th day of July, 2014, by anc between G&S Carpet Mills, Inc. ("VENDOR") and the City of San Bernardino ("CITY" or "San Bernardino"). WITNESSETH: WHEREAS, the Mayor and Common Council has determined that it is advantageous and in the best interest of the CITY to contract for carpet and carpet installation in the Feldheym Library and; WHEREAS, The City of San Bernardino did solicit and accept quotes from available � a, U- VENDORs for such carpet and carpet installation in the Feldheym Library; and o 4- CL v s WHEREAS, VENDOR is the lowest bidder to provide said service to City; and v NOW,THEREFORE, the parties hereto agree as follows: co N M 1. SCOPE OF SERVICES. c, N For the remuneration stipulated, San Bernardino hereby engages the services of g L VENDOR to provide those services as set forth in RFQ F-14-23, a copy of which is on file in c the Public Works Department and a copy of the Price Form is attached hereto as Attachment = "1" and incorporated here by this reference. Q 2. COMPENSATION AND EXPENSES. a. For the services delineated above, the CITY, upon presentation of an invoice, shall pay the VENDOR up to the amount of$297,300 for carpet and carpet installation in the Feldheym Library pursuant to RFQ F-14-23. b. No other expenditures made by VENDOR shall be reimbursed by CITY. Exhibit "A" 1 Packet Pg. 636 3. TERM; TERMINATION. The term of this agreement shall be from July 7, 2014 through October 31,2014 This Agreement may be terminated at any time by thirty (30) days' written notice by either party. The terms of this Agreement shall remain in force unless amended by written agreement of the parties executed on or before the date of expiration of current term of the agreement. 4. INDEMNITY. VENDOR agrees to and shall indemnify and hold the City, its elected officials, employees, L agents or representatives, free and harmless from all claims, actions, damages and liabilities of d any kind and nature arising from bodily injury, including death, or property damage, based or a� LL asserted upon any or alleged act or omission of VENDOR, its employees, agents, or ° d subcontractors, relating to or in any way connected with the accomplishment of the work or performance of service under this Agreement, unless the bodily injury or property damage was co N M actually caused by the sole negligence of the City, its elected officials, employees, agents or N M representatives. As part of the foregoing indemnity, VENDOR agrees to protect and defend at E L 0) its own expense, including attorney's fees the City, its elected officials, employees, agents or representatives from any and all legal actions based upon such actual or alleged acts or omissions. VENDOR hereby waives any and all rights to any types of express or implied a indemnity against the City, its elected officials, employees, agents or representatives, with respect to third party claims against the VENDOR relating to or in any way connected with the accomplishment of the work or performance of services under this Agreement. S. INSURANCE. While not restricting or limiting the foregoing, during the term of this Agreement, VENDOR shall maintain in effect policies of comprehensive public, general and automobile Exhibit"A" 2 Packet Pg.637 5.Y.b liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory worker's compensation coverage, and shall file copies of said policies with the CITY's Risk Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an additional named insured in each policy of insurance provided hereunder. The Certificate of Insurance furnished to the CITY shall require the insurer to notify CITY at least 30 days prior to any change in or termination of the policy. 6. NON-DISCRIMINATION. In the performance of this Agreement and in the hiring and recruitment of employees VENDOR shall not engage in, nor permit its officers, employees or agents to engage in discrimination in employment of persons because of their race, religion, color, national origin m U. ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender of o CL a� sexual orientation, or any other status protected by law. v 7. INDEPENDENT CONTRACTOR. 0) N M VENDOR shall perform work tasks provided by this Agreement,but for all intents an( N purposes VENDOR shall be an independent contractor and not an agent or employee of the L 0) CITY. VENDOR. shall secure, at its expense, and be responsible for any and all payment o as Income Tax, Social Security, State Disability Insurance Compensation, Unemploymen E Compensation, and other payroll deductions for VENDOR and its officers, agents, an( a employees, and all business license, if any are required, in connection with the services to b. performed hereunder. 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. VENDOR warrants that it possesses or shall obtain, and maintain a business registratioi certificate pursuant to Chapter 5 of the Municipal Code, and any other licenses, permit; Exhibit"A" Packet Pg. 638 S.Y.b qualifications, insurance and approval of whatever nature that are legally required of VENDOR to practice its business or profession. NOTICES. Any notices to be given pursuant to this Agreement shall be deposited with the United States Postal Service,postage prepaid and addressed as follows: TO THE CITY: Public Works Director 300 North"D" Street San Bernardino, CA 92418 Telephone: (909) 384-5140 L TO THE VENDOR: G&S Carpet Mills, Inc. 3205 Pomona Blvd. � Pomona, CA 91768 a� Telephone: (909)468-5600 Contact: Ali Gorfiinfar „' L 0 9. ATTORNEYS' FEES. CD a In the event that litigation is brought by any party in connection with this Agreement. v co a) the prevailing party shall be entitled to recover from the opposing party all costs and expenses, 00 including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of M its rights or remedies hereunder or the enforcement of any of the terms, conditions or 0 M u provisions hereof. Attorney's fees for the City Attorney and members of his office shall be E calculated based on market rate for comparable services. w r a 10. ASSIGNMENT. VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or encumber all or any part of the VENDOR's interest in this Agreement without CITY's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement and cause for the termination of this Agreement. Regardless of CITY's consent, no subletting or assignment shall release VENDOR Exhibit"A" 4 Packet Pg.639' B of VENDOR's obligation to perform all other obligations to be performed by VENDOR hereunder for the term of this Agreement. 11. VENUE. The parties hereto agree that all actions or proceedings arising in connection with this Agreement shall be tried and litigated either in the State courts located in the County of San Bernardino, State of California or the U.S. District Court for the Central District of California, Riverside Division. The aforementioned choice of venue is intended by the parties to be mandatory and not permissive in nature. 12. GOVERNING LAW. J m This Agreement shall be governed by the laws of the State of California. v U- 13. SUCCESSORS AND ASSIGNS. o d This Agreement shall be binding on and inure to the benefit of the parties to this Agreement U and their respective heirs,representatives, successors, and assigns. a N M 14. HEADINGS. N M The subject headings of the sections of this Agreement are included for the purposes of L convenience only and shall not affect the construction or the interpretation of any of its c a� provisions. U f6 w w 15. SEVERABILITY. Q If any provision of this Agreement is determined by a court of competent jurisdiction to be invalid or unenforceable for any reason, such determination shall not affect the validity or enforceability of the remaining terms and provisions hereof or of the offending provision in any other circumstance, and the remaining provisions of this Agreement shall remain in full force and effect. Exhibit"A" 5 Packet Pg.640 16. ENTIRE AGREEMENT; MODIFICATION. This Agreement constitutes the entire agreement and the understanding between the parties, and supercedes any prior agreements and understandings relating to the subject manner of this Agreement. This Agreement may be modified or amended only by a written instrument executed by all parties to this Agreement. II L E LL L O Y Q L U ao I � N M v 00 a) N M r E L i+ E t V t+ Q I, I Exhibit"A" 6 Packet Pg.641 VENDOR SERVICE AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND G&S CARPET MILLS,INC.FOR CARPET AND CARPET INSTALLATION IN THE FELDHEYM LIBRARY IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and date set forth below. Dated: , 2014 G&S CARPET MILLS, INC. By: a L Its: J E A d Dated , 2014 CITY OF SAN BERNARDINO U. By: o Allen J. Parker, City Manager Approved as to Form: L- Gary D. Saenz, City Attorney U co M N M By: co N M E L yid E U R Q Exhibit"A" 7 Packet Pg. 642 (/Ueagl-1 wAaupla l aol ladaeo : 86Z£) ;aagS AieLuwnS p18 :juawgoejjv U M d Ln � 0o a LO o LO LO 00 Q. FU N O C N L O U O CN M U) W >j (6 U LL LL LL .t2 In U) O -O CL L N L 0 m 0') 00 ti CO Z O in U o r U-) co Q Lnn C7 �- >, w m Cl) ~ c' co E o Lo c� _- Q O w N c0 LO LO Z `'l ` 7 , O N Ln O I� O O O m O in O O O O O O @ d 0o M O rn r O c- U O O co co �— ti ch W N co ro W m U QD- _ x .o o o LL LL LL �x U} CO(n Cn LL _ _ _ _ _ r m °O >- tl- cat rn m Co m a � 0� o cn psi co CD B co . c� o CO o o LL_ cu CO Oa O C w co LO C co LL cY' r cn o +6 a U U I- v- C6 O O ctS V cc O cu c O N CB o E cll co c� O CL ?� cn _0 c4 N (� c0 L U L) m O o a Q C� O O. o o U Q o -a O O Q c3 43 Vtl' U o cn o v .-.... .. U O O O /� W: L co L U U O i i. LL u3 CL LL Q. clj O [p O o _! LO RF'Q t--14-23 ® Carpet and Carpet Installation City of San Bernardino TECHNICAL SPECIFICATIONS RFP F-14-23 CARPET AND CARPET INSTALLATION NOTICE: "SPECIAL INSTRUCTIONS TO THE BIDDER" The Public Works Department, Operation & Maintenance Division, is responsible for maintaining the Feldheym Library located at 555 West 6th Street. The intent of this document is to solicit proposals from qualified licensed CONTRACTOR'S with commercial carpet installation experience for the removal and replacement of existing 2- carpet at the Feldheym Library. The City is looking for the most responsive and 0 responsible CONTRACTOR that will be committed to provide the City of San J E Bernardino with carpet and carpet installation. Through a competitive qualification and bid based procurement process, the City of San Bernardino intends to enter into an agreement with a qualified CONTRACTOR for removal and replacement of existing carpet at the Feldheym Library. o 4- This project is programmed to use CBDG funds and will have special requirements as defined in the specification. THIS IS A PREVAILING WAGE JOB. Do Services: Bidder shall complete right-hand column indicating brief reasoning for M exemptions to requirements when not applicable. State "Acceptable" if requirements are agreeable as set forth in left-hand column. a.U f6 FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID 'm CATEGORY ! ACCEPTABLE / AS SPECIFIED E 1. PROJECT MANAGEMENT The contractor will provide all necessary administration, Acceptable Q scheduling, supervision, labor, materials, equipment, tools, As incidentals and associated fees required to meet the Specified requirements of this project scope of work. 2. PROJECT DESIGN Acceptable The project is identified by 3 distinct areas: As • 1st floor to include work areas, office spaces, and public stair Specified wa . 10 Packet Pg.644 RFQ F-14-23 i Carpet and Carpet Installation • 2nd floor to include administration offices and California Room. • Bing Wong Auditorium Each identified area shall be bid as separate line item. Acceptable Upon award of the contract the contractor will provide the Public As Specified Works Director or his designee with carpet samples of the specified products and proposed design layout for his selection. Once the carpet color and pattern is selected by the Public Works Director the contractor will provide the Public Works Director or his designee with a submittal including the carpet design layout for his approval before the material is ordered. Upon order of the approved materials the contractor will provide the Public Works Director with a detailed schedule including the delivery date of the approved materials, project site start date, daily work schedules, staff levels and final project completion date. U- 3. PROJECT INSTALLATION a The Contractor will be responsible for field measurements of v each identified area to verify square and linear footage. 00 Acceptable N The selected carpet will be installed per manufactures As specifications including floor preparation. Specified Y U The Contractor will remove and replace all furniture, portable a book shelves, cabinets, modular furniture, bolted down bleachers m seats and all objects on the floor. With the exception of the permanently mounted book shelves along the perimeter walls and the field racks are to remain in place and the new carpet will be cut in around the shelves and racks with the layout pattern to a carry out thru the shelves and racks. All electronic devices will be removed and replaced by others. Contractor will furnish and install 4" rubber base throughout each identified area. This project is for carpet replacement only and the existing resilient and hard floors are to remain. The Contractor will provide and install new ADA compliant transitions at each new carpet interface with each and every hard surface including door openings to stairwells, closets and elevators. i1 Packet Pg. 645 5Y' RFQ F-14-23 Carpet and Carpet Installation The Contractor is responsible for debris removal from each work area on a daily basis and the debris will be placed in a contractor provided container for haul away from the project site at his cost. Acceptable As The work is to be scheduled between the hours of 7:00 a.m. and Specified 5:00 p.m. Monday through Friday. The Contractor will provide a minimum of one year warranty on labor and all materials. 4. PRODUCT SPECIFICATIONS Acceptable Patcraft Modular Titles Style Group Think As Patcraft Broadloom Style Group Think (stairs) Specified -M Burke 4" Rubber Base J i 7+ 5. PROJECT NOTES a� The existing carpet, base, and drywall have been tested for asbestos and these items are free of asbestos. Acceptable Q There is no space available at the library for material and or tool As storage. Ca Specified U At this time the library will maintain normal operating hours and co the library will remain open to the public during the duration of this project. Upon completion of the project the contractor will provide three a copies of all carpet warranty information, carpet care and m maintenance manuals to the Public Works Director in labeled three ring binders. s 6. REFERENCE LIST r Q Provide three (3) local government agencies and/or company's Acceptable As previous or current contact references that support your ability to r7. CONTR de removal and replacement of carpet. Specified ACT LENGTHAcceptable ength of this contract shall be approximately on or about As June, 2014 to Oct, 2014. Specified 12 Packet Pg.646 5.Y.d RFQ F-14-23 Carpet and Carpet Installation 8. LICENSES The CONTRACTOR represents that it has all licenses, permits, Acceptable qualifications and approvals of whatever nature that are legally As required to provide carpet and carpet installation, including a City Specified Business license, and that such licenses and approvals shall be maintained throughout the term of this Contract. 9. CONTRACTOR NON-COMPLIANCE A. If the Public Works Department Director, or his designee, Acceptable determines that there are deficiencies in the performance of As this Agreement, the Public Works Director, or his designee, will provide a written notice to the CONTRACTOR stating the Specified deficiencies and specifying a time frame to correct the specified deficiencies. This time frame shall be reasonable, as determined by the Public Works Director, or his designee, to correct the specified deficiencies. a� B. Should the CONTRACTOR fail to correct any deficiencies within the stated time frame, the Public Works Director, or his Y designee, may exercise the following measures: C. L) 1. Deduct from the CONTRACTOR'S payment the amount necessary to correct the deficiency, including City N overhead costs and impose a deficiency deduction. L2. Withhold the entire or partial payment. U n. inate the contract and award to second bidder. m d E U td a+ Q 13 Packet Pg.647 5.Y.d ..r RFQ F-14-23 Carpet and Carpet Installation REQUEST FOR QUOTES: RFQ F-14-23 DESCRIPTION OF RFQ: CARPET AND CARPET INSTALLATION COMPANY NAME: G&S Carpet Mills, lnC. ADDRESS: 3205 Pomona Blvd. Pomona, CA 91768 PRINT NAME OF AUTHORIZED Ali Gorginl'ar REPRESENTATIVE J BID SCHEDULE E a FELDHEYM LIBRARY CARPET REPLACEMENT s IN THE CITY OF SAN BERNARDINO BID U_ ITEM DESCRIPTION OF ITEMS QUANTITY UNIT UNIT PRICE TOTAL ,o NO. With UNIT PRICE Written In WORDS ESTIMATED FIGURES __...(FIGURES) CL 1. FIRST FLOOR TO INCLUDE WORK AREAS, OFFICE SPACES AND PUBLIC STAIR WAY c�v U a. First floor Work areas and office spaces, at rn Five Dollars 32,004 SF $ 5.49 /SF 175,701.96 & Forty Nine Cents per SF d b. U Public stairway, at a Six Dollars 657 SF $ 6.28 !SF 4125.96 -+3 & Twenty Eight Cents per SF m r m 2. SECOND FLOOR TO INCLUDE ADMINISTRATION OFFICES AND CA ROOM E a. Second floor to include administration offices and CA Q Room, at Five Dollars 15147 SF $5.97 /SF $ 90,427.59 & Ninety Seven Cents per SF 3. BING WONG AUDITORIUM a. Bing Wong Auditorium, at Ten Dollars 4023 SF $ 10.46 !SF $ 42,080.58 &_ Forty Six Cents per SF TOTAL BID: $ 312,336.09 } 36 Packet Pg.648 S.Y.d RFQ F-14-23 Carpet and Carpet Installation t' ANNUAL PURCHASE ORDER Effective on or about June 2094 through October 2014 Are there any other additional or incidental costs, which will be required by ur firm in order to meet the requirements of the Technical Specifications? Yes / Na (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: -� E None a� t v LL L O CL L U Have you included in your bid all informational items and forms as requested? co No (circle one), If you answered "No", please explain: N M V tSf a ib c E s This offer shall remain firm for 120 days from RFQ close date. Terms and conditions as set forth in this RFQ apply to this bid. a Cash discount allowable: .05% 5 days; unless otherwise stated, payment terms are: Net thirty (30) days. 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. } 37 Packet Pg.649 S.Y.d RFQ F-14-23 Carpet and Carpet Installation Verification of Addenda Received: Addenda No: One Received on: 5/01/2014 Addenda No. Two Received on: 5/13/2014 Addenda No: Received on: AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME & TITLE: Ali Gorginfar, President L DATE SIGNED: May 14, 2014 G&S Carpet Mills, Inc. COMPANY NAME & ADDRESS: 3205 Pomona Blvd. Pomona CA 91768 u- L PHONE: (909)468-5600 .2 aD a FAX: (480) 247-5492 U EMAIL: ag @gscarpets.com CC. rg@gscarpets.com co M r N V t4 IF SUBMITTING A "NO BID", PLEASE STATE REQSON(S) BELOW: m d E u a 38 Packet Pg. 650 RPQ P-14-23 Carpet and Carpet Installation TABLE OF CONTENTS Construction Contract Provision Definitions ...........................................................page 1 Bid Package INSERTS and Contract INSERTS ....................................................page 2 Required Documents Checklist ..............................................................................page 3 Contractor's Certification of Compliance with Davis-Bacon and Related Acts ...... page 4 Minority and Women Owned Business Enterprise Participation ........................pages 5-6 L Certification of Bidder Regarding Equal Employment Opportunity........................ page 7 g a Certification of Subcontractor Regarding Equal Employment Opportunity ............page 8 d U_ L Section 3 Report -Contracts of$100,000 or more .page 9 w w CD CU L Section '3` Clause.............................. ..........................page 10 00 Affirmative Action Compliance Guidelines .............................. .. ...................pages 11 M n. m r E U r a 15 Packet Pg.651 RFQ F.14-23 Carpet and Carpet Installation CONSTRUCTION CONTRACT PROVISIONS -DEFINITIONS The following are definitions of State and Federal provisions/documents for federally- assisted projects. Please refer to the "Required Documents Checklist" for any documents to be completed and submitted for this project. Affirmative Action Compliance Guidelines For Construction or Non-Construction Contractors -Generally, affirmative action requirements apply to contracts and subcontracts in excess of$10,000. This document provides guidelines to help contractors meet affirmative action and equal employment opportunity requirements set forth in Federal regulations 41 CFR 60. Bid Bond-A bid guarantee of at least 10% of the contract price is required from each bidder and must be submitted with the Bid. A form is included in the "Bid Documents" of Part I of these Special Provisions. Certification of Bidder Regarding Equal Employment Opportunity -This certification is included in the "Bid Documents" and is required by Federal law (41 CFR 60). It must be completed by the prime contractor and submitted to the CITY with the LL Bid Documents. L 0 Certification of Compliance with Air and Water Acts -The prime contractor and all Q subcontractors must comply with this certification when the contract exceeds $100,000. U Certification of Proposed Subcontractor Regarding Equal Employment N Opportunity -This certification must be completed by all subcontractors and submitted to the prime contractor for submittal to the CITY prior to the pre-construction meeting. U Contractor's Certification of Compliance with Davis-Bacon and Related Acts - a This certification is required by Federal law (29 CFR 5) and must be completed by the m prime contractor and submitted to the CITY with the Bid Documents. E Equal Employment Opportunity Clauses/Equal Employment Opportunity Construction Contract Provisions -These provisions are to be inserted in all applicable federally-assisted contracts and subcontracts. a Federal Labor Standards Provisions (HUD 4010 form) -These provisions set forth the federal labor requirements for contactors working on a federally-assisted construction projects in which the prime contract exceeds $2,000. The prime contractor and all subcontractors are required to pay their laborers and mechanics working onsite a wage not less than the highest wage for the work classification specified in both the Federal and State Wage Decisions when the contract amount for the prime contractor exceeds $2,000. The prime contractor is responsible for including these provisions in all subcontracts. 16 Packet Pg.652 RI`Q V-14-23 Carpet and Carpet Installation Federal Prevailing Wage Decision -The Federal Wage Decision contains the federal wage rates for heavy construction projects within the County of San Bernardino. A copy of the decision is included in the bid package and can also be found at http:1Avww.gpo. gov./davisbacon/ca. The wage decision that applies to the project is the one in effect 10 days prior to the bid opening date. Labor and Materials Bond -This payment bond guarantees that employees/subcontractors, and suppliers are paid for services rendered and materials supplied. The Labor & Materials Bond must be at least one hundred percent (100%) of the contract price and must be submitted to the CITY upon award of the contract. Minority and Women-Owned Business Enterprise Participation Form -This form contains data collected by the U.S. Department of Housing and Urban Development and must be completed by the prime contractor and submitted to the CITY prior to the pre-construction meeting. s Performance Bond -This bond guarantees the contractor's performance under the E terms of the construction contract and must be at least one hundred percent (100%) of a the contract price and submitted to the CITY following award of the contract. "Section 3" -This law applies to construction contracts exceeding $100,000, on o projects funded by the U.S. Department of Housing and Urban Development (HUD). To the greatest extent feasible, contractor(s) and subcontractor(s) must attempt to become a Section 3 business. A Section 3 business is one owned by a low-income person, a business of which 30% of the workforce is comprised of low-income individuals, or a business that contracts 25% of its work to Section 3 businesses. N M w N U RS a. 2 m C d E t V a+ Q 17 Packet Pg.653` RFQ r-14-23 Carpet and Carpet Installation PACKAGE INSERT -NOTICE INVITING BIDS COMMUNITY DEVELOPMENT BLOCK GRANT FUNDS: Bidders are advised that this project is funded with Community Development Block Grant Funds. The requirements of the Davis-Bacon Act will apply to this project and i those requirements will be enforced. The prime contractor and al! subcontractors r actors are required to pay their laborers and mechanics employed under this Contract, a wage not less than minimum wage classification, as specified in both the Federal and State Wage Decision when the Contract amount for the Prime Contract exceeds 2 $ 000, T he higher of the two applicable wage pp g classifications, either State Prevailing Wage e or Davis-Bacon Federal Prevailing Wage, will be enforced for all work under this Contract. The prime contractor is responsible for ensuring subcontractor compliance with Davis- Bacon con and related Act Requirements. The Federal Labor Standards Provisions (HUD 4010) apply to this project. L, A copy of the Davis-Bacon Federal Prevailing Wage, the date of which reflects the latest applicable modification at the time of this advertisement, is included in the E, Contract Documents & Specifications. Bidders shall be notified, via Addendum, of modifications, if any, which supercede that included herein, u p until a minimum often (10) days prior to the actual Bid Opening. U_ L 0 BID PACKAGE INSERT -INSTRUCTIONS TO BIDDERS COMMUNITY DEVELOPMENT BLOCK GRANT FUNDS: U Bidders are advised that this project is funded with Community Development Block co Grant Funds. The requirements of the Davis-Bacon Act will apply to this project and M those requirements will be enforced. The prime contractor and all subcontractors are CD required to pay their laborers and mechanics employed under this Contract, a wage not less than minimum wage classification, as specified in both the Federal and State Wage Decision when the Contract amount for the Prime Contract exceeds $2,000, The higher of the two applicable wage classifications, either State Prevailing Wage or 00 Davis-Bacon Prevailing Wage, will be enforced for all work under this Contract. The Prime Contractor is responsible for ensuring Subcontractor compliance with Davis- E Bacon and Related Act Requirements. The Federal Labor Standards Provisions (HUD 4010) apply to this project. A copy of the Davis-Bacon Federal Prevailing Wage, the date of which reflects the latest applicable modification, is included in the Contract Documents & Specifications. Bidders shall be notified, via Addendum, of modifications, if any, which supercede that included herein, up until a minimum often (10) days prior to the actual Bid Opening. 18 Packet Pg. 654 RFQ F-14-23 ® Carpet and Carpet Installation A weekly certified payroll is required during the term of construction. Payment of invoice may be delayed when certified payrolls are not submitted weekly. The CITY shall make progress payments on any properly completed payment request submitted by the Contractor. The payment request shall not be deemed properly completed unless certified payroll form WH 347 has been properly completed and submitted on a weekly basis for each week worked during the time period covered by said payment request. Notice of Requirement For Affirmative Action To Ensure Equal Employment Opportunity -The bidder's attention is called to the "Equal Opportunity Clause and "Standard Federal Equal Employment Specifications" contained in the bid package. Goals and timetables for minority and female participation, expressed in percentage terms for the Contractors aggregate workforce in each trade on all construction work in the covered area, is 19% for minorities and 6.9% for women. INSERT -CONSTRUCTION CONTRACT Federal Labor Standard Provisions (HUD 4010 form) apply to this project and are E attached. LL L 0 a� a ' ci co rn N M N U LL m C d U R Q 19 Packet Pg.655 S.Y.d RFQ F-34-23 Carpet and Carpet Installation REQUIRED DOCUMENTS CHECKLIST REQUIRED PRIOR TO CONTRACTA WARD [x] 1. Bid Package signed by Contractor [ j 2. Signed Partnership Agreement (if applicable) 3. Bid Bond [xj 4. Signed Contractor's Certification of Compliance with Davis-Bacon and Related Act Requirements REQUIRED PRIOR TO PRECONSTRUCTION MEETING to [ j 5. Executed Contract/Purchase Order NOTE: HUD form 4010 must be attached to contract E [ J 6. Bonds (performance! a ment or labor and material� Y a bonds) s U_ [ ] 7. Completed "Minority and Women Owned Business Enterprise Participation" ,o form W CL L [ ] 8. Completed Bidder/Subcontractor's Certification regarding Equal U Employment co N M REQUIRED DURING CONSTRUCTION 9. Weekly Certified Payrolls a 2 'm [ j 10. Statement of Authorization (required if payrolls are certified by someone other than the owner or corporate officer)` [ J 11. Fringe Benefit Statement (required if employee benefits are paid to a a trusbfund)* a [ J 12. Section 3 Report (Applies to contracts of$100,000 or more) *Note: These forms will be discussed by CITY staff at the preconstruction meeting ►' 20 Packet'Pg.656 RFQ F•14-23 Carpet and Carpet Installation CONTRACTOR'S CERTIFICATION OF COMPLIANCE WITH DAVIS-BACON AND RELATED ACTS REQUIREMENTS I, Ali Gorginfar as Prime Contractor for Project: i Hereby make the following certification and acknowledgment with respect to the applicability of Davis-Bacon and Related Acts Requirements: 1) By entering into this Contract, I certify that I acknowledge that the above referenced project is federally funded and I am solely responsible for complying with the Davis- Bacon and Related Acts Requirements; and, 2) The Prime contractor and all subcontractors are required to pay their laborers and mechanics employed under this contract, a wage not less than the highest wage applicable to their work classifications, as specified by the current and applicable Federal Wage Determination. If no Federal work classification appeal's to apply, prime contractor shall make written request to CITY to obtain applicable work classifications and wage rates prior to start of construction. When the same U. classification appears in both the Federal and State wage decisions, the higher wage o must be paid for that classification. The Prime Contractor is responsible for ensuring subcontractor compliance with Davis-Bacon and Related Acts Requirements. a U co w IF THE COMPANY IS A CORPORATION, CORPORATE OFFICERS ARE AS y FOLLOWS: (D a v President: Ali Gorginfar m a� Vice-President: Raheleh Gorginfar s U t0 w+ Secretary/Treasurer: Raheleh Gorginfar a Signature, Prime Contractor: Title(Owner or President): President ' Date: May 14, 2014 21 Packet Pg.657 5.Y.d R1-`Q F-14-23 Carpet and Carpet Installation MINORITY AND WOMEN OWNED BUSINESS ENTERPRISE PARTICIPATION This form is designed to assist the CITY in assessing and reporting the proposition and amounts of contracts and subcontracts awarded to Minority and Women Owned Business Enterprises (WMBE'S) for the project named below. Include information on all subcontractors and suppliers if the total bid amount exceeds $10,000. "Minority owned or controlled" means that 51 % or more of the company's ownership or controlled interest in the company is held by one or more Black Americans, Native Americans (including American Indians, Eskimos, Aleuts, and Native Hawaiians), Hispanic Americans, or Asian/Pacific Americans (including persons whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the United States Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan), or any other group of natural persons identified as minorities in the project specifications by the CITY. L J "Female owned or controlled" means that 51% or more of the company's ownership or ;, controlled interest in the company is held by one or more female persons. PROJECT ti L 0 CD Project Name Project Number M $ Federally funded or assisted? [ ] Yes No N Total Bid Amount [ j d CONTRACTOR o a m Contractor's Name Address E Federal I.D. Number CITY State Zip Code Minority owned/controlled? [ ) Yes [] No Portion of Bid Amount to be If so, what Minority? performed by Contractor Female owned/controlled? [ } Yes [] No 22 Packet Pg.658 RFQ F-1423 Carpet and Carpet Installation SUBCONTRACTORS 1) N/A Subcontractor's Name Address IFederal I.D. Number CITY State Zi p Code Subcontract Bid Amount Minority owned/controlled? ( j Yes [ j No If so, what Minority? Female owned/controlled? [ } Yes ( J No 2) Subcontractor's Name Address -' E a a� Federal I.D. Number CITY State Zip Code U. L $ 0 CL Subcontract Bid Amount Minority owned/controlled? [ } Yes [ ] No If so, what Minority? v Female owned/controlled? [ ] Yes [ j No CO N 3 Subcontractor's Name Address v a. Federal I.D. Number CITY State Zip Code :2 CO w $ E Subcontract Bid Amount Minority owned/controlled? [ J Yes [ J No If so, what Minority? a 4) Female owned/controlled? [ ] Yes [ ] No Subcontractor's Name Address Federal I.D. Number CITY State Zip Code Subcontract Bid Amount Minority owned/controlled? [ } Yes ( ] No If so, what Minority? Female owned/controlled? [ J Yes [ J No 23 Packet;Pg. 659 RFQ 1--14-23 Carpet and Carpet Installation 5) Subcontractor's Name Address Federal I.D. Number CITY State Zip Code Subcontract Bid Amount Minority owned/controlled? [ J Yes [ ) No If so, what Minority? Female owned/controlled? [ ] Yes [ ) No 6) I Subcontractor's Name Address J >_ a Federal I.D. Number CITY State Zip Code a� U- $ o Subcontract Bid Amount Minority owned/controlled? [ J Yes [ ] No If so, what Minority? Female owned/controlled? [ J Yes [ ] No U CO N M r- CD I � U d 2 CO r-� C d s v co Y 24 Packet Pg.660 5.ir.a RFQ F-14-23 Carpet and Carpet Installation CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY Project Name; RFQ F-14-23 Carpet And Carpet Installation INSTRUCTIONS This certification is required pursuant to Executive Order 11246 30 F.R. 12319-25). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions, such bidder shall be required to submit a compliance report within seven calendar days after bid opening. No contract shall he awarded F unless such report is submitted. CERTIFICATION BY BIDDER r_ Bidder's Name G&S Carpet Mills, Inc. o CL Address & Zip Code. 3205 Pomona Blvd. Pomona CA 91768 U 00 CD 1. Bidder has on file an affirmative action program pursuant to Part 60-2 (applies to M non-construction contracts). Yes [ J No �}C] a 2. Bidder has participated in a previous contract or subcontract subject to the Equal m Opportunity Clause. Yes [ J No P(J (if answer is yes, identify the most recent contract.) F s (if answer is no, contractor may be required to submit an EEO-,1 survey or other reports a to the Equal Employment Opportunity Commission, contact the EEOC at 800-669-4000 or inquire online at httallwww.eeoc.gov/eeolsurveV,ndex html. 3. Compliance reports were filed in connection with such contract or subcontract with the Joint Reporting Committee, the Deputy Assistant Secretary or the Equal Employment Opportunity Commission. Yes [ J No [ _J None required !\J 25 Packet Pg.661 f _ RVQ r-I4-23 Carpet and Carpet Installation Certification: The information above is true and complete to the best of my knowledge and belief. Ali Gorginfar, President Name and Title of Signer (Please Type) ___.__ i May 14, 2014 Signature ----- ----- __ _ Date L J E d d L Q L U 00 rn N M G1 f0 a 'm c m E .r Q 26 Packet Pg. 662 5.Y.d NOTE: Notarization of Principal and Surety signatures and Power of Attorney of the Surety shall accompany this form. AGREEMENT CITY OF SAN BERNARDINO THIS AGREEMENT is made and concluded this 14 day of May 2014 between the City of San Bernardino(owner and hereinafter"CITY"), and G&S Carpet Mills, Inc. ( hereinafter "CONTRACTOR"). 1. For and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the CITY, and under the conditions expressed in the bond as deposited with the CITY, receipt of which is hereby acknowledged, the CONTRACTOR agrees with the CITY, at the CONTRACTOR's own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said project in accordance with the conditions and E prices stated in the Bid Documents, the Special Provisions and Conditions and Provisions for Community � Development Block Grant federally-funded projects, in good workmanlike and substantial manner the d U_ L REQUEST FOR QUOTES(RFQ) F-14-23 0 U CARPET AND CARPET INSTALLATION 00 rn ( INCLUDES COMMUNITY DEVELOPMENT BLOCK GRANT FUNDS) U tC in strict conformity with RFQ F-14-23 , and also in accordance with Standard Specifications for Public Works/Construction, latest edition in effect on the first day of the advertised "Notice Inviting Sealed Bids" for this m project, on file in the Office of the City Engineer, Public Works Department, City of San Bernardino, which said d Request for proposal are hereby especially referred to and by such reference made a part hereof. _ 2. Contractor agrees to receive and accept the prices as set forth in the bid schedule as full compensation for furnishing all materials and doing all the work contemplated and embraced in this agreement; also for all toss or damage arising out of the nature of the work aforesaid or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work, and for well and faithfully completing the work and the whole thereof, in the manner and according to the Plans and Special Provisions, and requirements of the Engineer under them. 3. The Contractor herein covenants by and for himself or herself, his or her heirs, executors, administrators, and assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this contract, nor shall the Contractor or any person claiming under or through him or her, establish or permit any such practice or practices of discrimination or segregation with reference to the selection of subcontractors, vendees, or employees in the performance of this contract. Packet Pg. 663 REQUEST FOR QUOTES (RFQ)F-14-23 CARPET AND CARPET INSTALLATION ( INCLUDES COMMUNITY DEVELOPMENT BLOCK GRANT FUNDS ) 4. City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions above set forth; and the same parties for themselves, their heirs, executors, administrators, and assigns, do hereby agree to the full performance of the covenants herein contained. 5. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of said terms of said bid conflicting herewith. , IN WITNESS WHEREOF, the parties of these present have hereunto set their hands the year and date first above written. E CONTRACTOR CITY OF SAN BERNARDINO a� LL NAME OF FIRM; ,0 G&S Carpet Mills, Inc. BY: o ALLEN PARKER, City Manager co BY: Ali Gorginfar City of San Bernardino CD Y TITLE: President a ATTEST: CL MAILING ADDRESS: °0 3205 Pomona Blvd, Ponia«a, CA 91768 GEORGEANN HANNA, City Clerk w Q PHONE NO.: 9L n 468-5600 APPROVED AS TO FORM: ATTEST: Rahe Gorginfar JAMES F. PENMAN, City Attorney Secretary NOTE: Secretary of the Owner should attest, If Contractor is a corporation, Secretary should attest. Packet Pg. 664 5.Y.d ,�►co CERTIFICATE OF LIABILITY INSURANCE 05/`12/2014 PRODUCER THIS CERTIFICATE IS ISSUED AS MATTER OF INFORMATION Tanya Dean, State Farm Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Z S. Pacific Coast- Highway #101 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ,ondo Beach, CA 90277 310-792-5900 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ,,,...,. 1 INSURERS AFFORDING COVERAGE NAIC A INSURED INSURERA:State Farm General Insurance Company 25151 G & S Carpet Mills, Inc. — .___.__�_. _ ---_._...._...__...._........._._._. Y�----.--. 3205 Pomona Blvd INSURER 8: Pomona, CA 91768-3233 INSURER C: INSURER D: _ INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDINC ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OF MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUC1 POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. lNSR ADD`L POLICY EFFECTIVE POLICY EXPIRATION LTR INSRD TYPE OF INSURANCE POLICY NUMBER DATE MMIDDIYY DATE MM""YY LIMITS A GENERALLIABILITY 92-BQ-E175-4 G 07/01/13 07/01/14 EACH OCCURRENCE S 2,000,00 X A D COMMERCIAL GENERAL LIABILITY PREMISES £a occurrence $ CLAIMS MADE r]OCCUR MED EXP LA�ny one arson $ -- -- PERSONAL BADVINJURY $ 2,000,00 GENERAL AGGREGATE $ 9, 000,00 GENL AGGREGATE LI MiTAPPLIESPER' E PRO- PRODUCTS-COMP/OPAGG $ 4,000,00 POLICY JECT LOC A AUTOMOBELE LIABILITY 936-9930--EO6-75 05/06/14 05/06/15 COMBINED SINGLE LIMIT � t ANY AUTO (Ea accident) $ 1r 000,00 U_ ALL OWNED AUTOS BODILY INJURY $ 0- SCHEDULED AUTOS (Per person) CL HIRED AUTOS BODILY INJURY (Per acddenl) p, NON-OWNED AUTOS $ () PROPERTY DAMAGE 00 (Per accident) $ 0) N M GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: � AGG $ L) f4 EXCESSIUMBRELLA LIABILITY 0. I EACH OCCURRENCE $ � j OCCUR F]CLAIMSMADE AGGREGATE $ m DEDUCTIBLE $ RRETENTION $ $ E WORKERS COMPENSATION AND WC STATU• 0TH- EMPLOYERS'LIABILITY _ TORY LIMITS ER V ANY PROPRIETORMARTNERIEXECUTIVE E.L.EACH ACCIDENT $ Q OFFICERIMEMBER EXCLUDED? If yes,describe under EL DISEASE-EA EMPLOYEE $ SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ - OTHER — ` DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS 2008 Ford F 350 SD 1FTWW32R68EA11976, CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIOA DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTE6 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OF REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Tanya Dean ACORD 25(2001110111) The registration notices indicate owners Ip of e mars elr respective owners 7 y 132849 03-13-2007 All rights reserved Packet Pg.665 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER _ The Certificate of Insurance on the reverse side of this form does not constitute a contract between a the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it —' affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. E m m U- L- 0 Y Q. L U w rn N M Y d V a 2 'm c m E U Y Y ACORD 25(2009108) Packet Pg. 666 5 Y.d POLICYHOLDER COPY Sr STATE P.O. BOX 8192, PLEASANTON, CA 94588 FUND ' CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 05-14-2014 GROUP: POLICY NUMBER: 1674845-2013 CERTIFICATE ID: 145 CERTIFICATE EXPIRES: 07-01-2014 07-01-2013/07-01-2014 CITY OF SAN BERNARDINO Sc JOB:RFQ F-14-23 300 N D 5T 555 W. 6TH STREET SAN BERNARDINO 5AN BERNARDINO CA 92418-0001 CA 92410 This is to certify that we have issued a valid Workers` Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated, i i This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. 4 J E We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. N t This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded a) by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document LL with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance 0 afforded by the policy described herein is subject to all the terms, exclusions. and conditions, of such policy. d Authorized Representative President and CEO eo N FOR BID PURPOSES ONLY, IF A BID IS ACCEPTED, A NEW CERTIFICATE MUST BE ISSUED. `? EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. (D Y V ENDORSEMENT #1600 - GHOLAMERZA GORGINFAR P,T RMO - EXCLUDED, ca a ENDORSEMENT #1600 - SOGHRA GORGINFAR VICE PRESIDENT S - EXCLUDED. m ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 07-01-2008 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. E v N .r Q EMPLOYER G & S CARPET MILLS INC SC 3205 POMONA BLVD POMONA CA 91768 IP15,NC) (REV.1-2012) PRINTED 05-14-2014 Packet Pg. 667 FORM aF Bl© BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, G&S Carpet Mills,Inc. as Principal, and Philadelphia Indemnity �^ Insurance Company as Surety, are hereby and firmly bound sarato the City of San Mardini State of California; hereinafter referred to as "Obligee"in the penal sum Often percent 1029� ) of the total amount of the bid of the Principal submitted to the Obligee for the work dea0bed befo% for the payment of which sum we hereby jointly and severally bind ourselves,our heirs, executors,administratom, successors and assigns. `Ten Percent(10%)of the Total Amount Bid Not to Exceed Thirty-One Thousand Two Hundred Forty and 00/100 Dollars.($31,240.00) THE CONDITION OF THIS OBLIGATION IS SUCH, THAT; WHEREAS the Pfincipal h subm+,.fled to Obligee, a cettain Bid, attached hereto and hereby made a part hereof to enter into a contract in wrt#in'g,forthe RFQ F-14.23 Carpet and Carpet Installation �o E (Copy Jtere the i3x801 We dwripfion of w* including loostion as it appears on the proposal) for which bids'are;to be opened on _May 15,2014 {Insert dale of opening) o NOW, THEREFORE, � a a. if aiid Bid hallb`mjacted,or.in the alternate,, � b. If sale Bld4ball bei,aogepted and the Principal shall execu# a contract in the Fqm cs cont�,4t#4�I eneto(PYO aerly�4rriptetod In accordance with said Bid) N and$hall luMisti a riti ft his faithful,efforn3ance of,said contract, and shall in all ath r respects eerfafm the:agreement created'by the acceptance of said laid, then this obli!gabon shall be void, a#Itorwrse, the same shall remain in force and effect; it being expressly a. uride t d and i�90 tt 6t tlt8llal lityoftlre:surety foranyand all.claims hereunder shall, in no event,exceed the penal amount of this�oblotilM as herein stated. m The Surety, far ualus.re(�6nod,hetaby':etipulatas and:agrees that the obligations of laid Surety and its bond shall E be irt.np,way imp it�sd.oe affocted pY? !#y axte str n of tl; :Ilse►villain whreh the Obligft may accept such Bid; and said Surety doo$.hereby waive notice of'arly such.exrension. r Q Signed, this lath,^dwof May 2014 IN WITNESS WHIFI EOF, the frinpipal arl0ho Buren±have hereunto set the r#lands and seals, and such of them as are rc�rpttratipn;3 hayerairsed thefr.GOi to seats t©be hereto affixed and'these presents to be signed by their proper dffcers,the day and:year Arst mentlpned, 90 CdrPQt Mills,Inc, r � Philadelphia phi a Inde«mni 14L11—lance Company' EAL) Sfg198it1ts9 ,f7 nature- °'._ Steven A.Swartz,Attorney-in-Fact Printed Name and Title Pj nted Name and Title Packet Pg.668 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT �$�J(y�/ STATE OF CALIFORNIA County of Orange On May.14,2014 before me, Lone Mandel Nota Public Dale kiere3 1nsart Namo and Titla of the tllCer personally appeared Steven A.Swartz Name(s)of who proved to me on the basis of satisfactory evidence to be the person(S) whose name(s) is/XW subscribed to the within instrument and acknowledged to me that he/sk0kxy executed the same in hisl Vjh4Wauthorized capacity(", and that by his/Migl dKsignature(t)on the instrument the L person(&), or the entity upon behalf of which the person(s) LORIE MANDEL acted, executed the instrument. J CO>ftl.*9914573 lf) Kos o f�� V1 I certify under PENALTY OF PERJURY under the laws of my caw,,t zr.ilea,2P,2qt� the State of California that the foregoing paragraph is true tv and correct. _ m Witness my han and official seat. o Signature Place Notary Seal Above Signature o1 No1ary ubllc '� ���" 41 Q. L OPTIONAL Though the information below is not required by law, it may prove valuable to parsons relying on the document a) and could prevent fraudulent removal and reattachment of this form to another document, M Description of Attached Document Title or Type of Document:Bid Bond coa Document Date:Ma 14 2014 Number of Pages: m Signer(s)Other Than Named Above:None E Capacity(ies)Claimed by Signer(s) Q Signer's Name:Steven A.Swartz Signer's Name: ❑ individual ❑ Individual ❑ Corporate Officer--Title(s): ❑ Corporate Officer—Title(s): ❑ Partner—❑Limited❑General ❑ Partner—❑Limited❑General 13 Attorney in Fact Y ❑ Attorney in Fact ❑ Trustee ' ❑ Trustee + ❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here ❑ Other: ❑ Other: Signer is Representing: Signer Is Representing: Philadelphia Indemnity Insurance Company A 2007 Nalwal Notary A6"cia6on•9350 De Solo Ave„P.D.Box 2402•Chatwworth,CA 81313-2402•www,NationalNotary.org Itom V5907 Roordar.CaH TWbFree 1.8w--07tr68 Packet Pg.669 '" AN NO ..... . L L �r CD L 4./ 00 CD N M d ' U R a 2 Co c E Q Packet Pg. 670 S.Y.d REFERENCES PROJECT: -- – _ BIDDER NAME: G&S CARPET MILLS, INC. _ u NOTE: Provide a brief description of the project and the role of your company for each client listed. Identify, by name, your project manager who worked on this project and who will be assigned to the CSUSB project. Client:_ Cal State San Bernardino Address: Arrowhead Village-Building Telephone No: -7 1 Cont ouie A varado Date Project Started; u Y pate leted: u 2�t__. _ le_- g Contract Dollar Value: ,4K 1 1� Description: Carpet, LVT, Wall-Base Replacement at student housing cc E m t U_ 0 Client: Cal State East Ba d 0. Address: 25800 Carlos Bee Blvd, Hayward, California 94542 v Telephone No: 510-885-4259 Contact Name: Chuck Copus, AlA Date Project Started: Aug 12, 2013 Date Project Completed: Aug 27, 2013 co Contract Dollar Value: $185,780.00 Description: Carpet,Wall-Base Replacement at student housing — d Y V l4 a 'm c a� E U M Q Client: onterey irport Address: 200 Bred Kane Dr Montere , CA 93940 Telephone No: 931-648-7000 ext. 219 Contact Name: -Chris Morello Date Project Started: May 27, 2012 Date Project Co_m_ p_ leted. July 13, 2012 Contract Dollar Value: $238,300.00 Description: Carpet, Wall-Base Replacement at the airport­_ Packet Pg.671