Loading...
HomeMy WebLinkAbout28-Public Services ORIGINAL CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Ken Fischer, Director Subject: Approve a resolution authorizing the execution of an Dept: Public Services agreement with Zumar Industries, Inc., for the purchase of traffic signs for Date: September 8, 2006 repair, removal, removal and replacement of damaged signs, faded signs, vandalized signs, and new installation of signs located throughout the City of San Bernardino. Meeting Date: October 16, 2006 Synopsis of Previous Council Action: Recommended Motion: Adopt Resolution _ '-Signature Contact person: Randy Kuettle, Deputy Phone: 5140 Director/Street Superintendent Supporting data attached: Staff Report, Bids Ward: All Resolution FUNDING REQUIREMENTS: Amount: $86,897.00 Source: FY 2006-07 Account No. 001-408-5111 Sign Maintenance Program 1 /� "� Finance: Council Notes: kesb, )-a0��3 r 0 Agenda Item No. 4 CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report SUBJECT: A resolution authorizing the execution of an agreement with Zumar Industries, Inc for the purchase of Traffic Signs for repair, removal and replacement of damaged signs, faded signs, vandalized signs, and new installation of signs located throughout the City of San Bernardino. BACKGROUND: The Public Services Department contacted 11 companies, including 5 local companies seeking quotes to support the Sign Maintenance Program. The sign program is designed to maintain all the traffic signs throughout the City. Staff manufactures a small portion of the signs and an outside vendor supplies the majority of all other signs located throughout the City. We received 5 responses to our request. The companies which participated, their business location and the quote provided is detailed below. VENDOR LOCATION QUOTE Zumar Industries, Inc. Santa Fe Springs $ 86,897.00 Hi-Way Safety, Inc. Escondido $113,065.00 Main Street Signs Ontario $113,900.00 Designs by Dora San Bernardino $198,250.00 A-1 Instant Signs San Bernardino $274,000.00 Staff recommends that that the City enters into an agreement with Zumar Industries, Inc. in the amount of$86,897.00 to purchase the necessary signs and materials for the maintenance of the traffic sign system. The sign system is the critical link for the control of vehicular traffic and enforcing of all the traffic laws. The maintenance program is essential to keep the traffic sign system in working order. FINANCIAL IMPACT: $86,897.00 for this purchase are budgeted in the Street Division FY 2006-2007 operating budget, Account No. 001-408-5111. RECOMMENDATION: Adopt resolution. 1 OPY RESOLUTION NO. 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF 3 SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT WITH 4 ZUMAR INDUSTRIES, INC. FOR THE PURCHASE OF TRAFFIC SIGNS FOR REPAIR, REMOVAL AND REPLACEMENT OF DAMAGED SIGNS, FADED SIGNS, 5 VANDALIZED SIGNS, AND NEW INSTALLATION OF SIGNS LOCATED THROUGHOUT THE CITY OF SAN BERNARDINO. 6 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY 7 OF SAN BERNARDINO AS FOLLOWS: 8 SECTION 1. That Zumar Industries, Inc. submitted the lowest quote for the 9 purchase of Traffic Signs for repair, removal and replacement of damaged signs, 10 11 faded signs, vandalized signs and new installation of signs located throughout the City 12 of San Bernardino in the total amount of $86,897.00. Pursuant to this determination 13 the Purchasing Manager is hereby authorized to enter into an agreement with Zumar 14 Industries, Inc. in the amount of $86,897.00. 15 SECTION 2. The Agreement shall reference this Resolution No.2006- 16 and shall read, "Zumar Industries, Inc. for traffic sign materials. Agreement not to 17 18 exceed $86,897.00" and shall incorporate the terms and conditions of the agreement. 19 SECTION 3. The authorization to execute the above-referenced Agreement is 20 rescinded if not issued within sixty (60) days of the passage of this resolution. 21 111 22 111 23 111 24 f1/ 25 llf 26 27 28 October 9, 2006 I RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY 2 OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT WITH ZUMAR INDUSTRIES, INC. FOR THE PURCHASE OF TRAFFIC SIGNS FOR 3 REPAIR, REMOVAL AND REPLACEMENT OF DAMAGED SIGNS, FADED SIGNS, VANDALIZED SIGNS, AND NEW INSTALLATION OF SIGNS LOCATED 4 THROUGHOUT THE CITY OF SAN BERNARDINO. 5 6 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor I 7 and Common Council of the City of San Bernardino at a meeting thereof, held 8 on the day of , 2006, by the following vote, to wit: 9 Council Members: AYES NAYS ABSTAIN ABSENT 10 ESTRADA 11 BAXTER 12 VACANT 13 DERRY 14 KELLEY 15 JOHNSON MCCAMMACK 16 17 Rachel G. Clark, City Clerk 18 19 The foregoing resolution is hereby approved this day of , 2006. 20 21 Patrick J. Morris, Mayor 22 City of San Bernardino 23 Approved as to form: 24 James F. Penman, City Attorney 25 26 , z 27 28 1 2 VENDOR SERVICE AGREEMENT 3 This Vendor Service Agreement is entered into this_16th_day of_October 2006, by 4 and between Zumar Industries ("VENDOR") and the City of San Bernardino ("CITY" or "San 5 Bernardino"). 6 WITNESSETH: 7 WHEREAS, the Mayor and Common Council has determined that it is advantageous and in the best 8 interest of the CITY to acquire sign materials and related items; and 9 WHEREAS, the City of San Bernardino did solicit and accept proposals from a number of 10 vendors of such sign materials. 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 VENDOR 14 to provide those products and services as set forth in Exhibit "A", Technical Specification No. SB 15 41-06, dated August 9, 2006, attached hereto and incorporated herein by this reference. 16 2. COMPENSATION AND EXPENSES. 17 a. For the services delineated above, the CITY, upon presentation of an invoice, shall 18 pay the VENDOR the amount of $86,897.00 for providing sign materials as 19 described in Exhibit A. 20 b. No other expenditures made by VENDOR shall be reimbursed by CITY, 21 3. TERM; SEVERABILITY. 22 The term of this Agreement shall be for a period of one-year (s). 23 This Agreement may be terminated at any time by thirty (30) days written notice by either 24 party. The terms of this Agreement shall remain in force unless mutually amended. The duration 25 of this Agreement may be extended with the written consent of both parties. 26 4. INDEMNITY. 27 1 I CITY agrees to indemnify and hold harmless VENDOR, its officers, agents and volunteers 2 from any and all claims, actions, or losses, damages and/or liability resulting from CITY's negligent 3 acts or omissions arising from the CITY's performance of its obligations under the Agreement. 4 VENDOR agrees to indemnify and hold harmless the CITY, its officers, agents, and 5 volunteers from any and all claims, actions, or losses, damages and/or liability resulting from 6 VENDOR's negligent acts or omissions arising from the VENDOR's performance of its obligations 7 under the Agreement. 8 In the event the CITY and/or the VENDOR is found to be comparatively at fault for any 9 claim, action, loss, or damage which results from their respective obligations under the Agreement, 10 the CITY and/or VENDOR shall indemnify the other to the extent of its comparative fault. 11 5. INSURANCE. 12 While not restricting or limiting the forgoing, during the term of this Agreement, VENDOR 13 shall maintain in effect policies of comprehensive public, general and automobile liability insurance, 14 in the amount of $1,000,000.00 combined single limit, and statutory worker's compensation 15 coverage, and shall file copies of said policies with the CITY's Risk Manager prior to undertaking 16 any work under this Agreement. CITY shall be set forth as an additional named insured in each 17 policy of insurance provided hereunder. The Certificate of Insurance furnished to the CITY shall 18 require the insurer to notify CITY of any change or termination in the policy. 19 6. NON-DISCRIMINATION. 20 In the performance of this Agreement and in the hiring and recruitment of employees, 21 VENDOR shall not discriminate on the basis of race, creed, color, religion, sek, physical handicap, 22 ethnic background or country of origin. 23 7. INDEPENDENT CONTRACTOR. 24 VENDOR shall perform work tasks provided by this Agreement, but for all intents and 25 purposes VENDOR shall be an independent contractor and not an agent or employee of the CITY. 26 VENDOR shall secure, at its expense, and be responsible for any and all payment of Income Tax, 27 2 i I Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other 2 payroll deductions for VENDOR and its officers, agents, and employees, and all business licenses, 3 if any are required, in connection with the services to be performed hereunder. 4 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. 5 VENDOR warrants that it possesses or shall obtain, and maintain a business registration 6 certificate pursuant to Chapter 5 of the Municipal Code, and any other licenses, permits, 7 qualifications, insurance and approval of whatever nature that are legally required of VENDOR to 8 practice its business or profession. 9 9. NOTICES. 10 Any notice to be given pursuant to this Agreement shall be deposited with the United States 11 Postal Service, postage prepaid and addressed as follows: 12 TO THE CITY: Public Services Director 300 North "D" Street 13 San Bernardino, CA 92418 14 Telephone: (909) 384-5140 15 TO THE VENDOR: Zumar Industries 9719 Santa Fe Springs Road 16 Santa Fe Springs, CA 90670 Attention: Eric Gustafson 17 18 10. ATTORNEYS' FEES 19 In the event that litigation is brought by any party in connection with this Agreement, the 20 prevailing party shall be entitled to recover from the opposing party all costs and expenses, including 21 reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or 22 remedies hereunder or the enforcement of any of the terms, conditions or provisions hereof. The 23 costs, salary and expenses of the City Attorney and members of his office in enforcing this 24 Agreement on behalf of the CITY shall be considered as "attorneys' fees" for the purposes of this 25 paragraph. 26 11. ASSIGNMENT. w 27 3 I VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or encumber 2 all or any part of the VENDOR's interest in this Agreement without CITY's prior written consent. 3 Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute 4 a breach of this Agreement and cause for the termination of this Agreement. Regardless of CITY's 5 consent, no subletting or assignment shall release VENDOR of VENDOR's obligation to perform 6 all other obligations to be performed by VENDOR hereunder for the term of this Agreement. 7 12. VENUE. 8 The parties hereto agree that all actions or proceedings arising in connection with this 9 Agreement shall be tried and litigated either in the State courts located in the County of San 10 Bernardino, State of California or the U.S. District Court for the Central District of California, 11 Riverside Division. The aforementioned choice of venue is intended by the parties to be the 12 mandatory and not permissive in nature. 13 13. GOVERNING LAW. 14 The laws of the State of California shall govern this Agreement. 15 14. SUCCESSORS AND ASSIGNS. 16 This Agreement shall be binding on and inure to the benefit of the parties to this Agreement 17 and their respective heirs, representatives, successors, and assigns. 18 15. HEADINGS. 19 The subject headings of the sections of this Agreement are included for the purposes of 20 convenience only and shall not affect the construction or the interpretation of any of its provisions. 21 16. ENTIRE AGREEMENT; MODIFICATION. 22 This Agreement constitutes the entire agreement and the understanding between the parties, 23 and supercedes any prior agreements and understandings relating to the subject manner of this 24 Agreement. This Agreement may be modified or amended only by a written instrument executed by 25 26 27 4 I all parties to this Agreement. 2 // 3 4 5 6 7 8 IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and 9 date set forth below. Dated: 200 , VENDOR. 11 By: .i - 12 Its: Jftw- 13 14 Dated '61q , 2000 CITY OF SAN BERNARDINO 15 16 By: Patrick J. Morris, Mayor 17 18 Approved as to Form: 19 JAMES F. PENMAN, 20 City Attorney 21 (L'2 By. 2 Jam s Penman, City Attorney 23 24 25 26 27 5 EXHIBIT A Page* of City of San Bernardino TECHNICAL SPECIFICATIONS BID SPECIFICATION NO. SB #1-06 TRAFFIC SIGNS NOTICE: "SPECIAL INSTRUCTIONS TO THE BIDDER" Requirements: 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 and the cost of each item. Description: The City of San Bernardino Public Services Department is taking bids for Manufactured traffic signs and sign faces. The contract term will be a one Year contract with the ability to renew up to four years. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID CATEGORY I ACCEPTABLE/AS SPECIFIED 1. SCOPE A. All sheeting's must be match components for each sign made. B. Delivery charges are included with every sign order and should be reflected in each line item bid. C. All signs and sign faces ordered will have 1160 premium graffiti overlay. D. All pricing is guaranteed for one year from date of award of contract. E. Supplier will supply Public Services Department with signs and supplies during the ensuing fiscal year(s) and have them available to the Department within (l 0) working days. F. The price quote shall be for the fiscal year 2006- 2007. ZUMAR INDUSTRIES, INC 9719 SANTA FE SPRINGS RD. SANTA FE SPRINGS CA 90r-,7- Bid Spec. # F-OI-** I Page* of G. All quotes shall be on form provided furnished by Public Services Department. H. All signs must have date and manufacture screen printed in right hand corner in 1/4" inch letters. I. Default: The City of San Bernardino by written notice of default to the contractor, may terminate the whole or any part of this contract in any one of the following circumstances: A. If the contractor fails to npake delivery of the supplies or signs specified in this contract. B. If contractor fails to perform any of the provisions of this contract, and fails to remedy the situation within a period of ten (10) days after receipt of notice. J. In the event the City-of San Bernardino terminates this contract in whole or part,the City may procure supplies or services similar to those terminated, and contractor shall be liable to the City for and excess cost for such similar supplies, signs, or services. K. All aluminum blanks shall be 50521138 alloy. Materials Specifications Discription— Sheeting Unit Price Total Price 1. Diamond Grade type 9 Florescent colors 1,000 Sq. Ft. 5- 2. Diamond Grade type 9 standard colors 3,000Sq. Ft. ��. `� / �c7K ec- 3. High Intensity Grade type 4 prismatic 3,000 Sq. Ft. / �'�c� �'�' 4. Engineer grade type I 3,000 Sq. Ft. 02 71 (-;,^-i i Aluminim Blanks 5052H38 Alov Fr L Aluminum .125 3,000 Sq. Ft. Z_� �i acs 2. Aluminum 0.80 4,500 Sq. ft. 3. Aluminum 0.63 2,000 Sq. Ft. •� =? JCS �� 4. Extruded Blade 6" X 24" 600 Ln.. Ft. 5. Extruded Blade 6" X 30 " 600 Ln. Ft . S, P 719 SANTA FE SPRINGS RD. Bid Spec. #F-01-** Page* of 6. Extruded Blade 6" X 36" 600 Ln. Ft. ). 53 1.3-1 y.uo 7. Extruded Blade 6" X 42" 600 Lq. Ft. 1,S"3ce•Do 8. Extruded Blade 6" X 48" 600 Lq. Ft. Please fill in all right hand columns and sim bid sheet Mail to: City of San Bernardino ATTN: Randy Kuettle 234 S. Mountain View Avenue San Bernardino, CA 92408 Please have bids in by Au ust 10. 2006 by 3:00 p.m. Signed ��L `� Date (Name & Title bf Person Prepared the Bill) Signed --_� Date (Owner of Business or Designee) ZUMAR INDUSTRIES, INC 9719 SANTA. FE SPRINGS RD. Bid Spec. # F-01-** i Page • of City of San Bernardino TECHNICAL,SPECIFICATIONS BID SPECIFICATION NO. SB #1-06 TRAFFIC SIGNS NOTICE: "SPECIAL INSTRUCTIONS TO THE BIDDER" Requirements: 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 and the cost of each item. Description: The City of San Bernardino Public Services Department is taking bids for Manufactured traffic signs and sign faces. The contract term will be a one Year contract with the ability to renew up to four years. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID CATEGORY I ACCEPTABLE/AS SPECIFIED 1. SCOPE A. All sheeting's must be match components for each sign made. B. Delivery charges are included with every sign order and should be reflected in each line item bid. / C. All signs and sign faces ordered will have graffiti overlay. D. All pricing is guaranteed for one year from date of ✓ award of contract. E. Supplier will supply Public Services Department with signs and supplies during the ensuing fiscal year(s) ✓ and have them available to the Department within (10) working days. / F. The price quote shall be for the fiscal year 2006- ✓ 2007. Page • of G. All quotes shall be on form provided furnished by Public Services Department. H. All signs must have date and manufacture screen printed in right hand comer in 1/." inch letters. I. Default: The City of San Bernardino by written notice of default to the contractor, may terminate the whole or any part of this contract in any one of the following circumstances: A. If the contractor fails to make delivery of the supplies or signs specified in this contract. B. If contractor fails to perform any of the provisions of this contract, and fails to remedy the situation within a period of (10) days after receipt of notice. J. In the event the City of San Bernardino terminates this contract in whole or part,the City may procure supplies or services similar to those terminated, and contractor shall be liable to the City for and excess cost for such similar supplies, signs, or services. K. All aluminum blanks shall be 50521438 alloy. Materials Specifications Discription— Sheeting Unit Price Total Price fi o 1. Diamond Grade type 9 Florescent colors 1,000 Sq. Ft. C;, �:� � 6,� 2. Diamond Grade type 9 standard colors 3,000Sq. Ft. .>, s3 Z° 3. High Intensity Grade type 4 prismatic 3,000 Sq. Ft. ,r, ,3LL 00 Y ��4. Engineer grade type I 3,000 Sq. Ft. 3� 54.f"j Z `it Alnminim Blanks 50521438 Aloy L Aluminum .125 3,000 Sq. Ft. X00 2. Aluminum 0.80 4,500 Sq. ft. S� 3. Aluminum 0.63 2,000 Sq. Ft. :t0- Ypb 4. Extruded Blade 6" X 24" 600 Ln.. Ft. /V fi Sfi1GE�Fi.v� � � r 5. Extruded Blade 6" X 30 " 600 Ln- Ft #�,'s� ��� -2- Bid Spec. 9 F-01-** .w� I Page•of 6. Extruded Blade 6"X 36" 600 Ln. Ft. ' s� � Z�j 3 6 ;/L �.�<< �y 66 7. Extruded Blade 6"X 42" 600 Lq. Ft. 8. Extruded Blade 6"X 48" 600 Lq. Ft. ,'� Please fill in all right hand columns and sign bid sheet Mail to: /O 7A- �-,�1 3� (O S• �� City of San Bernardino ATTN: Randy Kuettle 234 S. Mountain View Avenue ZSanBe o, CA 08 in by August 10. 2006 by 3:00 p.m. Date itle of Person Prepared the Bill) Signed 2 Date (Owner of Business or Designee) LA.S8.RIV,ORG.VEN SAN DIEGO OFFIC ;9702 911781 HI-WAY SAFETY, INC. (76017F X225 870-1750 1760)745-209 Moo)228-1701 SALES - RENTALS FAX X909)627-0999 MANUFACTURER Bob Smith Product Support — 13310 5th street, Chino, California 91710 520 W. Grand Avenue. Escondido. California 92025 Sid Spec. # F-01-** MAIN STREET 1211 ti's'. BROOKS ST SIGNS ONTARTO, Gk 91762 e Fax A'TTN: 7 ' '1 L 1 �1� RE: FRO' '[: NUMBER OF PAGES INCLUDING THIS ON.[: URGENT FOR R.EVZM PLEASE. RLPLY i (909) 391-095$ F.,kX (909)391.4)249 96!141�0�J5 i�'_2 3?436�g �i ;r'FI P r Q pap • of C3. All quotes sbaU be on form provided furaiahed ln, Public Services UePgrtvwm. H. .All siJ;tts must hsvc Mate and manufacture scrxn � primed in right band comer iu '/-" inch letters. I. Default: 7lie City of San Bcriierdino by written i notice of default to the contractor, tray tmuintate the whole or any part of t.hak conuxct in any one of the fi,llowving Circutusmtmes: A. if the corktractor fails to r make del lvery of the supplies or signs specified in tri.,: contract. B. If contrwtot fills to perfartn any of the provisions o,,'thrs contract,aM Bits to remedy the situation m ithin a 1wrioa of ten i 10) days after receipt of notice. J. In the event r.he City of San Berz+ardino tertninat.es this contract in xvhule or prat,the City tray procure f supplies or services similar to tbose terms toii., + . wntractor shall be liable to the City fi3r and mess cost for Stich similar supplies, signs, or services. K. All aluminum blanks shaU be �052N38 alloy. iye is S IV ci& 'o i D-i5Cbm on- sheeting Urut r�c� Tot _} y � c 1. oianxmd Orade t;Tc `4 Horescerti ctt ors 1,000 Sq. Ft. 2. Diamridi Grade type 9 standard aalors 3 r3 S . Ft t. Hier Intensity Grade type 4 prigmatie 3,W) Sq. Ft. -- c' _----- 4. Enp-iom, grade type I 3,(1)O Sq. fit - S. l J 60A}'rerrtium Arai Waf{iti overlay 10,000 sq- ft. � `� !� mx o`� Qlu�sinii Hiank�,S052H38 Alga ^ I. Aluminum.125 3,000 Sq. rt. 1 :!. Aluniituum 0.80 4,500 Sa. ft. 3. Aluminum O.t)3 2,000 Sq. Ft 4. Extraded Blade 6"•X 74" 600 La. Ft. 6. r-xrradrd II!ajt X 30" 6o19 l.^ F L i �. rF�.s fJ=1 @g/;4� 0�c 6_ 1?c°2 3r4E0S9 T :rFICE Fage ' of' 17. ExuWcd Made 6"X 36"600 UL Ft. 8. Extruded Blade 6"X 42"600 Lq. 'Ft. i ��`� z y O 9. ExttWcd Blade 6"X 48" 600 Lq. Ft. Elate-A1148 ail Fi36t City of San Bernardino AIIN: Randy KUCUlc 234 S.Mountain View Avenue San Aernardlno, CA 92408 PWISe.bevaida in by Auj�aamt 110.2006 by 3:00 p.m. / E1atc 6•, Signed -- -�~----' (Nam:&Title of Pcrson Prepared the Bill) Weis Signed -- (Owmr of Business or Designee) Bid Spur N F•01••" 08/30.'200 0:':49 75034898c•3 DESIGNS BY DORA PAGE 01 08:'i 3,'?©0o F'3: 31 3835b59 S` OFFICE P -.-Z 02 Psa�•ai• City of San Bernardino TECHMCAL SPECIFICATIONS BID SPECIFICATION NO. SB MI-06 TRAFFIC SIGNS N_411U: "SPECIAL INSTRUCTIONS TO THE BIDDER" Requirements. Bidder shall complete right-b" cohmn indicat4 brief rmwtunr, for exceptions to requirements when not acceptable. Saute "Aviceptable" if xequimmernr are agreeable as set tooth in Nit-U l column and the coat of each item. Dt�CT�i0rl; 11c City of Saa Bernardino Public Scrvieaw Depsr nwra is talcityg bids for Manufactured traffic siF4 and sign faces. T"m oorttra;t term will be a orx Year oontw with the ability to renew vp to four years U LLTRE TQ Q2MULIF M111 HAND CUUMN ALL INY IDAIL CATEGORY 1 ACCBPI'AXLE i AS SPECIFIED i A. All sheeting's ntust br mmcb compomms for each sign mado. "' 7&` G f B. Deb-*cry chaises am bicluded with every sign order and should br reflectod ua each litu itrm bid. A �,r— C. All sigm and sign faces ordered will have graffiti R oE0 G-GP-5 And overlay. D. All pricing ix guarameed for anc year from date of � �,�P(JK f—Q 3� �� f'P D• : 4 award of coixtrwi, -*a.CC t,TPbu-r E. SumUer will supply Public Ser Aces L4-pwT=r t with signs anti supplies d'wff*the ensuing fiwAl ycar(s) ft GLEPT t1 lcLC and hlRye them availabk to the Derartmat within (10) working days. i E. Tle price quote shalt be tar tic fxwal year 200& .�- ACCefTA15Le R,d tpe� a �-Oi••' @8/30/2006 33:49 7609499669 LES:GNS BY DGRA FADE 02 Ob/c_{ _k7b7 dd:j! 3144766-1 M 5' 1j-�.(:L PA�� tl Page• of• G. All quiot" shall be on form provided ttlrndched by i CCcq Public Services fkpWmcnt. H. AU signs must have datt and txaaoufiwture ecTWn printed in right hwW corner in'Ai- inch letters. 1. Deft-A. The City of San Bernardino by VaIttcn amice of defauk to the contractor, tray urrnunste the whole or any part of this contract in any one of the following ctrcumstances: A. if the contractor W13 to make dclivcr of the supplies or suns si=ified in this contract. B. If contractor bits to perfvrm any of the provisions of this contract. and fails to remody the situation within a period of tan 00)days after receipt of notice. J. In the event the City,of Sun Bernardino t=minatcs this contracx in whole or put.the City twy procure P�CC Tp� st"lies or aeniees simfier to tbose terminated, anti wntractor shall be liable to the City for sad exc;c" oust for sucb simdw suppbm signs,or scrvicee. K. Atl aluuninum blanks sWl be 5052N38 alloy. !Materials S roc ifirss inria 1 ing 1. Diamond Grade type 9 Fkne m colon 1.G00 Sq. Ft. ( _ 1 2L FjC L 2, Diamond Grade type 9 standard colors 3,00OSq. ft. I �`� 3. Nigh Tnteasity Grade type 4 prismatic 3,000 Sq. Ft. 4. Fmgit;w gr de type 1 3.000 Sq. Ft. 5 L 1160A Premium Anti graffiti overlap 10,000 sq ft y� yJ�, 2CO Ahir=itnAlank• 5052k13R Aiy - - 1, Alu=urn.t 25 3,OW S.,. 1•t. 1 ^ 52 22 2. Aluminum 0.80 4.500 Sq. R 3. Ahuninum 0.63 2,40G Sq. Ft. Extruded$lrcle e X 24 600(.n.. Ft. i •',c� _. .o0o 6. Extruded Blade 6" X 30" 600 Ln. Ft i r coo 0+d Spac. 0 F-01-04 08/30/200, 0'-: 49 7EO9499 059 DESIGNS M' DOR' PAGE 03 •JO/L: i Cfvv •.ts: p,► �C��U�� � .�' '•mac. �"•x �- r pwooro 7. ExMkied Bim&6" x 36"600 La FT, ^, . _� b�c I. Extra gwe 6° x 42"goo Lq. Fi. 9. Exbuded Aisdc 6"X 40"600 L.q. Fl. l L �' OD Cite of San Bwnuudino ATTN: Randy KuMle 234 S. Mouaaia.View Avamw Sir.8ermudino, CA 92408 Flom ban We Is by Avl.se 10.21106 by 3so6 p.m. Signed (TJ,'57A u() .. {1 y'�s-� Dstel "�OX-)G (Nam it Tide of Person Prepaid dw Bari ;(htw of businon or ) 8d�pcc a P-4t••• 4-1 $111.8 +1 X109; 'b4-;0'_•S :AGE: 00_ OF OFA QUALITY QUANTITY QUICKLY IIVS TA/V T A-1 Signs S 478 W. Base Line St. San Bernardino, CA 92410 U N € S To: City of San Bernardino.Randy Fax number: —1(909) 384-5059 From: Robert Mitchell Fax number: 909-889-8174 Business phone: 909-888-2845 Date &Time: 8,'31/4'006 3:14:58 PM Pages: 4 Re: Bid Response for SBO 1-06 We appreciate the opportunity tc meet your signage needs. TANX.Rob a _i;:_ •_l. _.".4 ?M FSCN: Al .. Saul.:; -1 14041 s4 City of San Bernardino TECHNICAL SPE!g1F&,6] IONS BID SPECIFICA'FION NO.,S j#1 TRAFFIC SIGNS (d:: SAL INS & CIIQ v5-'MAIM ltequirrcrtrnts: 13Kkia shall complete right-NuvJ colum indicating brief reaoning fix exceptions w rcquirewc is when m" acvcptabk. State "AA:eeptabk" if ruquoumms are grtabk as set fuath in lcfk4 End ookurtn as*3 the ag of each item. tk-scrilxion. The City of San Bernardino Public Serviccs Department is mkinyt bids for Manufactured traffic signs and sign faces. The contrw term will be a one Year wwruct with the ahilety to renew up to Ibw yearn FAILURE TO COMPLE'I'1!. RIGNT HAND COLUMN WR L INVALIDATE Rtn CATIfiGORY 1 ACCf r1,taLE r AS tiFC[f7Ep All&heming's mist be tt cemtp)nrnu for cwh F C made. 13. Delivery chargos are included with ever} sign under ACCEPTABLE and should be reflected in each lime item bid- _ C. Al &ignsaW ugn faccsAitdcmd wal have granut � ACCEPTABLE uv+arlpY, ! D. Alf priciag ie guarantaai for one year from dun of awsrd ofconawt. ACCEPTABLE E Supplier Kill supply Public Semim Deparunm with I signs mW supplies during the ensuing frs..al )carts) ; ACCEPTABLE acrd have them available to dw Dcpts mwm within C I U) work*dayL.. F. I'hc prim quutc shaU br for the tiscal year laid- i N*7. CAC C E P TA B L E 8iaSp" 4 '•0I-°� 1 :1 iF1 F-IC-4: LL -: =s.n.y 9G7ii ,y4-:i5y i'ia2F.: „ :4 Page*'Oro G. Au quotes A"be on form prw idad furnished by A Public Senvoes Depwnic-M- H. All signs amps have date and mtrwufaeeum screen A priatcd in right hind corner in ',:"inch letters. f. Dcfauh: The City of San Bernardino tn. written notice of default to the corttrwtor. may terminate the ACCEPTABLE whoir or any part of this coat=( in any one of the iufiawin* circuanUmes: A. If the contracwr fails to make delivery of the u4vties or !j" specified in Ox. contract: B- if caroxscsor fails to per6orm any of the pmmiskm of this exxrtract arts# fails to rmwdy the situation within a perW of teal i 10)drys Afiar roecipt of notice. I. to the event the City ot'San Bernardino unvt wtes this contract in whole or part, the City easy procure ACCEPTABLE supplies or services sirn;lar to thawe imuiratcd, and cottnvor shat!be Gable to the City for and excess we br wch Imlar suppties,sign or strrices. IL All alusnin=N"-s strati be 5055I118 alloy. ACCEPTABLE �f1ss�S�.iGc�w� t. DWwad Grade type 9 Fiorescxur covers 1,000 Sq. fiL 20.aQ 20,000.00 2. Diamo�iiradc type 9 a �covers 3,t)OOSq. R 19.00 54,000.00 F-1 3. High Intensity Grade type 4 prismatic 3,000 Sq. Ft. 7.50 22,500.00 4. Enginim grade type I 3,000 Sq, Ft. 4.50 13,500.00 S. t 160A Pmmium Arai gtraff>tti overlay 10.000 sq. ft. 7.00 70,000.00 Alttnrioim Bfadts 3052H31 I. Aluminum.125 3.000 Sq. Ft. 9.oo _ 27,000. 2. Aluminum 0.80 4,500 Sq, ft. 127,000.00 3- Ahuninum 0.63 2,WO 5. Ft. 110,000.00_ 4. k=dcd Bbbik 6"x 24"600 l.&. Ft. 17,200.00 6 FAuudcd Bb&6" X 30`6110 L n, Ft r6,600.0 0 Bid*x OF-01-O' • liZ:jt� 'i:'i< -:�t i7�li: 41 ._. - n'. �1I r'.: -'J: +1 :9,1".41 .:.F 6:4 Plot•of• 1. F%wudod e6k 6"x 36"boa l.m t`t. 10.00 6,000.00 8. kxvvded Bbdc 6"X 42"6W L+ Ft. ; 9.00 5,400.00 9. Exut " Biedc 6"X 49"600 t q. Ft. 8.DO ,800.00 bm as Is is rwul{t bmrd."kMM gnd vita bid Ml ��'��`L: ?�, C'K`' Ci oFSon Benwdino AM. Randy Kucttk 234 S. Mountain View Awrmw San Bernardino, CA 92408 Pk*"have bide in by AM=ist 16.1006 by 3.00 p.m. Sigr1cl-L ' ' __ Datc 8131/0fi (Name dt TkIc ofPason Prepared the Bill) si�nod , U„e 8/31106 __j (Owner of now=or Lxmgnftj a� eye sP« r �.�,.•• T7 z U Y W � Q U _ . O O w U - - acvom N a 00 i c. � N � oo N rn k v Q c V V o v w ao co o0 0o x Q Q N �O T a c O C. a r- n O m a �O V .O N a o0 ao oC JG OC C � rTi a a a cJ O `l N �^ N C N a N a a a a a [y, LW W u r Q Q Q Q Q Q Q Q Q Q Q E Q U U U U U U U U U U U U Q C I � N _ oT; cvv N F _ c c c ` E^ _ v G f tO In "n 7 cn s v7 u CE c v ? . n LZ :S 0: 07 `.°. k. U Lv a 330 � _ p � 3N � G a c> ^ 3 o L a 'MM C � z tj �a t c � •" z N Q W ,� I Q CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Ken Fischer, Director Subject: Approve a resolution authorizing the execution of a purchase Dept: Public Services order to Zumar Industries, Inc., for the purchase of traffic signs for repair, Date: September 8, 2006 removal, removal and replacement of damaged signs, faded signs, vandalized signs, and new installation of signs located throughout the City of San Bernardino. Meeting Date: October 2, 2006 Synopsis of Previous Council Action: Recommended Motion: Adopt Resolution g ature Contact person: Randy Kuettle, Deputy Phone: 5140 Director/Street Superintendent Supporting data attached: Staff Report, Bids Ward: All Resolution FUNDING REQUIREMENTS: Amount: $86,897.00 Source: FY 2006-07 Account No. 001-408-5111 Sign Maintenance Program Finance: Council Notes: Agenda Item No. CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report SUBJECT: A resolution authorizing the execution of a purchase order to Zumar Industries, Inc for the purchase of Traffic Signs for repair, removal and replacement of damaged signs, faded signs, vandalized signs, and new installation of signs located throughout the City of San Bernardino. BACKGROUND: The Public Services Department contacted 11 companies, including 5 local companies seeking quotes to support the Sign Maintenance Program. The sign program is designed to maintain all the traffic signs throughout the City. Staff manufactures a small portion of the signs and an outside vendor supplies the majority of all other signs located throughout the City. We received 5 responses to our request. The companies which participated, their business location and the quote provided is detailed below. VENDOR LOCATION QUOTE Zumar Industries, Inc. Santa Fe Springs $ 86,897.00 Hi-Way Safety, Inc. Escondido $113,065.00 Main Street Signs Ontario $113,900.00 Designs by Dora San Bernardino $198,250.00 A-1 Instant Signs San Bernardino $274,000.00 Staff recommends that Zumar Industries, Inc. be awarded a purchase order in the amount of $86,897.00 to purchase the necessary signs and materials for the maintenance of the traffic sign system. The sign system is the critical link for the control of vehicular traffic and enforcing of all the traffic laws. The maintenance program is essential to keep the traffic sign system in working order. FINANCIAL IMPACT: $86,897.00 for this purchase are budgeted in the Street Division FY 2006-2007 operating budget, Account No. 001-408-5111. RECOMMENDATION: Adopt resolution. COPY 1 RESOLUTION NO. 2 3 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF A PURCHASE ORDER 4 TO ZUMAR INDUSTRIES, INC. FOR THE PURCHASE OF TRAFFIC SIGNS FOR REPAIR, REMOVAL AND REPLACEMENT OF DAMAGED SIGNS, FADED SIGNS, 5 VANDALIZED SIGNS, AND NEW INSTALLATION OF SIGNS LOCATED THROUGHOUT THE CITY OF SAN BERNARDINO. 6 7 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 8 SECTION 1. That Zumar Industries, Inc. submitted the lowest quote for the 9 10 purchase of Traffic Signs for repair, removal and replacement of damaged signs, 11 faded signs, vandalized signs and new installation of signs located throughout the City 12 of San Bernardino in the total amount of $86,897.00. Pursuant to this determination 13 the Purchasing Manager is hereby authorized to issue a purchase order to Zumar 14 Industries, Inc. in the amount of $86,897.00. 15 SECTION 2. The Purchase Order shall reference this Resolution No.2006- 16 and shall read, "Zumar Industries, Inc. for traffic sign materials. P.O. not to exceed 17 18 $86,897.00" and shall incorporate the terms and conditions of the purchase order. 19 SECTION 3. The authorization to execute the above-referenced Purchase 20 Order is rescinded if not issued within sixty (60) days of the passage of this resolution. 21 22 23 Ill 24 111 25 26 111 27 111 28 September 21, 2006 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF 2 SAN BERNARDINO AUTHORIZING THE EXECUTION OF A PURCHASE ORDER 3 TO ZUMAR INDUSTRIES, INC. FOR THE PURCHASE OF TRAFFIC SIGNS FOR REPAIR, REMOVAL AND REPLACEMENT OF DAMAGED SIGNS, FADED SIGNS, 4 VANDALIZED SIGNS, AND NEW INSTALLATION OF SIGNS LOCATED THROUGHOUT THE CITY OF SAN BERNARDINO. 5 1 HEREBY CERTIFY that the foregoing Resolution was duly adopted by the 6 7 Mayor and Common Council of the City of San Bernardino at a 8 meeting thereof, held on the day of 2006, by the 9 following vote, to wit: 10 Council Members: AYES NAYS ABSTAIN ABSENT 11 ESTRADA 12 BAXTER 13 —� 14 VACANT 15 DERRY 16 KELLEY 17 JOHNSON 18 MCCAMMACK 19 20 Rachel G. Clark, City Clerk 21 The foregoing resolution is hereby approved this day of 22 , 2006. 23 Patrick J. Morris, Mayor 24 City of San Bernardino 25 26 A proved as to Form: 27 J mes F. Penman, City Attorney 28 September 21, 2006 Page* of City of San Bernardino TECHNICAL SPECIFICATIONS BID SPECIFICATION NO. SB #1-06 TRAFFIC SIGNS NOTICE: "SPECIAL INSTRUCTIONS TO THE BIDDER" Requirements: 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 and the cost of each item. Description: The City of San Bernardino Public Services Department is taking bids for Manufactured traffic signs and sign faces. The contract term will be a one Year contract with the ability to renew up to four years. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID CATEGORY I ACCEPTABLE/AS SPECIFIED 1. SCOPE A. All sheeting's must be match components for each sign made. B. Delivery charges are included with every sign order and should be reflected in each line item bid. t C. All signs and sign faces ordered will have 1160 premium graffiti overlay. D. All pricing is guaranteed for one year from date of award of contract. E. Supplier will supply Public Services Department with signs and supplies during the ensuing fiscal year(s) and have them available to the Department within (10) working days. F. The price quote shall be for the fiscal year 2006- 2007. ZUMAR INDUSTRIES, INC 9719 SANTA FE SPRINGS RD. SANTA FF SPRiNr`q (,4 or;r7n Bid Spec. #F-01-** T Page' of G. All quotes shall be on form provided furnished by Public Services Department. H. All signs must have date and manufacture screen printed in right hand corner in '/4" inch letters. I. Default: The City of San Bernardino by written notice of default to the contractor, may terminate the whole or any part of this contract in any one of the following circumstances: A. If the contractor fails to fj� '�7 ' 1pake delivery of the supplies or signs specified in this contract. B. If contractor fails to perform any of the provisions of this contract, and fails to remedy the situation within a period of ten (10) days after receipt of notice. J. In the event the City-of San Bernardino terminates this contract in whole or part,the City may procure supplies or services similar to those terminated, and contractor shall be liable to the City for and excess cost for such similar supplies, signs, or services. K. All aluminum blanks shall be 5052H38 alloy. Materials Specifications Discription— Sheeting Unit Price Total Price 1. Diamond Grade type 9 Florescent colors 1,000 Sq. Ft. .6, 2. Diamond Grade type 9 standard colors 3,000Sq. Ft. 3. High Intensity Grade type 4 prismatic 3,000 Sq. Ft. 4. Engineer grade type I 3,000 Sq. Ft. I/u /k;°Vt11.-K X1_4,71 1X4 t%rr� -�-_..,.�y c Aluminim Blanks 50521-138 Aloy F p/,off s n.Cl. 1. Aluminum .125 3,000 Sq. Ft. 2. Aluminum 0.80 4,500 Sq. ft. 3. Aluminum 0.63 2,000 Sq. Ft. 7 -`? JCS c z1' 1 4. Extruded Blade 6" X 24" 600 Ln.. Ft. 5. Extruded Blade 6" X 30 " 600 Ln. Ft ? �° c'719 SANTA FE SPRINGS RD. Bid Spec. 9F-01-** Page*;of 6. Extruded Blade 6"X 36" 600 Ln. Ft. . 53 7. Extruded Blade 6"X 42" 600 Lq. Ft. 7( 5CQ 00 ' 8. Extruded Blade 6"X 48" 600 Lq. Ft. Please fill in all right hand columns and sign bid sheet.Mail to: City of San Bernardino ATTN: Randy Kuettle 234 S. Mountain View Avenue San Bernardino, CA 92408 Please have bids in by Au U 10. 2006 by 3:00 p.m. Signed i , Date 1- G� (Name & Title bf Person Prepared the Bill) Signed - Date (Owner of Business or Designee) ZUMAR INDUSTRIES, INC 9719 SANTA. FE SPRINGS RQ, Bid Spec. # F-01-** Page * of City of San Bemardino TECHNICAL'SPECIFICATIONS BID SPECIFICATION NO. SB#1-06 TRAFFIC SIGNS NOTICE: "SPECIAL INSTRUCTIONS TO THE BIDDER" Requirements: 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 and the cost of each item Description: The City of San Bernardino Public Services Department is taking bids for Manufactured traffic signs and sign faces. The contract term will be a one Year contract with the ability to renew up to four years. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID CATEGORY I ACCEPTABLE/AS SPECIFIED 1. SCOPE A. All sheeting's must be match components for each v sign made. / B. Delivery charges are included with every sign order and should be reflected in each line item bid. C. All signs and sign faces ordered will have graffiti overlay. D. All pricing is guaranteed for one year from date of ✓ award of contract. E. Supplier will supply Public Services Department with signs and supplies during the ensuing fiscal year(s) ✓"' and have them available to the Department within (10) working days. F. The price quote shall be for the fiscal year 2006- 2007. Page* of G. All quotes shall be on form provided furnished by / Public Services Department. H. All signs must have date and manufacture screen v printed in right hand comer in 1/4" inch ch rs. I. Default: The City of San Bernardino by written notice of default to the contractor, may terminate the whole or any part of this contract in any one of the following circumstances: A. If the contractor fails to makb delivery of the supplies or signs specified in this contract. B. If contractor fails to perform any of the provisions of this contract, and fails to remedy the situation within a period of ten(10) days after receipt of notice. J. In the event the City of San Bernardino terminates this contract in whole or part,the City may procure supplies or services similar to those terminated, and contractor shall be liable to the City for and excess cost for such similar supplies, signs, or services. K. All aluminum blanks shall be 50521138 alloy. Materials Specifications Discription— Sheeting Unitt Price Total Price 1. Diamond Grade type 9 Florescent colors 1,000 Sq. Ft. A t 2. Diamond Grade type 9 standard colors 3,000Sq. Ft. ..J . �.,��;.�L` •!7 W 3. High Intensity Grade type 4 prismatic 3,000 Sq. Ft. .3, Y/V 00 4. Engineer grade type 1 3,000 Sq. Ft. f A 5Q.w7: Z © ' . All Aluminum Blanks 50521138 Alov 1. Aluminum .125 3,000 Sq. Ft. 1_00 2. Aluminum 0.80 4,500 Sq. ft. l75 3. Aluminum 0.63 2,000 Sq. Ft. `XL—C? Ypp 4. Extruded Blade 6" X 24" 600 Ln.. Ft. ��;s� /r 3f. 5. Extruded Blade 6" X 30 " 600 Ln. Ft Page* of 6. Extruded Blade 6"X 36" 600 Ln. Ft. �' 0 � .iL �n'�-'�i~y 3 G6 7. Extruded Blade 6, X 42"600 Lq. Ft. • ` /V 8. Extruded Blade 6"X 48"600 Lq. Ft. Please fill in all right hand columns and sign bid sheet Mail to: �O 7A- (-, 1 j 3� Csty of San Bernardino ATTN: Randy Kuettle 234 S. Mountain View Avenue San Be r o, CA 08 'ds in by August 10. 2006 by 3:00 p.m. Sign Date �� itle of Person Prepared the Bill) L2--� Signed Date y— (Owner of Business or Designee) ",SB.RIV,ORG,VEN SAN DIEGO OFFIC (7;4;8701so HI-WAY SAFETY, INC. °'7F X225 (800 228-1701 SALES - RENTALS (760'745-209, FAX (909)627-0999 MANUFACTURER Bob Smith Product Support . 13310 5th Street, Chino, California 91710 520 W. Grand Avenue. Escondido. California 92025 Rir� Cnnn 44 � ni INIAIN STREET 1211 W. BROOKS ST SIGNS ONTARIO, CA 91762 Fax TO: !2AIE: 9�lfu,-16 PHONE: ATTN. RE: FROW Cc: NUMBER OF PAGES INCLUDING THIS ONI-.-,: URGENT FOR RE VILW PLLASE RUPLY Aly 4111v- (909) 391-0988 VXX (909)391-0249 Nip of G, AEI quotes shad be on form provided furttiahed by Public Semites DCParMwM, H. AA signs, rMst have date W"d "Aufactur+e sated � printed in right band corner iu 14" itch letters. 1. Default: The City of san Bernardino by writtell wticES of default to the contractor, may tmminate the whr ole or any part of this coraj-azt in airy one of the faljt)wing circu=-tWt:es: A. If the contmetor fails to °s mastic &tivery of the supplies or signs sperff d in tr!,': corct act. B. if wn rwwl fails to peOarm stay of I the provisions Of this Wi tract,sand ffits to rwwdy the aiomtian within.a period of tcn 1 I(jr da,s aflcr rCLeipt of notice. J. In the event the C`it3 of San Bomardino terminates this cortract in'vhole or lint,the Citty rwy procure f supplies or services sirr lur to those tamimted., ate, contramtor shall be liablc to the City for and"cc9s cost fot swh simillar supplies. signs,or w ices. K. All aluminum blames shall be 5052H38 alloy. sl► Adis SrS-j 5)c2r TO D�scx-,r lor�h,ee�m_g � Unit �� To1�l�Scti � i I. Mac maid Orade t,vj-e 9 Florescerd coxor•s 1,000 Sq. Ft. 2. Diann nd uaade type q standard aalors 3,0M5q, Ft. t,7U__-- C 1-00 3. H*i.,Intensity Qmde tytic 4 prisrmstic 3.M) 5q. Ft. 4. l;t ?iurc r grtscic type 1 3,000 Sq. Ft I �(��� 5. 1160A l'rctrn um Anti graf tti overlay 10.0%sq- ft. � t� �� ��� o�' a lu�jnm R ankq,5052H38 Alo 1. MurrLinum. =5 1,00t)sq. ri n _ 1 2. Mununum 0.80 4,500 So. 4t. I �' _ �• � Zt� or 3. Altz;zinum 0.03 2,000 Scl. Ft. 4. E xtrlded Blade 6"X ?4" 600 L-a. rt. t T @8I14�tP1Q6 1 :52 7 �t?aF059 c F10E FP.CF 0-1 0 page of* Vy z &-too 7. ,XUWed)31ade 6"X 36"X500 Lm Ft- r � 8. Extrtuied Blade 6"X 42"600 I q. Ft. c�C7 Z,; '•1�' 9. Extrudcd Blade h X 48 600 Lq. t r e Im in jilt Ad k $ auc3 Sian bj sheet.MAU to: 1 D� �L: �? I� ?►i�;D�'.Ol�� City of Sm Bernaicdino A'nN: Randy 1Guettic 234 S.Mountain View Avenue San Aernardino, CA 92408 /Please bavS.)ids is by Augmt 10.20e6 by 3:00 p.m. 1g,CIC (Nam-. 8t Title of Person Prepored the Bill) Signed _ — - -- (Owmr of Business or Designee) Aid Spec 0 F-QI-•" 08/30!2005 0;!: 49 7603489963 DESIGNS BY DORA PAGE 01 08, 3,'300-5 Fr3: 31 3845059 S- -OFF.-CE F'AC-Z 02 City of San Bernardino TECHNICAL SPECIFICATIONS BID SPECI ICA TI ON NO. Sly M1�06 TRAFFIC SIGNS r NOME: ';aPECIAL INS'IRUC'fI ' TO THE-51Q $' 9 Requicemcros. Bidder +hail complete ri,ghl-bond eohuran indka►ting brief ttwownp, fir exceptions to requirements when not acceptable. State "Mcegtable" if nequirwnrnu are agreeable as rant foetb in bft-hand column and the coat of auk item. Descr ipt io.n- The City of San Bernardino Public Scrvicce Departrwrit iT lakir>g bids for M ufactured trnffie signs and sign faces. TM oorrtraat term will be a one Fear oontract with the abifity to remw up to fow years. CATEGORY I - - .�_ ACCFPTABL-E i AS SPECIFIED 1. � ....._.._� -- I v-- -._ ...__ i A. All sheeting's must be matt)conVoncats for cash I sign made. ""'" �, � made. G f B. Deliticry chi gcs are included witb e:vey sign order and should b'respected ua each line item bid. C. All signs and sign faces ordered will have graffiti --� �.i��UEO Q,r N-S A,4e overlay. j ztv814 D. All pricing is guaramerai for rme year twin date of AOM A c J+F-9 dvmrd of ooaitract. E. SuMber will supply Public Services Lk-pwunem wfth I � ,1 a ra L ,signs and s,rpplieS d&uriryj the twuirig five+! ycar(s) and have them available to the Ekrvt-mat within (10) working days. F. 'T1w price gwte sisalI be 16r 11,sc f6cal ycat;,00& C<.EfTAi3L� :007. i R;d Sp*r; 0 �-01-11* 08/30/2005 33:49 7609499869 LES7GNS BY DCRA FAGE 02 t9N/�j%�'�b5 Fkf:Jl .3ii47idb`_' S' lF!-.(J� NA�zE 19 Pass•of• G. All quotes shall be on form pra vidW %ndshed by ( �C-(fik k;ur, Public Services DcpW=nt. H. All Signs roust have date and manufiycture acs fof>uc prittted in right htatsd coiner in'A" imb ktWs. 1. Default: The City of San Berruardino by written notice of de&tuk to the contractor, MY urrminstte the �� �� whole or any part of this contract in fury one of the showing circumstances: A. If the contractor fails to make deliver• of the supplies or signs apecif4d in this contract, B. If contractor tiLils w prrfarm any of the. provisions of this contract. aid Ms.to remody the situation within a period of ton(10)days after receipt of notice. J. In the event Ow City of San Bernardino tcmimattm this comact in whok or part.the City traay procure P CC._*°TP,e.c supplies or services r4rdlar to those terminated,mud ,;otttractor shall be liable to the City for aad excess oosi for such SLMUtat supplies,signs,or servicen. K. All Wuminum bLaks ahall be 5052H38 alloy. Hateriais Snerifimions i piscriotion-,�Lrctina �. �szs�lPtis:�- I. Diawnd ChvA type 9 Fkmsnent colors 1.000 Sq. Ft. 2. Diamond Grade tyre 9 standard cobra 3,000,%q. ft. A, �L 3� J 3. High Irtwmiry Grade type d prianwic 3,000 Sq. Ft. _ tJ•`Z b 1 4. Engineer grWe type I 3.OW Sq. Ft. S. i 160A Pre nn um Anti graffiti overlay 10,000 sq ft i 1. Alut=um.125 3,OW Su. Ft. i - 2. Alurninum 4.80 4.500 S4. ft 3. Atuminun:0.63 2,000°Sq. Pt. 4. Extruded Blxde 6" X 24"600 Ln- Ft- 6. Extruded Blade 6" X 30" 600 Ln. Ft i U {'✓ r d� iBid Spat. N F-0I-04 08/30/2006 0•j: 49 "609485?_9 DESIGNS BY DORA PAGE 0 lid/4C.`.LCIU^ •t3: Ja SCR :: 7 lJr" .i.L r++vG c- �. E ,see Bim x W 600 LM rk 9. Exbvdcd Bisdc 6"X 49"600 L i. Ft, p18fi8'@ All It.1ll--dxhik11W Cny of Sao BerrA+dinc ATTN: Randy Kucnle 234 S. Mauvasia.View Avanut $ac•:8ie UW dino, CA 92448 Pb w bays We Is by Awlast 10. 2M* by 3s00 p.m. Signed 1 x"7' A0 � 4,` s� ��.`�. ..._ Date„ {Noma A Title of Person Prvp%iW Ow BW Signed GaAA020 ,%IOWYW of Bwr"" or Dssi�te) Hid�occ. � F-bt••• 111 MOM: L1 -;ats'A-1 Signs ti !9091 384-b05s PAGE: Oil_ 01 ON QUALITY QUANTITY QUICKLY IIVSfitvT A-1 Signs S 478 W. Base Line St, San Bernardino,CA 92410 N S To: City of San Bernardino.Randy Fax number: —1(909) 384-5059 From: Robert Mitchell Fax number: 909-689-8174 Business phone: 909-888-2845 Date &Time: 8/'3112006 3:14:58 PM Pages: 4 Re: Bid kesponse for SB#1-06 We appreciate the opportunity tc meet your signage needs. TANX.Rob 8/31.2-10-, _..4 ?M F;?M: Al .._:ns A-'_ E1g[-• 1. -1 (909) - g-`'^FMS 3�;-n. OF Crag gage ' of• City of San Bemardtno TFCHNicAL SPECIFaCA][IONS BID SPECIFICNVION NO.Sj#1� TRAFFIC SIGN` 0 N - -SPEC AL NS KU IOM M .�f1T?OFR, R+acluirrmr nt s; 1 WJa slxill compkte ri&-ha W column ind" ing, brief rrmuning fur mxpWns to rcquirrasrms wbcn rE A ac cptabk. Sraar "AAx-epmW- if m4uit t arse sg reabk as aet fcnth in 014mv ii uvkaw anJ the coca or each item lkscription. l'tte City ofSan Bernardino f ublic.Services Oeponment is taking bids for Manulktured traffic signs and sign faces. The ct>atw term will be a anc Year contract with the ability to renew up to Iouc years. FAILIVRE TO COMME'I'I!. RUJI HAND COLUMN WILL INVALIDATE HID CA'fICORY 1 ACCi;4'TARLtE IA..SPECIFIED :k All.shming•'s raw hr match cntnq mints for each FCCEPTABLE SWO madc. _ R. Delivery charges are included with cwrr) sign arder ACCEPTABLE anti should be r>cfJmtcd it each line item bid_ C. /tit,ugns,uxi wign &wc%m&-rW will Jwvr grairsti ' ACCEPTABLE owearlsv. t D. All pricirg is Sumameed fur aye yrar from elate of ,,t,lard oft. ACCEPTABLE E. Supplk-i will supply Public Smiccs Deptumm with � signs wW supplies during the cmwing fiscal }ear i) ACCEPTABLE &W have them available to Ox- Depw m m within t f U) wurkirgr,days. F. 1'hc price gwtr shall br for the t*ml tear 2006- ACCEPTABLE 1 8ia Sp" 4 1 :1� 114 P= M: R1 c_ _ r.—_ - a:. :.909) b34—`,it1y Page*'Of* G. All quotes shag be on kr m pnavkW furnished by A Pw>bc Semites fleMancra. _ H. AU silts=w bbw data and maainurwturc sc:rmn ACCEPTABL E Printed in ritht hand corner in 'f:"inch letters. t. Default: JU City of San 11mm rrdina by written ----� notice of ckfault to tttr ;;m1ractor. may terminate the ACCEPTABLE whoir or any -art of this contract in any urw or the fatiawing circuumtances: A. if the contracw fails to aw&c delivery or the jumtoft or i4m specitied in this cA'mract. 13- It� rails to pc&rm arty• of ttte prssmkwa of this cYx m-L" fails to renody the situation wsltin a period of ten i 10)Java aAar natiipt of Dolkv. L In the evcnt the City of San Bmwudino trnninetes ACCEPTABLE this contract in whole or part, the City may procure suppks ur services similar to thowe terrtthsatarcl, and coorwor shat1 be liabic to the City for and excess we for such smiar supptw&signs,or 9t k4s. AV ahuninum bi"-3"i be 5052MO allay. 1ACCEPTABLE t. Diarroorad GrWc type q 1%re scow colors 1,000 Sq. Ft 20.Q0 20,000.00 2. Dimaaund{iradc type 9 etnxiad cuim 3,1000.4% ft . 3. High Intensity Grade:type 4 prismatic 3.000 Sq. Ft. 7•5Q 22,500.Op 4. Engineer grade type t 3.W,Sq. Ft. 4.50 13,500.00 S. i 160A Premium Anti graffti owetiay 10.000 sq, ft. 7.00 70,000.00 I. AUnintun.125 3.f10U Sq. Ft. 9.Qo 2:,900.00 2. Aluminum 0.804.500 Sq, fl, 127,000.00 3. Aluminum 0.63 2-000 Sq. Ft. 5.0� _ 10,000.00 4. k=udad BIM&6- h 24-6001.1.. Ft. 42.00 7,200.00 6. Extruded Eb&b^ x 30-tiW l.n. Ft 11 .00 6,600.00 r Rid Ssk% 0 U-a1-•. i i • 2/31:2006 3:14 _M P3ON: al S_;:a -, siunF. :J: +1 i9U91 :584-t,058 PrGE: )04 Or 004 Page•of• �. > xwu"Bik 6"x 36°WO L& Ft, 10.00 6,000.00 a, Exav&d Bode 6"x 42°6W Lq. Ft. 9.00 5,400.00 9. F-xat Biadc 6" x 49~6W Lq, Ft. $.00 ,800.00 Ekw a i.14 riai{I kw,j*Mw xAd Agn bw1hM,Had to: Cif j)'Orson Bernardino AM. RmWy Kucttk 234 S. Mountain Virw Avenue San Bernardino, CA 92408 Fka"have bids in by Angagi 10.2806 by 3.00 p.m. signcl Da $131106 (Name dt Thle of Person Prepared the Bill) (Owner o!"OWN=Ow ixqgnxj V L ,) U w - "D �—• w ry Yk o o, N r oo P Y ry P C P 0G 00 P �O Q �: `D o0 00 00 <f Q' r Q °O M �r, 0•. 0� r o0 0? x P (� IY P s V N •O P P P Cl O O O V' N C O O �O '0 �O P P P r oC O O 0D 00 z W N �O O•zr ^ r •'• V �. V W oG O O W P 'D N P 00 00 o0 00 OG P P V N �O of P O, 0 0 -- 'o N 0 0 0 0 P r v', � r P P P P P P //cz� H x V) O .. vroo � r �orvc p N N N O O N N N i U Q Q Q Q Q Q Q Q Q Q Q Q R Q C.i000UUUUUUUU Q C u O I N G o 0 0 0 E E E E E CQm W U c c ^ c m m m m v� ;n :n ;n cn � � v RS Ql W Ye 0 c - LU Q J w o Ln aU W Q _ � 3r �, 35 A ~ �G W 'o Q 4 r� N •--• P '--' � N ^ r � P W b/ 6w G U = n c� a � v) ✓' � � � L ` tea Q s o W � u W c J, t x ,J Q W