Loading...
HomeMy WebLinkAbout11-Development Services ~ .' , CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: James Funk, Director Subject: Resolution approving Services Agreements with AMEC Earth & Environmental, Inc., Converse Consultants, and Kleinfelder, Inc. for Professional Construction Material Testing Services. Dept: Development Services Date: October 15, 2003 ORIGINAL MCC Date: 11/03/03 Synopsis of Previous Council Action: None Recommended Motion: Adopt Resolution ~~ James Funk Contact person: Michael Grubbs, Acting City Engineer Phone: 5179 Supporting data attached: Staff Report, Resolution, AgreementWard: N/ A FUNDING REQUIREMENTS: Amount: $90,000 Source: (Acct. No.) $88,ooo-various capital project accounts $2,000 -001-183-5502 and 001- 185-5502 Acct. Description: Professional/Contractual Svcs. And various capital project accounts Finance: Council Notes ~~2CC8-231 Agenda Item No. 11- 11/3 I/)3 ,. . City of San Bernardino - Request for Council Action Staff Report Subject: Resolution approving services agreements with AMEC Earth & Environmental, Inc., Converse Consultants, and Kleinfelder, Inc. for professional construction material testing services. Backuound: The Public Works Division of the Development Services Department is responsible for administering the City's Capital hnprovement Program. This program, in general, consists of design and construction of roads, bridges, buildings, grading, drainage, landscaping, traffic signals, handicap ramps, etc. From time to time during the design and construction of a project, specialized expertise and services are needed, including soils sampling and analysis, performance of grading observations, soil compaction testing, collection of concrete cylinders for compressive strength testing, collection and testing of asphalt concrete pavement samples, soils borings to 15 feet with appropriate logs, and provision of a geological engineer for consultation with City staff. These services are not available through in-house resources. The Development Services Department prepared specifications for professional construction material testing services. The Purchasing Division sent out notices inviting proposals for an annual contract for provision of such services per RFP No. F-04-024. Copies of the Request for Proposal (RFP) were mailed to 30 vendors including 18 listed in the local telephone directory. It was also advertised in the Sun Newspaper, posted on the Internet and sent to the San Bernardino Area Chamber of Commerce. The following firms, in response to RFP No. F-04-024, submitted proposals: AMEC Earth & Environmental, Inc., Ontario Cal West Consultants, Grand Terrace Converse Consultants, Redlands Hilltop Geotechnical, Inc., Highland Kleinfelder, Inc., Redlands Leighton & Assoc., Chino MTGL, Inc., Moreno Valley Ninyo & Moore Geotechnical and Environmental Sciences Consultants, Ontario No firms with offices in the City Limits (Local firms) responded to RFP F-04-024. Staff and the Purchasing Manager reviewed the proposals with consideration of the following areas: capabilities of the firm, qualifications and experience of the firm, reasonableness of cost and price for services rendered, and completeness of the response. r. . City of San Bernardino - Request for Council Action Staff Report - continued Based on the review of proposals, three ftrms were selected whose proposal best meets the need of the City. They are: Company Location Score 1 AMEC Earth & Environmental, Inc. Ontario 79.3% 2 Converse Consultants Redlands 82.0% 3 Kleinfelder, Inc. Redlands 79.8% Three fums were chosen to have a greater degree of accessibility when services are needed and to spread the work among multiple fums. Attached to each Agreement is a proposed fee sheet based on each to the three consultants providing approximately one-third of the City's yearly . requirement for construction material testing services. Financial Impact: Funds for professional construction material testing services are available through each individual project and cost of services is charged back to that particular Capital Improvement Project's budget through the work order number. Therefore, for the majority of services rendered, the Development Services Department budget will not be impacted. However, staff may occasionally need expert review and analysis pursuant to a request from the City Attorney's office regarding a claim. Funds are allocated in the Development Services Department budget in the Professional/Contractual Services Account Nos. 001-183-5502 and 001-185-5502 ($2,000) for these types ofrequests. Recommendation: Staff recommends that the Mayor and Common Council authorize the Purchasing Manager to issue annual purchase orders totaling $90,000 in aggregate to AMEC Earth & Environmental, Inc., Converse Consultants, and Kleinfelder, Inc. with provisions for two one-year renewals. I . e e e '.. RESOLUtNQ rP1[ 1 2 3 RESOLUTION OF THE CITY OF SAN BERNARDINO APPROVING SERVICES AGREEMENTS WITH AMEC EARTH & ENVIRONMENTAL, INC., CONVERSE 4 CONSULTANTS, AND KLEINFELDER, INC. FOR PROVISION OF PROFESSIONAL 5 CONSTRUCTION MATERIAL TESTING SERVICES. 6 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 7 8 SECTION 1. AMEC EARTH & ENVIRONMENTAL, INC., CONVERSE 9 CONSULTANTS, AND KLEINFELDER, INC. are firms competent, experienced and able to 10 perform said services and have provided the most advantageous and best responsible proposals 11 for provision of PROFESSIONAL CONSTRUCTION MATERIAL TESTING SERVICES, per 12 Specification No. F-04-024 for purchase order amounts totaling $90,000 in aggregate, with 13 single year renewal options. Pursuant to this determination, the Purchasing Manager is hereby 14 15 16 shall only be effective upon the issuance of a Purchase Order by the Purchasing Manager; and all 17 18 19 20 authorized and directed to issue Purchase Orders for said services to said firms; but such award other proposals are hereby rejected. The Mayor is hereby authorized and directed to execute said agreements on behalf of the City; a copy of each agreement is attached hereto (Exhibits A, B, and C). SECTION 2. The authorization to execute the above referenced Purchase Orders is 21 rescinded if they are not issued within sixty (60) days of the passage of this resolution. 22 23 24 III III 25 III 26 27 28 /{o II ///3/03 - I - " . . 1 RESOLUTION...APPROVING SERVICES AGREEMENTS WITH AMEC 2 EARTH & ENVIRONMENTAL, INC., CONVERSE CONSULTANTS, AND KLEINFELDER, INC. FOR PROVISION OF PROFESSIONAL CONSTRUCTION 3 MATERIAL TESTING SERVICES. 4 5 Common Council of the City of San Bernardino at a 6 I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and meeting thereof, held on the day of , 2003, by the following vote, to wit: 7 8 Council Members: AYES NAYS ABSTAIN ABSENT 9 ESTRADA 10 11 LONGVILLE MC GINNIS 12 DERRY 13 SUAREZ ANDERSON MC CAMMACK City Clerk The foregoing resolution is hereby approved this day of ,2003. Judith Valles, Mayor City of San Bernardino 24 JAMES F. PENMAN, 25 City Attorney 26 . 27 28 -2- "0 EXHIBIT" A" . SERVICES AGREEMENT THIS AGREEMENT is entered into this _ day of AMEC Earth & Environmental, Inc. ("CONTRACTOR") and BERNARDINO ("CITY)". , 2003, between the CITY OF SAN WITNESSETH: A. WHEREAS, CITY has need for professional construction material testing services and, B. WHEREAS, CONTRACTOR is competent, experienced and able to perform said services: and, C. WHEREAS, CONTRACTOR has provided the most advantageous and best responsible proposal for the provision of such services; NOW THEREFORE, the parties hereto agree as follows: 1. CONTRACTOR shall furnish professional construction material testing services in accordance with Proposal Specification No. F-04-024. . 2. Over the term of this Agreement, CONTRACTOR shall be paid for such services an amount in accordance with Attachment I, "Price Form for RFP No. F-04-024", as completed by CONTRACTOR. Attachment I is attached hereto and made a part hereof. 3. CONTRACTOR shall provide the Development Services Department with a monthly invoice in arrears and shall be provided payment within thirty (30) days therefrom. CITY retains the right to challenge all or any part of an invoice. 4. The initial term of this Agreement shall be one (I) year from the date first shown above and is subject to termination by either party upon thirty (30) days written notice to the other. There may be two one-year extensions. 5. CONTRACTOR shall indemnify, defend and hold CITY, its officers, employees and agents harmless from any claim, demand, liability, suit, judgment or expense (including, without e limitation, reasonable costs of defense) arising out of or related to CONTRACTOR's Services Agreement - AMEC Earth & Environemntal, Inc. Page 2 of3 . performance of this agreement, except that such duty to indemnify, defend and hold harmless shall not apply where injury to person or property is caused by CITY's willful misconduct or sole negligence. The costs, salary and expenses of the City Attorney and members of his office in enforcing this Agreement on behalf of the City shall be considered as "attorney's fees" for the purposes of this paragraph. 6. While not restricting or limiting the foregoing, during the term of this Agreement, CONTRACTOR shall maintain in effect policies of comprehensive public, general, and automobile liability insurance, in the amount of $1,000,000 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. The policies shall name the CITY as an additional insured and shall provide for ten (10) day notification . to the CITY if said policies are terminated or materially altered. 7. CONTRACTOR shall perform work tasks as directed by the City Engineer, but for all intents and purposes, CONTRACTOR shall be an independent contractor and not an agent or employee of the CITY. 8. In the performance of this Agreement and in the hiring and recruitment of employees, CONTRACTOR shall not discriminate on the basis of race, creed, color, religion, sex, physical handicap, ethnic background or country of origin. 9. Any notice 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: James Funk, Development Services Director City of San Bernardino 300 North 'D' Street San Bernardino, CA 92418 . e e tit Services Agreement - AMEC Earth & Environemntal. Inc. Page 3 oD TO THE CONTRACTOR AMEC Earth & Environmental. Inc. 4201 Santa Ana Street, Suite F Ontario, CA 91761 (909) 605-6500 FAX (909) 605-6502 Nothing in this paragraph shall be construed to prevent the giving of notice by personal service. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above shown. Date: by: AMEC Earth & Environmental, Inc. Signature CITY OF SAN BERNARDINO Date: by: Judith Valles Mayor City of San Bernardino ATTEST: Rachel Clark, City Clerk Approved as to form and legal content: James F. Penman City Attorney e e e REQUEST FOR PROPOSALS: DESCRIPTION OF RFP: BIDDER'S NAME/ADDRESS: ATTACHMENT 1 TO EXHIBIT" A" PRICE FORM RFP F-04-024 Professional Construction Material Testing Services for Capital Improvement Projects AMEC EARTH & ENVIRONMENTAL INC 4201 SANTA ANA STREET SUITE F ONTARIO CA 91761 NAMElTELEPHONE NO. OF AUTHORIZED REPRESENTATIVE DOUGLAS BELL 909-605-6500 ANNUAL PURCHASE ORDER Effectlve on or about July 1, 2003 through June 30, 200fPIUS two single-year options, for CIty's partial requirements, on an as-needed basis, with no guaranteed usage for Professional Constructlon Material Testing Services for Capital Improvement Projects. Option year one, If exercised, shall be effective July 1, 2004 through June 30, 2005. Option year two, If exercised, shall be effective July 1, 2005 through June 30, 2006. Actual option year pricing shall be negotiated with the successful Bldder(s) prior to exercising of any given option year. Option years shall become effective only upon Issuance by the City of a duly authorized Purchase Order. Please provide detailed Finn Fixed Price cost Information In the spaces provided below, and any other Incidental or additional costs required to complete the Technical Specification requirements. ATTACHMENT 1 TO EXHIBIT" A " e os a. 1- 4 Each Compaction Tests (including curves) Unit Cost ~~ ~o Each 5-20 Per site visit Unit Cost 57.00 Each 20+ Unit Cost 50.80 Each b. 20 (Sets) Each Concrete Cylinder per Set & Unit Cost 172.00 Each Testing (Including collectlon tests and report) d. 10 Each Asphalt Extraction Unit Cost 140.00 Each e. 40 Each Asphalt Compaction Unit Cost 200.00 Each f. 10 Each Soli Gradation/Screen Analysis Unit Cost 135.00 Each g. 50 Hours Grading Observation Unit Cost 67.00 Hour h. 20 Hours Engineering Geologist Investigation and Consultation Unit Cost 103.00 Hour I. 10 Each Soli Boring to is' Unit Cost 700.00 Each e J. 10 Each Pavement Bore (asphalt) Unit Cost 80.00 Each k. 10 Each Concrete Core Unit Cost 80.00 Each Are there any other additional or Incidental costs, which will be reqUlr~YOUr linn In order to meet the requirements of the Technical Specifications? Yes I 0 . (circle one). If you answered "Yes", please provide detail of said additional costs: Please indicate any elements of the Technical Specifications which cannot be met by your flnn. AMEC CAN PERFORM ALL ELEMENTS LISTED IN THE TECHNICAL SPECIFICATIONS. e ATTACHMENT 1 TO EXHIBIT" A" . Have you Included In your bid all Informational Items and forms as requested@ I No (circle one). If you answered "No", please explain: This offer shall remain firm for 90 days from RFP close date. Terms and conditions as set forth in this RFP apply to this bid. Cash discount allowable thirty (30) days. % days; unless otherwise stated, payment terms are: Net 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 RFP. Below, please Indicate all . Addenda to this RFP received by your firm, and the date said Addenda was/were received. Verification of Addenda Received tit Addenda No: Received on: Addenda No: Received on: ~ Addenda No: ~~'v~: AUTHORIZED SiGNATURE: C :.- \)-> <- PRINT SIGNER'S NAME AND TITLE: DOUGLAS BELL UNIT MANAGER DATE SIGNED: COMPANY NAME & ADDRESS: AMEC EARTH & ENVIRONMENTAL INC 4201 SANTA ANA STREET, STE F ONTARIO CA 91761 PHONE: 909-605-6500 F~: 909-605-6502 e , Exhibit "B" . SERVICES AGREEMENT THIS AGREEMENT is entered into this _ day of , 2003, between Converse Consultants ("CONTRACTOR") and the CITY OF SAN BERNARDINO ("CITY)". WITNESSETH: A. WHEREAS, CITY has need for professional construction material testing services and, B. WHEREAS, CONTRACTOR is competent, experienced and able to perform said services: and, C. WHEREAS, CONTRACTOR has provided the most advantageous and best responsible proposal for the provision of such services; NOW THEREFORE, the parties hereto agree as follows: 1. CONTRACTOR shall furnish professional construction material testing services in accordance with Proposal Specification No. F-04-024. . 2. Over the term of this Agreement, CONTRACTOR shall be paid for such services an amount in accordance Attachment 1, "Price Form for RFP No. F-04-024", as completed by CONTRACTOR. Attachment 1 is attached hereto and made a part hereof. 3. CONTRACTOR shall provide the Development Services Department with a monthly invoice in arrears and shall be provided payment within thirty (30) days therefrom. CITY retains the right to challenge all or any part of an invoice. 4. The initial term of this Agreement shall be one (1) year from the date first shown above and is subject to termination by either party upon thirty (30) days written notice to the other. There may be two one-year extensions. 5. CONTRACTOR shall indemnify, defend and hold CITY, its officers, employees and agents harmless from any claim, demand, liability, suit, judgment or expense (including, without tit limitation, reasonable costs of defense) arising out of or related to CONTRACTOR's Services Agreement - Converse Consultants Page 2 of 3 . perfonnance of this agreement, except that such duty to indemnify, defend and hold hannless shall not apply where injury to person or property is caused by CITY's willful misconduct or sole negligence. The costs, salary and expenses of the City Attorney and members of his office in enforcing this Agreement on behalf of the City shall be considered as "attorney's fees" for the purposes of this paragraph. 6. While not restricting or limiting the foregoing, during the tenn of this Agreement, CONTRACTOR shall maintain in effect policies of comprehensive public, general, and automobile liability insurance, in the amount of $1,000,000 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. The policies shall name the CITY as an additional insured and shall provide for ten (10) day notification . to the CITY if said policies are tenninated or materially altered. 7. CONTRACTOR shall perfonn work tasks as directed by the City Engineer, but for all intents and purposes, CONTRACTOR shall be an independent contractor and not an agent or employee of the CITY. 8. In the perfonnance of this Agreement and in the hiring and recruitment of employees, CONTRACTOR shall not discriminate on the basis of race, creed, color, religion, sex, physical handicap, ethnic background or country of origin. 9. Any notice 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: James Funk, Development Services Director City of San Bernardino 300 North 'D' Street San Bernardino, CA 92418 . e e e Services Agreement - Converse Consultants Page 3 of 3 TO THE CONTRACTOR Converse Consultants 10391 Corporate Drive Redlands, CA 92374 (909) 796-0544 FAX (909) 796-7675 Nothing in this paragraph shall be construed to prevent the giving of notice by personal service. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above shown. Date: Date: ATTEST: Rachel Clark, City Clerk Approved as to form and legal content: James F. Penman City Attorney Btr- ,/ f~ by: Converse Consultants Signature CITY OF SAN BERNARDINO by: Judith Valles Mayor City of San Bernardino e e e ATTACHMENT 1 TO EXHIBIT "B" PRICE FORM REQUEST FOR PROPOSALS: RFP F-04-024 DESCRIPTION OF RFP: Professional Construc:icn I'.~a:=rial Testing Services for Capital Improvement P~ciec:s BIDDER'S NAME/ADDRESS: Converse Consultants 10391 Corporate Drive Redlands. CA 92374 NAME/TELEPHONE NO. OF AUTHORIZED REPRESENTATIVE Hashmi S. E. Quazi (909) 796-0544 ANNUAL PURCHASE ORDER Effective on or about July 1, 2003 through June 30, 2003 plus two single-year options, for City's partial requirements, on an as-needed basis, with no guaranteed usage for Professional Construction Material Testing Services for Capital Improvement Projects. Option year one, if exercised, shall be effective July 1, 2004 through June 30, 2005. Option year two, if exercised, shall be effective July 1, 2005 through June 30. 2006. Actual option year pricing shall be negotiated with the successful Bidder(s) prior to exercising of any given option year. Option years shall become effective only upon issuance by the City of a duly authorized Purchase Order. Please provide detailed Firm Fixed Price cost information in the spaces provided below, and any other incidental or additional costs required to complete the Technical Specification requirements. ATTACHMENT 1 TO EXIllBIT "B" e ProDosed unit costs for Routine Services: a. 1 - 4 Each Compaction Tests (including curves. Unit Cost $55 Each 5 - 20 Per site visit Unit Cost ~4R Each 20+ Unit Cost ~L1n Each b. 20 (Sets) Each Concrete Cylinder per Set & Unit Cost $20 Each Testing (including collection tests a-: :::Jrt) d. 10 Each Asphalt Extraction Unit Cost $120 Each e. 40 Each Asphalt Compaction 'Jnit Cost pn Each f. 10 Each Soil Gradation/Screen Analysis 'Unit Cost $60 Each g. 50 Hours Grading Observation Unit Cost $60 Hour h. 20 Hours Engineering Geologist Investigation a~: Consultation Unit Cost 1:R'i Hour ,,~e i. 10 Each Soil Boring to 15' Unit Cost $250 Each j. 10 Each Pavement Bore (asphalt) Unit Cost $45 Each k. 10 Each Concrete Core Unit Cost $45 Each Are there any other additional or incid:ntal cost~, w~ich will b ~ired by your .firm in order to meet the requirements of the Technical Specifications? Yes / No . (circle one). If you answered .Yes., please provide detail of said additional co s: Flagman to control traffic during drill (if requ~red). Rate $45/hr. Please indicate any elements of the Technical Specifications which cannot be met by your firm. None e I' . ....A ::_- e ATTACHMENT 1 ASSUMPTIONS FOR THE UNIT Rm~XHIBIT "BOO ITEM NO. ASSUMPTION a. Compaction Tests 1 - 4.................................... One curve will be required 5 - 20................................... One curve will be required 20+...................................... Two curves will be required b. Testing of Concrete Cylinders................................. None c. Missing d. Asphalt Extraction.................................................. Laboratory tests e. Asphalt Compaction............................................... Field tests f. Soil gradation/sieve analysis.................................... None g. Grading observation.............................................. None h. Engineer Geologist investigations & Consultation..... None i. Soil boring to 15'.................................................... Do laboratory test or report preparation j. Pavement Boring (asphalt)...................................... No traffic control k. Concrete bore...................................................... No traffic control e ce e ATTACHMENT 1 TO EXHIBIT "B" Have you included in your bid all informational items and forms as reqUested@ / No (circle one). If you answered "No", please explain: This offer shall remain firm for 90 days from RFP close c:::. Terms and conditions as set forth in this RFP apply to tn:; :!: Cash discount allowable thirty (30) days. % days; unless ot~:-...'s: stated, payment terms are: Net In signing this bid, Bidder warrants that all certifications a~: dc:uments requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addend: to this RFP. Below, please indicate all Addenda to this RFP received by your firm, and the date said Addenda was/were received. Verification of Addenda Received Addenda No: Addenda No: Addenda No: Received on: Received on: Received on: AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: Hashmi S.E. Quazi, Ph.D., G.E. Chairman of the Board/Regional Manager DATE SIGNED: AUClUSt 4, 2003 COMPANY NAME & ADDRESS: Converse Consultants 10391 Corporate Drive Redlands, CA 92374 PHONE: (909) 796-0544 FAX: (909) 796-7675 . . I . . Exhibit "C" SERVICES AGREEMENT THIS AGREEMENT is entered into this _ day of , 2003, between Kleinfelder, Inc. ("CONTRACTOR") and the CITY OF SAN BERNARDINO ("CITY)". WITNESSETH: A. WHEREAS, CITY has need for professional construction material testing services and, B. WHEREAS, CONTRACTOR is competent, experienced and able to perform said services: and, C. WHEREAS, CONTRACTOR has provided the most advantageous and best responsible proposal for the provision of such services; NOW THEREFORE, the parties hereto agree as follows: I. CONTRACTOR shall furnish professional construction material testing servIces In accordance with Proposal Specification No. F-04-024. 2. Over the term of this Agreement, CONTRACTOR shall be paid for such services an amount in accordance with Attachment 1, "Price Form for RFP No. F-04-024", as completed by CONTRACTOR. Attachment 1 is attached hereto and made a part hereof. 3. CONTRACTOR shall provide the Development Services Department with a monthly invoice in arrears and shall be provided payment within thirty (30) days therefrom. CITY retains the right to challenge all or any part of an invoice. 4. The initial term of this Agreement shall be one (I) year from the date first shown above and is subject to termination by either party upon thirty (30) days written notice to the other. There may be two one-year extensions. 5. CONTRACTOR shall indemnify, defend and hold CITY, its officers, employees and agents harmless from any claim, demand, liability, suit, judgment or expense (including, without limitation, reasonable costs of defense) arising out of or related to CONTRACTOR's Services Agreement - Kleinfelder, Inc. Page 2 of3 e performance of this agreement, except that such duty to indemnify, defend and hold harmless shall not apply where injury to person or property is caused by CITY's willful misconduct or sole negligence. The costs, salary and expenses of the City Attorney and members of his office in enforcing this Agreement on behalf of the City shall be considered as "attorney's fees" for the purposes of this paragraph. 6. While not restricting or limiting the foregoing, during the term of this Agreement, CONTRACTOR shall maintain in effect policies of comprehensive public, general, and automobile liability insurance, in the amount of $1,000,000 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. The policies shall name the CITY as an additional insured and shall provide for ten (10) day notification e to the CITY if said policies are terminated or materially altered. 7. CONTRACTOR shall perform work tasks as directed by the City Engineer, but for all intents and purposes, CONTRACTOR shall be an independent contractor and not an agent or employee of the CITY. 8. In the performance of this Agreement and in the hiring and recruitment of employees, CONTRACTOR shall not discriminate on the basis of race, creed, color, religion, sex, physical handicap, ethnic background or country of origin. 9. Any notice 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: James Funk, Development Services Director City of San Bernardino 300 North 'D' Street San Bernardino, CA 92418 e e e Services Agreement - Kleinfelder, Inc. Page 3 of 3 TO THE CONTRACTOR Kleinfelder, Inc. 1940 Orange Tree Lane Redlands, CA 92374 (909) 793-2691 FAX (909) 793-1704 Nothing in this paragraph shall be construed to prevent the giving of notice by personal service. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above shown. Date: Date: ATTEST: Rachel Clark, City Clerk Approved as to form and legal content: James F. Penman City Attorney By: L7~ e {l by: K1einfelder, Inc. Signature . CITY OF SAN BERNARDINO by: Judith Valles Mayor City of San Bernardino I' Ie I i e e ATTACHMENT 1 TO EXIllBIT "C" PRICE FORM REQUEST FOR PROPOSALS: RFP F-04-024 DESCRIPTION OF RFP: Professional Construction Material Testing Services for Capital Improvement Projects BIDDER'S NAME/ADDRESS: Kleinfelder, Inc. 1940 Orange Tree Lane Redlands, CA 92374 NAME/TELEPHONE NO. OF AUTHORIZED REPRESENTATIVE Allen D. Evans (909) 793-2691 ANNUAL PURCHASE ORDER Effective on or about July 1, 2003 through June 30, 2003 plus two single-year options, for City's partial requirements, on an as-needed basis, with no guaranteed usage for Professional Construction Material Testing Services for Capital Improvement Projects. Option year one, if exercised, shall be effective July 1, 2004 through June 30, 2005. Option year two, if exercised, shall be effective July 1, 2005 through June 30, 2006. Actual option year pricing shall be negotiated with the successful Bidder(s) prior to exercising of any given option year. Option years shall become effective only upon issuance by the City of a duly authorized Purchase Order. Please provide detailed Firm Fixed Price cost information in the spaces provided below, and any other incidental or additional costs required to complete the Technical Specification requirements. . ATTACHMENT 1 TO EXHIBIT "C" e Pro Dosed unit costs for Routine Services: a. 1 - 4 Each Compaction Tests (including curves) Unit Cost $240 Each 5 - 20 Per site visit Unit Cost $360 Each 20+ Unit Cost $540 Each b. 20 (Sets) Each Concrete Cylinder per Set & Unit Cost $150 Each Testing (including collection tests and report) d. 10 Each Asphalt Extraction Unit Cost $130 Each e. 40 Each Asphalt Compaction Unit Cost $180 Each f. 10 Each Soil Gradation/Screen Analysis Unit Cost $1l5 Each g. 50 Hours Grading Observation Unit Cost $70 Hour h. 20 Hours Engineering Geologist Investigation and Consultation Unit Cost $130 Hour e i. 10 Each Soil Boring to 15' Unit Cost $330 Each j. 10 Each Pavement Bore (asphalt) Unit Cost $55 Each k. 10 Each Concrete Core Unit Cost $55 Each Are there any other additional or incidental costs, which will be required by your firm in order to meet the requirements of the Technical Specifications? Yes / (No) . (circle one). If you answered "Yes., please provide detail of said additional costs: Please indicate any elements of the Technical Specifications which cannot be met by your firm. N/A e I . .1' . " . . . ATTACHMENT 1 TO EXHIBIT "C" Have you included in your bid all informational items and forms as requested7l:Yes)/ No (circle one). If you answered "No., please explain: This offer shall remain firm for 90 days from RFP close date. Terms and conditions as setforth in this RFP apply to this bid. Cash discount allowable 5 % thirty (30) days. days; unless otherwise stated, payment terms are: Net 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 RFP. Below, please indicate al Addenda to this RFP received by your firm, and the date said Addenda was/were received. Verification of Addenda Received Addenda No: None Addenda No: Addenda No: AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: Allen D. Evans Area Manager DATE SIGNED: COMPANY NAME & ADDRESS: August 4, 2003 K1e1nfe1der, Inc. 1940 Orange Tree Lane Red1ands, CA 92374 PHONE:(909) 793-2691 FAX: (909) 792-1704 ".' OFFICE OF THE CITY CLERK RACHEL G. CLARK, CM.C. . CITY CLERK 300 North "D" Street. San Bernardino' CA 92418-0001 909.384.5002' Fax: 909.384.5158 www.ci.san-bernardino.ca.us '" November 10,2003 AMEC Earth & Environmental, Inc. 4201 Santa Ana Street, Suite F Ontario, CA 91761 At the Mayor and Common Council meeting of November 3, 2003, the City of San Bernardino adopted Resolution 2003-289 - Resolution approving services agreements with AMEC Earth & Environmental, Inc.,... for provision of professional construction material testing services. Enclosed is one (I) original agreement. Please sign in the appropriate location and return the original agreement to the City Clerk's Office, Attn: Michelle Taylor, P.O. Box 1318, San Bernardino, CA 92402, as soon as possible. Please be advised that the resolution and agreement will be null and void if not executed within 60 days, or by January 2, 2004. If you have any questions, please do not hesitate to contact me at (909)384-5002. Sincerely, On ( (: L.. {/..~JGy Michelle Taylor Senior Secretary 6--...- Enclosure CITY OF SAN BERNARDINO ADOPTED SHARED VALVES: Integrity' Accountability' Respect for Human Dignity' Honesty '" .' OFFICE OF THE CITY CLERK RACHEL G. CLARK, CM.C. - CITY CLERK 300 Nortb "D" Street. San Bernardino' CA 92418-0001 909.384.5002' Fax: 909.384.5158 www.ci.san-bernardino.ca.us o. November 10, 2003 Converse Consultants 10391 Corporate Drive Redlands, CA 92374 At the Mayor and Common Council meeting of November 3, 2003, the City of San Bernardino adopted Resolution 2003-289 - Resolution approving services agreements with Converse Consultants... for provision of professional construction material testing services. Enclosed is one (I) original agreement. Please sign in the appropriate location and return the original agreement to the City Clerk's Office, Attn: Michelle Taylor, P.O. Box 1318, San Bernardino, CA 92402, as soon as possible. Please be advised that the resolution and agreement will be null and void if not executed within 60 days, or by January 2, 2004. If you have any questions, please do not hesitate to contact me at (909)384-5002. Sincerely, '" I . ~ II I { U (1- , Michelle Taylor Senior Secretary '~ (;' L' Enclosure CITY OF SAN BERNARDINO ADOPTED SHARED VALUES: Integrity' Accountability' Respect for Human Dignity' Honesty III KLEINFE An f'mpluyt'l' uwned comp To Michelle Tavlor Citv Clerk's On Citv of San Ber P.G. Box 1318 San Bernardino Subject: Execu We are sending thefi A fully executed contr Messenger First Class Mail Air Fed Ex United Parcel Trans-Box Air Freight Transmitted: ~ As Requested For Approval For Your Use L For Review & Comm U:\GVineyar\BiIling\Fonns\Tran K LEI N F EL D E R 1940 Orange Transmittal LDER ""y Date: December 31,2003 flee Files: nardino Copies: , CA 92402 , ted Contract ollowing: ISI Attached o Under separate cover I act for your files Remarks: If you have any questions, please call at (909) 793-2691 ent By Gwen Vineyard Proiect Assistant smtlContract.doc Tree Lane, Redlands, CA 92374 (909) 793-2691 (909) 792-1704 fax -. . OFFICE OF THE CITY CLERK RACHEL G. CLARK, C.M.C. - CITY CLERK 300 Nortb "D" Street. San Bernardino' CA 92418-0001 909.384.5002' Fax: 909.384.5158 www.cLsan-bernardino.ca.us '" November 10, 2003 Kleinfelder, Inc. 1940 Orange Tree Lane Redlands, CA 92374 At the Mayor and Common Council meeting of November 3, 2003, the City of San Bernardino adopted Resolution 2003-289 - Resolution approving services agreements with Kleinfelder, Inc... for provision of professional construction material testing services. Enclosed is one (I) original agreement. Please sign in the appropriate location and return the original agreement to the City Clerk's Office, Attn: Michelle Taylor, P.O. Box 1318, San Bernardino, CA 92402, as soon as possible. Please be advised that the resolution and agreement will be null and void if not executed within 60 days, or by January 2, 2004. If you have any questions, please do not hesitate to contact me at (909)384-5002. Sincerely, C/Jr t l( (l ~ Michelle Taylor Senior Secretary " .. iC! C-:, I Enclosure . CITY OF SAN BERNARDINO ADOPTED SHARED VALVES: Integrity' Accountability' Respect for Human Dignity' Honesty CITY OF SAN BERNARDINO Interoffice Memorandum CITY CLERK'S OFFICE Records and Information Management (RIM) Program DATE: November 17, 2003 TO: Veronica Martinez, Senior Secretary FROM: Michelle Taylor, Senior Secretary RE: Resolution 2003-289 - Converse Consultants CC: Attached is a fully executed copy of the agreement with Converse Consultants for professional construction material testing services. The original agreement is on file in the City Clerk's Office. If you have any questions, please call me at ext. 3206. CITY OF SAN BERNARDINO Interoffice Memorandum CITY CLERK'S OFFICE Records and Information Management (RIM) Program DATE: December 11, 2003 TO: Michael Grubbs, Acting City Engineer FROM: Michelle Taylor, Senior Secretary RE: Resolution 2003-289 - AMEC Earth & Environmental, Inc. CC: Mary Freiberg, Senior Admin. Ops. Supervisor; Veronica Martinez, Senior Secretary Attached is a fully executed copy of the services agreement with AMEC Earth & Environmental, Inc., for provision of professional construction material testing services. The original agreement is on file in the City Clerk's Office. If you have any questions, please call me at ext. 3206. CITY OF SAN BERNARDINO Interoffice Memorandum CITY CLERK'S OFFICE Records and Information Management (RIM) Program DATE: January 6,2004 TO: Michael Grubbs, Acting City Engineer FROM: Michelle Taylor, Senior Secretary RE: Resolution 2003-289 - Kleinfelder, Inc. CC: Mary Freiberg, Senior Admin. Ops. Supervisor; Veronica Martinez, Senior Secretary Attached is a fully executed copy of the services agreement with Kleinfelder, Inc., for provision of professional construction material testing services. The original agreement is on file in the City Clerk's Office. If you have any questions, please call me at ext. 3206. '. ' .., ,< . ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): I \ - 3- c '.., Item # 1\ Vote: Ayes (. '1 Nays .er Change to motion to amend original documents: Resolution # Abstain ..er. 7rc3-z~9 Absent ~ Reso_ # On Attachments: v'" Contract term: _ Note on Resolution of Attachment stored separately: -=- Direct City Clerk to (circle I): PUBLISH, POST, RECORD W/COUNTY Date Sent to Mayor: 11-5-03 Date of Mayor's Signature: il-til>,c.,o, Date ofClerk/CDC Signature: \\-(.,.- 0:' Date Memo/Letter Sent for Signature: 60 Day Reminder Letter Sent on 30th day: 90 Day Reminder Letter Sent on 45th day: IHo-<.."-::' NulINoidAfter: let> [H:.'1) !1-2.-0Y By: - Reso. Log Updated: ,./ --- Seal Impressed: See Attached: ~ate Returned: //'r,.o;/ See Attached: 1:1.. -1/-03 See Attached: Request for Council Action & Staff Report Attached: Updated Prior Resolutions (Other Than Below): Updated CITY Personnel Folders (6413, 6429, 6433, 10584, 10585, 12634): Updated CDC Personnel Folders (5557): Updated Traffic Folders (3985, 8234, 655, 92,389): Copies Distributed to: City Attorney / Parks & Rec. Code Compliance Dev. Services ,,-/ Police Public Services Water Notes: re'i1 Y c!?.JL Prm t:C- Yes 0/' No Byf Yes No ,,-/ By Yes No~ I if Yes No ...L.. Yes NoL By EDA Finance ~ MIS Others: BEFORE FILING. REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term. etc.l Ready to File:_ Date: Revised 01112/01