Loading...
HomeMy WebLinkAbout12-Facilities Management CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: James Sharer, Director Subject: Resolution authorizing execution of an Agreement for Dept: Facilities Management Services and issuance of a Purchase Order to Grand /- Development & Investment Inc. dba Hart Construction "'- Date: April 14, 2008 for City Hall Sewage Lift Station Repair per RFQ F-08- 16. MlCC Meetin~ Date: May 5, 2008 Synopsis of Previous Council Action: Recommended Motion: Adopt Resolution. Contact person: James Sharer ~~-P ..(}, James . Sharer Director of Facilities Management Phone: 384-5244 t" L/ f Supporting data attached: Staff Report, Resolution Ward(s): I ,("-- "- FUNDING REQUIREMENTS: Amount: $49746.00 Source: : Sewer Maintenance Fund - CIP GB07- 03 Acct# 132-431- 5504-7673 Barbara Pachon Director of Finance Council Notes: \.- S/sjoi lID. /,L ",~~~ '- - \"... '- CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT SUBJECT Resolution authorizing execution of an Agreement for Services and issuance of a Purchase Order to Grand Development & Investment Inc. dba Hart Construction for City Hall Sewage Lift Station Repair per RFQ F-08-l6. BACKGROUND The existing sewer lift station in the basement of City Hall is 35 years old. This project will replace both lift pumps and upgrade the control system. Request for Quotations # RFQ F-08-16 was mailed to fourteen vendors, the San Bernardino Chamber of Commerce, and placed on the City Website. Three bids were received on March 11, 2008. The bids were reviewed and the results are as follows: Name of Bidder City Base Bid + Additive Alternate Hart Construction Cerritos $45,223.75 Jimni Svstems Lake Forrest $57,721.00 Caliaqua, Inc. Chino $111,361.00 Grand Development & Investment Inc. dba Hart Construction was the apparent low bidder for the project. Staff contacted the references for Hart Construction and found the company to be qualified for this project. Staff recommends awarding the agreement for service to Grand Development & Investment Inc. dba Hart Construction with a contingency often percent making the total project cost $49,746.00 FINANCIAL IMPACT Funds for this project are included in the Sewer Line Maintenance Fund budget, Account Number 132-431-5504-7673 (Sewer Maintenance Fund) and is project GB07-03 in the Capital Improvement Budget. Since this project is funded by the Sewer Line Maintenance Fund there is no impact on the City's General Fund. RECOMMENDATION Adopt Resolution. ,--. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 - '- .._, --- RESOLUTION NO. RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT FOR SERVICES AND ISSUANCE OF A PURCHASE ORDER TO GRAND DEVELOPMENT & INVESTMENT INC. DBA HART CONSTRUCTION FOR CITY HALL SEWAGE LIFT STATION REPAIR PER RFQ F -08-16. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION l. Grand Development & Investment Inc. dba Hart Construction is the lowest responsible bidder for the City Hall Sewage Lift Station Repair in the City of San Bernardino per RFQ F-08-l6. The City Manager is hereby authorized and directed to execute an Agreement for Services on behalf of the City, a copy of which is attached hereto marked Exhibit "A" and incorporated herein. The Finance Director is hereby authorized and directed to issue a purchase order which references this Resolution to said Contractor in the amount of$45,223.75. SECTION 2. Any amendment or modification thereto shall not take effect or become operative until fully signed and executed by the parties and no party shall be obligated hereunder until the time of such full execution. No oral agreements, amendments, modifications or waivers are intended or authorized and shall not be implied from any act or course of conduct of any party. This resolution is rescinded if the parties to the agreement for service fail to execute it within sixty (60) days of the passage of this resolution. ///11 lUo , I Q 5 - 5 -08 Exhibit "A" AGREEMENT FOR SERVICES. '-' This AGREEMENT is made and entered into this of 2008, by and between the CITY OF SAN BERNARDINO, California, a municipal corporation, hereinafter referred to as the "CITY" and GRAND DEVELOPMENT & INVESTMENT INC. DBA HART CONSTRUCTION., hereinafter referred to as "CONTRACTOR". WITNESSETH WHEREAS, City desires to obtain construction of City Hall Sewage Lift Station Repair in San Bernardino, California; and WHEREAS, Contractor is qualified and licensed to provide said services; and WHEREAS, San Bernardino City Council has elected to engage the services of Contractor upon the terms and conditions as hereinafter set forth; and NOW, THEREFORE, it is mutually agreed, as follows: 1. SCOPE OF SERVICES .- Contractor shall perform those services specified in Request for Quotation, RFQ F -08-16 and as contained in the bid dated March 10,2008, (which is on file at the City Clerk's Office) a copy of which is attached hereto as Exhibit "I", and all of which are incorporated herein as though set . forth in full. ~ 2. TERM OF AGREEMENT Contractor shall commence within five (5) days after the City has authorized work to start by issuance of a Notice to Proceed. 3. STANDARD OF PERFORMANCE Contractor shall complete all work in conformance with Federal, State, and local regulations and industry standards. 4. CHANGES/EXTRA SERVICES A. Performance of the work specified in the Request for Quotation RFQ F-08-I6 dated February 12,2008, are made an obligation of Contractor under this Agreement, subject to any changes made subsequently upon mutual agreement of the parties. All such changes shall be considered as additional tasks and shall be incorporated by written amendments to this Agreement and include any increase or decrease in the amount of compensation due Contractor for the change in scope. Any change, which has not been so incorporated, shall not be binding on either party. --- Exhibit "A" ~,- B. Contractor shall render no extra services -under this Agreement unless City authorizes such extra services in writing prior to performance of such work. Authorized extra services shall be invoiced based on the authorized additional task amounts. '- 5. COMPENSATION A. Upon satisfactory completion of the work, the Contractor will be paid the sum not to exceed $45,223.75 in arrears, for all work and services performed under this contract and upon receipt of itemized invoices, submitted in triplicate to the contract manager. The invoice amount will be based on the actual work performed by task. Contractor will submit an invoice to the City monthly. B. Said compensation shall not be altered unless there is significant alteration in the scope, complexity or character of the work to be performed. City and Contractor shall agree upon any such significant alteration in writing before commencement of performance of such significant alteration by Contractor. Any adjustment of the total cost of services will only be permitted when the Contractor establishes and City has agreed in writing that there has been, or is to be, a significant change in: ..- 1. 2. 3. Scope, complexity, or character of the services to be performed; Conditions under which the work is required to be performed; and Duration of work if the change from the time period specified in the Agreement for completion of the work warrants such adjustment. '- C. The Contractor is required to comply with all Federal, State and local laws and ordinances applicable to the work. The Contractor is required to comply with minimum wage rates in accordance with California Labor Code Section 1770. 6. PAYMENT BY CITY A. The billings for all services rendered pursuant to this Agreement shall be submitted every month by Contractor to City and shall be paid by City within twenty (20) days after receipt of same, excepting any amounts disputed by City. Dispute over any invoiced amount shall be noticed to the Contractor within ten (10) days of billing and a meet and confer meeting for purposes of resolution of such dispute shall be initiated by the City within (10) days of notice of such dispute. All tasks as specified in Exhibit "1" shall be completed prior to final payment. B. No payment will be made for any work performed prior to approval of this contract by City and Notification to Proceed. .- ',- 2 ~- -- 7. Exhibit "An SUPERVISION AND ACCEPTANCE OF SERVICES A. The Director of Facilities Management of City, or his designee, shall have the right of general supervision over all work performed by Contractor and shall be City's agent with respect to obtaining Contractor's compliance hereunder. No payment for any services rendered under this Agreement shall be made without prior approval of the Director of Facilities Management or his designee. 8. COMPLIANCE WITH CIVIL RIGHTS LAWS Contractor hereby certifies that it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, marital status, age, handicap or national origin. Contractor shall comply with all State and Federal Civil Rights Laws in its hiring practices and employee policies. Such action shall include, but not be limited to, the following: recruitment and recruitment advertising, employment, upgrading, and promotion. 9. TERMINATION OF AGREEMENT ,- ',,- A. This Agreement may be terminated by either party upon thirty (30) days' written notice in the event of substantial failure of the other party to perform in accordance with the terms of this Agreement. Each party shall have twenty (20) days following the date of such notice within which to correct the substantial failure, giving rise to such notice. In the event of termination of this Agreement, City shall within thirty (30) days pay Contractor for all the fees, charges and services performed to City's satisfaction by Contractor, which finding of satisfaction shall not be unreasonably withheld. Contractor hereby covenants and agrees that upon termination of this Agreement for any reason, Contractor will preserve and make immediately available to the City, or its designated representatives, maps, notes, correspondence, or records related to work paid for by the City and required for its timely completion, and to fully cooperate with City so that the work to be accomplished under this Agreement may continue within forty-five (45) days of termination. Any subsequent use of such incomplete documents, other than their originally intended use, shall be at the sole risk of the City, and the City agrees to hold harmless and indemnify Contractor from any claims, losses, costs, including attorney's fees and liability arising out of such use. Contractor shall be compensated for such services in accordance with Exhibit "I". B. This Agreement may be terminated for the convenience of the City upon thirty (30) days written notice to Contractor. Upon such notice, Contractor shall provide work product to City, and City shall compensate Contractor in the manner set forth above. C. Following the effective date oftermination of this Agreement pursuant to this section, the Agreement shall continue until all obligations arising from such termination are satisfied. '--. 3 - ~ 10. Exhibit "A" CONTINGENCIES In the event that, due to causes beyond the control of and without the fault or negligence of Contractor, Contractor fails to meet any of its obligations under this Agreement, and such failure shall not constitute a default in performance, the City may grant to Contractor such extensions of time and make other arrangements or additions, excepting any increase in payment, as may be reasonable under the circumstances. Increases in payment shall be made only under the "changes" provision of this Agreement. Contractor shall notify City within three (3) days in writing when it becomes aware of any event or circumstances for which it claims or may claim an extension. II. INDEPENDENT CONTRACTOR 12. ,t,....... '-' 13. -, "'- Contractor shall act as an independent contractor and shall not be considered an employee of the City in the performance of the services provided for under this Agreement. Contractor shall furnish such services in its own manner. This Agreement is not intended and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association between Contractor and the City. ASSIGNMENT OR SUBCONTRACTING Contractor shall not assign this Agreement, or any portion thereof without the written consent of City. Any attempt by Contractor to assign or subcontract any performance of this Agreement without the written consent of the City shall be null and void and shall constitute a breach of this Agreement. All subcontracts exceeding $10,000 shall contain all provisions of this contract. NOTICES All official notices relative to this Agreement shall be in writing and addressed to the following representatives of Contractor and City: CONTRACTOR CITY Grand Development & Investment Inc. dba Hart Construction Joe Tsu P.O. Box 4685 Cerritos, CA 90703-4685 Jim Sharer Director of Facilities Management 300 N. "D" Street San Bernardino, CA 92418 14. RESPONSIBILITIES OF PARTIES A. The Contractor may reasonably rely upon the accuracy of data provided by the City or its agents. B. Upon completion of all work under this contract, ownership and title to all reports, documents, plans, specifications, and estimates produced as part of this contract will automatically be vested in the City and no further agreement will be necessary to transfer ownership to the City. 4 Exhibit "A" /.-. "- C. For the purpose of determining compliance with Public Contract Code Section lOllS, et. seq. and Title 21, California Code of Regulations, Chapter 21, Section 2500 et. seq., when applicable, and other matters connected with the performance of the contract pursuant to Government Code Section 8546.7, the Contractor, subconsultant, and the City shall maintain all the books, documents, papers, accounting records, and other evidence pertaining to the performance of the contract, including but not limited to, the costs of administering the contract. All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of fmal payment under the contract. The State, the State Auditor, or any duly authorized representative of the Federal government having jurisdiction under Federal laws or regulations (including the basis of Federal funding in whole or in part) shall have access to any books, records, and documents of the Contractor that are pertinent to the contract for audits, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested. IS. HOLD HARMLESS CLAUSE .- "- A. Contractor shall indemnify, defend and hold free and harmless the City, its officers, and its employees from all claims, damages, costs, expenses, and liability, including, but not limited to attorney's fees, imposed upon them for any alleged infringement of patent rights or copyrights of any person or persons in consequence of the USe by City, its officers, employees, agents, and other duly authorized representatives, of programs or processes supplied to City by Contractor under this Agreement. B. The prevailing party in any legal action to enforce or interpret any provisions of this Agreement will be entitled to recover from the losing party all reasonable attorneys' fees, court costs, and necessary disbursements in connection with that action. The costs, salary, and expense of the City Attorney and members of his office, in connection with that action shall be considered as attorneys' fees for the purposes of this Agreement. 16. INDEMNITY ~ Contractor shall indemnify, defend and hold harmless City from and against any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including reasonable attorney's fees), and liabilities, of, by, or with respect to third parties, which arise from Contractor's negligent performance of services under this Agreement. Contractor shall not be responsible for, and City shall indemnify, defend, and hold harmless Contractor from and against, any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including reasonable attorney's fees) and . liabilities of, by or with respect to third parties, which arise from the City's negligent performance under this Agreement. With respect to any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including 5 ,- '- 17. - '-' 18 Exhibit "A" reasonable attorney's fees) and liabilities of, by or-with respect to third parties, which arise from the joint or concurrent negligence of Contractor and City, each party shall assume responsibility in proportion to the degree of its respective fault. LIABILITY IINSURANCE Contractor shall maintain insurance policies meeting the minimum requirements set forth herein. All insurance maintained by the Contractor shall be provided by insurers satisfactory to the City. Certificates evidencing all insurance coverage required herein shall be delivered to the City prior to the Contractor performing any of the services under this Agreement. All insurance certificates required herein shall name the City as an additional insured and provide for thirty-(30) days written notice from the insurer to the City prior to cancellation of any insurance policy of the Contractor. A. Comorehensive General Liability and Automobile Insurance. The Contractor shall maintain comprehensive general liability and automobile liability insurance with a combined single limit of not less than One Million Dollars ($1,000,000.00) per occurrence. B. Worker's Comoensation Insurance. The Contractor shall maintain worker's compensation insurance in accordance with the laws of the State of California for all workers employed by the Contractor. VALIDITY Should any provision herein be found or deemed to be invalid, this Agreement shall be construed as not containing such provision, and all other provisions which are otherwise lawful shall remain in full force and affect, and to this end the provisions of this Agreement are declared to be severable. 19 ENTIRE AGREEMENT IIIII IIIII --- This Agreement represents the entire and integrated agreement between the parties hereto and supersedes all prior and contemporaneous negotiations, representations, understandings, and agreements, whether written or oral, with respect to the subject matter thereof. This Agreement may be amended only by ~tten instrument signed by both parties. 6 Exhibit "A" .- AGREEMENT FOR Services with Grand IJeveroprrient & Investment Inc. dba Hart Construction. '- IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on the date written above by their duly authorized officers on their behalf. CITY OF SAN BERNARDINO GRAND DEVELOPMENT & INVESTMENT INC. DBA HART CONSTRUCTION. BY: BY: Fred Wilson, City Manager City of San Bernardino Signature NAME: TITLE: - \",... ATTEST: BY: Rachel Clark, City Clerk City of San Bernardino Approved as to form: JAMES F. PENMAN City Attorney ...... "-" 7 GxHIBIT ,I (oJ. CONTAAGTOF' "..-"..... '-' BID AND CONTRACT DOCUMENTS For RFQ F-OS-16 THE CONSTRUCTION OF City Hall Sewage Lift Station Repair City of San Bernardino Facilities Management Department :,...-. ~. February 12, 2008 ~~:J",~~~ .{ ;-.~":;,,,:,,;~ F~ t;1:~.,. San Bernar I'no ~ SM ,,- ~ . February 12, 2008 SUBJECT: NOTICE INVITING BIDS {RFQI F-GS-16 The City of San Bernardino (City) invites bids from qualified vendors for. City Hall Sewage Lift Station Repair .-, { '- Parties interested in obtaining a copy of this RFO F-Q8-16, may do so by accessing the City of San Bernardino Web Page at www.sbcltv.ora > Request for Bids> City Finance beginning February 12, 2008 or by faxing their request to (909) 384-5043, attention Deborah R. Morrow, Purchasing Manager. Please include the following information in your request: name and address of firm; name, telephone and facsimile number of contact person; specify RFO F-08-16.' . Copies of the RFO may also be obtained by calling Deborah R. Morrow, at (909) 384- 5085, Sylvia at (909) 384-5348, or in person at City Hall, 300 N. "0" St., 4th floor Finance, San Bernardino, CA 92418. There will be a Mandatory Job Walk on February 19, 2008 at 1 :00 PM at City Hall, 300 N. "0" Street, 4th Floor Finance, San Bernardino CA 92418. Bids will onlv be acceoted from those who have attended this iob walk. Closing Date: Bids must be submitted at or before 3:00 PM, March 11,2008, at the address listed above. Issuance of this RFO and/or receipt of bids do not commit City to award a contract. Sincerely, _. ........ Deborah R. Morrow, Purchasing Manager ."-' '- IECTlON I. INSTRUCTIONS TO BIDDERS - '" '- - '- '- I. INSTRUCTIONS TO BIDDERS There will be a Mandatory Job Walk on February 19, 2008 at 1:00 PM at City Hall, 300 N. "0" Street, 4111 Floor Finance, San Bemardino CA 92418. Bids will onlv be acceoted from those who have attended this iob walk. A. Examination of Bid Documents 1. By submitting a bid, the Bidder represents that it has thoroughly examined and become familiar with the items required under this RFC and that it Is capable of quality performance to achieve the City's objectives. 2. The City reserves the right to remove from its mailing list for Mure RFCs, for an undetermined period of time, the name of any Bidder for failure to accept a contract, failure to respond to two (2) consecutive RFCs and/or unsatisfactory performance. Please note that a "No Bid" is considered a response. B. Addenda -- '-' Any City changes to the requirements will be made by written addendum to this RFC. Any written addenda issued pertaining to this RFC shall be incorporated into the terms and conditions of any resulting Purchase Order. The City will not be bound to any modifications to or deviations from the requirements set forth in this RFC as the result of oral instruction. C. Clarifications 1. Ex-mlnatlon of Documents Should a Bidder require clarifications of this RFC, the Bidder shall notify the City in writing in accordance with Section C.2 below. Should It be found that the point in question is not clearly and fully set forth, the City will Issue a written addendum clarifying the matter, which will be sent to all persons who have requested the RFC. 2. Submlttlna Reauests a. All questions, clarifications or comments shall be put in writing and must be received by the City no later than February 26. 2001 and be addressed as follows: --- City of San Bemardino 300 North "0" Street 4th floor, Finance 3 ,,<-- '-- ,.,...- "'- '-' Attn: Deborah R. MOrTew, San Bernardino, CA 92418 b. The exterior envelope of all requests for clarifications, questions and comments must be clearly labeled, "Not an Offer." The City is not responsible for failure to respond to a request that has not been labeled as such. The City will also accept questions sent by facsimile machines; however, all faxed questions must be received by the City no later than the date and time specified above. Send facsimile transmissions to (909) 384-5043, attention Deborah R. Morrow, Purchasing Manager. c. Inquiries received after February 26, 2008 will not be accepted. 3. City ResDonses Responses from the City will be communicated in writing to all recipients of this RFQ, and will be postmarked no later than March 4, 2008. O. Submission of Bids 1. Date and Time All bids are to be submitted to the City of San Bernardino, Attention: Deborah R. Morrow. Bids received after 3:00 PM March 11. 2008. will be rejected by the City as non-responsive. 2. Address Bids shall be addressed as follows: City of San Bernardino 4th Floor, Finance RFQ F-G8-16 300 N. "0" Street, 4th floor San Bernardino, CA 92418. Bids may be delivered in person to the Purchasing Division, 4th floor of the above address. 3. Identification of Bids Bidder shall submit a bid package consisting of: a) one (1) signed original and two (2) copies. 4 ""... '- ,~""'''. '- <- ~ The bid package shall be addressed as shown above, bearing the Bidder's name and address and clearly marked as follows: "RFQ F-08-16: City Hall Sewage Lift Station Repair" 4. AcceDtance of Bids a. The City reserves the right to accept or reject any and all bids, or any item or part thereof, or to waive any infonnalities or irregularities in bids. . b. The City reserves the right to withdraw this RFO at any time without prior notice and the City makes no representations that any contract will be awarded to any Bidder responding to this RFO. c. The City reserves the right to postpone bid opening for its own convenience. E. P~onu.ctuaIExD8nses Pre-contractual expenses are defined as expenses incurred by the Bidder in: 1. preparing its bid in response to this RFQ; 2. submitting that bid to City; 3. negotiating with City any matter related to this bid; or 4. any other expenses incurred by the Bidder prior to date of award, if any, of the Agreement. The City shall not, in any event, be liable for any pre-contractual expenses incurred by Bidder in the preparation of its bid. Bidder shall not include any such expenses as part of its bid. F. Conu.ct Award Issuance of this RFO and receipt of bids does not commit the City to award a Purchase Order. The City reserVes the right to postpone bid opening for its own convenience, to accept or reject any or all bids received in response to this RFO, and to negotiate with other than the selected Bidder(s) should negotiations with the selected Bldder(s) be tenninated. !he City also reserves the rlaht to aDDortion the award amona two or more Bidders. < - '- .....- ....... - '- G. Acceptance of Order The successful Bidder will be required to accept a Purchase Order in accordance with and including as a part thereof the published Notice Inviting Bids. and the RFQ documents including all requirements. conditions and specifications contained therein, with no exceptions other than those specifically listed in the written purchase order. 6 .-.- '- ~ &1' 9' r0 .- g' '- Q' ~ ~ ri G1 [iJ' g ~ " City of San Bernardino, Finance Department Purchasing Division Bid Documents to Be Returned RFP F-OB-16 CITY HALL SEWAGE LIFT STATION REPAIR C f C t t L. III Bid Content and Forms General Specification #35. Inslruclions 10 Offeror(s) opy 0 on rac or Icense' . /Bidders . . Bidder EXIJerience, Competency, Qualification and Profile (Vendor Document) III Proposal I Bid Content Forms Non-Collusion Affidavit (City Form) Instructions to Offeror(s) I Bidders. Listing of Proposed Subcontractor lit Proposal I Bid Contenl and Forms Price Form (City Form) Instructions to Bidders, III Bid Content end Forms Authorized Signatures Instructions to Bid~ers Bidder Identification III Bid Conlent and Forms Addendum(s) Received Iii Bid Content and Forms 90 Day Bid Validity Statement iii Bid Content and rorms Authorized Signatures III Bid Content and Forms References III Bid Content and Forms Calendar Day Acknowledgment of Delivery of Materials or Services General Specifications #9 Proper Identification and Submittal of Proposal/Bid Pacl<age, and Price Form I Instructions to Bidders. III Bid Content and Forms Bidders are requested to submit this checklist completed with all bid documents. '- 2 - "'- SECTION II. TECHNICAL SPECIFICATIONS ~'.- "- ,~ "- 7 ~ y '- City of San Bernardino TECHNICAL SPECIFICATIONS RFQ F-OB-16 CITY HALL SEWAGE LIFT STATION NOTICE "SPECIAL INSTRUCTIONS TO THE BIDDER" Services: Bidder shall complete right-hand column indicating brief reasoning for exceptions to requirements when not acceptable. State "Acceptable" if requirements are agreeable as set forth in left-hand column. Equipment: Bidder shall complete right-hand column indicating specific size and or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. r~' FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID '- - SECTION A: Sewaae Pump Replacement , ACCEPTABLE IAS SPECIFIED Materials, 10 include: 1. Two (2) Essco model 4934 torque fluid submersible vortex pump with 100% recessed vortex, 8.375" S dia. 8S(493s) vane, impeller capable of passing 3 diameter and long length solids. Each unit shall be constructed of heavy duty engineered cast All spQlr,tJlcl. iron with'ductile iron impeller, cast iron volute, assembled with stainless steel hardware and a 4" discharge flange. The pump shall be painted with standard factory paint. Each pump shall be equipped with a cool agivent device, which shall vent. the pump cas~, cool the motor and agitate the wet well. Reliance, 3HP, 1150rpm, 460Volts/3phase/60Hz., 180TY frame, UL listed submersible explosion proof motor, rated Class 1, Division 1, Groups C & 0 for hazardous locations, with Buna-N O-rings, carbon/ceramic upper mechanical seal with Buna-N elastomers and carbon/ceramic lower mechanical seal with Buna-N '- 8 y - .,--. ~ ,,_. '-' \".... ~ elastomers, 416 stainless steel shaft, Class Ag Sf<<..~:ecl. F insulation, oil buffer zone, moisture sensing probes, built in thermal overload protection, 25ft motor leads. The exterior of the motor shall be coated with standard factory paint. 2. Two (2) 304 stainless steel lifting chain, 20ft long (Attached to pump's handle). 3. Two (2) 24" diameters x y." thickness steel cover plate. 4. Misc. materials include 4" new 4" type "L" hard copper discharge pipes, fittings and electrical flexible conduits. Field Work, to include: 1. Remove two existing vertical column pumps ACG2pto..ble. out from pit and contractor to dispose of properly. 2.. Install two above described pumps in wet pit. 3. Install pipe support for the existing discharge piping above the gate valve. 4. Remove debris from the bottom of the basin. Please note the pit is inaccessible for vacuum truck cleaning. Perform Confined Space Entry. 5.. Install electrical conduits and fittings for new installed pumps' cables. . 6. Install two steel plates to cover the openings. SECTION B: Existina Control Panel Modification ACCEPT ABLE I AS SPECIFIED Materials, to include: Af spRCl J~~ot. 1. Two (2) New electrical motor contactors, Cutler-Hammer 2. Two (2) Thermal overload protection relays, adjustable range 4.5-6.5 amps. 3. One (1) Panel to mount moisture and over-- 9 ,- "'- ,-, '-' '- , 7 7 temp detection relays, terminal blocks and 4q Qpec\ g\eJ. . digital level controller model PD690 (Installed next to existing control panel), 4. One (1) Submersible pressure transducer, KPSI, modeI700-series, 30ft in length of cable. Misc. materials include flexible electrical conduits, wiring modification and electrical fittings. Field Electrical Works, to include: A{cepto.ble. 1. Modify existing control panel from air bubbler system to digital level controller transducer system. 2. Remove unnecessary wiring and electrical components in existing control panel. 3. Install new motor contactors and thermal overload protection relays in existing control panel. 4. Remove existing )1," air bubbler pipe in pit and panel. Install submersible transducer in I the pit. 5. Install level controller panel next to existing control panel and wiring connection between' two panels. 6. Test run both pumps and system in auto and manual mode. SECTION c: Optional Items: ACCEPT ABLE I AS SPECIFIED 1, Furnish and install a slide rail system. 2. Replace the pve piping & fittings with 4" 304 A <<OptClbl.Q.. stainless steel materials, 3. Furnish and install 4" gate valves and 4" check valves to replace existing valves planned to be reused. 10 ..."".... '- ,- ~ ........ . ~ . SECTION D: Schedule ACCEPTABLE I AS SPECIFIED This work will be performed on Saturday, Acc.erk.bl.e. Sunday and following Monday and Tuesday. All plumbing works shall be done on Saturday and Sunday, only electrical works shall be performed on weel,days. . II '-' SECTION III. BID CONTENT AND FORMS - '- ,- '- " ,- "- III. BID CONTENT AND FORMS A. BID FORMAT AND CONTENT 1. Presentation Bids should not include any unnecessarily elaborate or promotional material. Information should be presented in the order in which it is requested. Lengthy narrative is discouraged. and presentations should be brief and concise. Bids shall contain the following: a. identification of Bidder, including name, address and telephone; c. .- d. "-' e. . b. proposed wo/1(ing relationship between Bidder and subcontractors, if applicable; acknowledgment of receipt of all RFQ addenda. if any; name, title. address and telephone number of contact person during period of bid evaluation; a statement to the effect that the bid shall remain valid for a period of not less than 90 days from the date of submittal; and 1. signature of a person authorized to bind Bidder to the terms of the bid. Bidder may also propose enhancement or procedural or technical Innovations to the Technical Specifications which do not materially deviate from the objectives or required content of the project. 2. ExceDtlonslDevlaUons State any exceptions to or deviations from the requirements of this RFO, stating "technical" exceptions on the Technical Specifications form, and 'contractual" exceptions on a separate sheet of paper. Where Bidder wishes to propose altemative approaches to meeting the City's technical or contractual requirements. these should be thoroughly explained. 3. gualiflcatlons. Related Exoerlence and References of Bidder This section of the bid should establish the ability of Bidder to setisfactorily perform the required wo/1( by reasons of experience in performing wo/1( of a similar nature; demonstrated competence in the services to be provided; ,- '-' ,..-. "- ;,~ .,,- B. -. '-' strength and stability of the finn; staffing capability; work load; record of meeting schedules on similar projects; and supportive client reference. Bidder shall: a. provide a brief profile of the firm, including the types of services offered; the year founded; form of the organization (corporation, partnership, sole proprietorship); number, size and location of offices; number of employees; b. describe the finn's experience in performing work of a similar nature to that solicited in this RFQ: c. provide, as a minimum, Eight (8) references from current customers of a similar size as the City as related experience; reference shall fumish the name, title, address and telephone number of the person(s) a the client organization who is most knowledgeable about the work perfonned. 4. ADoendices Infonnation considered by Bidder to be pertinent to this RFQ and which has not been specifically solicited in any of the aforementioned sections may be placed in a separate appendix section. Bidders are cautioned, however, that this does not constitute an invitation to submit large amounts of extraneous materials; appendices should be relevant and brief. UCENSING AND CERTIFICATION ~EQUIREMENTS By submitting a bid, bidder warrants that any and all licenses and/or certifications required by law, statute, code or ordinance in perfonning under the scope and specifications of this RFQ are currentiy held by bidder, and are valid and in full force and effect. Copies or legitimate proof of such licensure and/or certification shall be included in bidder's response. plds lackinG cODles andlQ[ Droof of said licenses and/or certifications may be deemed non-resDOnslve and may be relected. C. COST AND PRICE FORMS Bidder shall complete the Price Fonn in its entirety including: 1) all items listed and total price; 2) all additional costs associated with performance of specifications; and 3) Bidder's identification infonnation including a binding signature. 14 '- Bidder shall state cash discounts offered. Unless discount payment terms are offered, payment terms shall be "Net 30 Days". Payment due dates, including discount period, will be computed from date of City acceptance of the required services or of a correct and complete invoice, whichever is later, to the date City's check is mailed. Any discounts taken will be taken on full amount of invoice, unless other charges are itemized and discount thereon is disallowed. Freight terms shall be F.O.B. Destination, Full Freight Allowed, unless otherwise specified on price form. _. '- '- 1< , ~ ,,_. '- PRICE FORM REQUEST FOR QUOTES: RFQ F-08-16 DESCRIPTION OF RFQ City Hall Sewage Lift Station Repair Contract BIDDER'S NAME/ADDRESS: GfMd DelJtlt ell f P.O. Bo)( M/irc; CQrn+os: , OJ 90703 0" ) NAME/TELEPHONE NO. OF AUTHORIZED REPRESENTATIVE '1<X!. S. H.Ju le.l: (6~b) ~:l s- *Oh:l- ,-. , '- ITEMS: Section A: Sewaoe Pump Rep.lacement 1) Labor 2) Materials Section B: Existinq Control Panel Modification 1) Labor 2) Materials NOT TO EXCEED TOTAL: Section C: Optional Items 1) Labor 2) Materials v'-' '- 16 FLAT FEE: $~6{'Q.()() $ 11. ~'1Q.OO $ 2,OLl-O.OO $ 3,6'1..0.00 $ ~l+ J '40 . 00 $ 4.oS?n.oo . , $ 1.oc3.1( . ~ , ......... Are there any other additional or incidental costs, which will be required by your ~ in order to meet the requirements of the Technical Specifications? Yes / ~ (circle one), If you answered "Yes", please provide detail of said additional costs: Please indicate any elements of the Technical Specifications that cannot be met by your firm, ,- Have you included in your bid, all informational items and forms as requested~ / No (circle one), If you answered "No", please explain: '.......,. This offer shall remain firm for 90 days from RFQ close date, Terms and conditions as set forth in this RFQ apply to this bid, Cash discount allowable % __ days; unless otherwise stated, payment terms are: Net thirty (30) days, In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed, From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm, and the date said Addenda was/were received, Verification of Addenda Received, '- Addenda 1\10: Addenda No: Addenda No: ___ Received on: Received on: Received on: J NO aJdQftdu.1I1 pcsfd. 17 .,P ~ ,,-'~ '- PRINT SIGNER'S NAME AND TITLE r.---- -' AUTHORIZED SIGNATURE: DATE SIGNED: 3-/C? - ~(/? COMPANY NAME & ADDRESSGrorJ. ~Iopme"r f In\lI~J..(. })BA, Ih...t eotlCl-",c.+[(\(l PHONE (6~)J-;2?-80('- FAX (<;f,:l-) q::>-It-1350 IF SUBMITTING A "NO BID", PLEASE STATE REASON(S) BELOW: - '--. ","""" "'-' lR , , T _. '-' NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO In accordance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of perjury: That he/she has not, either directly or indirectly, entered into any agreement participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with RFQ F-OB-16. - G,,-p.n d 'Devel'llprne..,f J< :r.n ves.+m....t .Inc.. Business Name D f>A - tJ A Il r c..D,JS.ff(!J&.:T/7JN BU~inessAddress /U2.b MeA4DW ])r, Arfeslo. CA '10?0} Signature of bidder X 4ft-l --ti2- // f ~/ /2~~(, )1;fAor)w 'Pr. A/7771J:10 cA q(} "7'" I PI<!ce of Residence '- Subscribed and sworn before me this SeV-e...+/l day of ~yvl.... Notary Public in and for the County of Lv;> An'" e I -eS ,State of California. ~ 2o,f 1 _" My commission expires tN,T. I '-I- ,20-1,L. j- - ~ - - - - - - - - ~ - - & - - . ... . KUOHUA MA . Commlnlon # '768402 r I . .. Notary PUt>lIc . C alllornla I J La. Angele. County ! _ _ . _ . _~~~~.1~.~~' J ~u-eiwcrll&:c- /.-... ~ 19 i'~- "- iECTION V. GENERAL SPECIFICAnONS f_ '- ,-'-' '- ?n --- .- i '- - '- V. GENERAL SPECIFICATIONS 1. Each bid shall be in accordance with Request for Quotes (RFQ) Number FoOa-16. All specifications are minimum. Bidders are expected to meet or exceed these specifications as written. Bidder shall attach to their bid a complete detailed itemization and explanation for each and every deviation or variation from the RFO specifications and requirements. Conditional bids, or those that take exception to the RFO specifications and requirements, may be considered non-responsive and may be rejected. 2. The City reserves the right to accept or reject any and all bids and to award a contract to the bidder whom best meets the City's requirements. This may include waiver of minor irregularities or discrepancies, or nonconformity to Specifications in appropriate circumstances. Purchase shall be on a best buy basis after due consideration of all relevant factors, including but not limited to, workmanship, accessibility of parts and service, known evidence of manufacturer's responsibility and record, durability and known operational record of product and suitability as well as conformity to City needs and requirements. In all cases the best interest of the City shall prevail In all contract awards. 3. The City of San Bernardino reserves the right to purchase more or less than the quantities specified at unit prices bid. 4. Bids shall be firm offers, subject to acceptance or rejection within 90 days of the opening thereof. s. Regular dealer. No bidder shall be acceptable who is not a reputable manufacturer or dealer of such iterns as submitted for bid consideration. 6. All materials, workmanship and finish entering Into the construction of the equipment must be of the best of these respective kinds and must conform to the character of the equipment and the service for which It is Intended to be used and shall be produced by use of the current manufacturing processes. "Seconds", factory rejects, and substandard goods are !I2l acceptable. 7. Each bidder shall submit with their bid a copy of the proposed product specifications, complete detailed drawings, and other descriptive matter in sufficient detail to c1eariy describe the equipment, materials and parts offered. 8. Manufacturer andlor Contractor shall defend any and all suits and assume all liability for any and all claims made against the City of San Bernardino, or any of its officials or agents for the use of any patented process, device or article forming a part of equipment or any item fumlshed under the contract. 9. Each bidder must state in their bid the guaranteed delivery date of product andlor services in number of calendar deys from the date of contract execution by the City of San Bernardino, time is of the essence relative to this contract. Contractor shall prosecute the work continuously and dHigently and shall deliver the items at the eariiest possible date following the award of the contract. 10. Each bidder shall lis! in their bid all factory, manufacturer's and/or dealer's warranty and/or guarantee coverage and shall submit such written documents evidencing the same attached to the bid. 11. Sucoessful bklder(s) (Contractor) shall furnish and deliver to the City complete equipment as bid and awarded. ready for installation and fully equipped as detailed in these specifications. 12. PrIce shall be quoted F.O.B. San Bernardino (all transportation clharges shaH be fully prepaid). and shall Include all discounts. BId shall Include California sales tax, where applicable, computed at the rate of 7.75% 8IId Madclltlona' City of 8M Bernardino Transaction and Use Tax computed at the rate of 0.25% where applicable (this will normally be shown as a separate line item on the price form). 13. City shall make payment within thirty (30) days after the complete delivery and acceptance of the specified items by the City of San Bernardino and receipt of lh8 Contractor's priced invoice. 14. All "standard equipmenr is included in any bid. Blddels furnishing bids under these specifications shall supply all items advertised as 'standard" equipment even if such items are not stipulated in the speciflC8tions, unless otherwise c1eariy accepted in the bid. 15. The items which the bidder proposes to fumish ttie City must comply In all respects with the appropriate safety regulations of all regulatory commissions of the Federal Government and the State of California, whether such safety features and/or items have been specifically outlined in these specifications or nol 16. Contractor delivering equipment pursuant to these RFQ specifications shall guarantee that equipment meets specifications as set forth herein. If it is found that equipment delivered does not meet '1 \-.. ",,- requirements of these specifications the Contractor shall be required to correct the same at their own expense. 17. By submitting a bid, each bidder agrees that in the event complete delivery is not made within the time or times set forth pursuant to this specification, damage will be sustained by the City, and that it is, and will be impractical and extremely difficult to, ascertain the actual damage which the City will sustain in the event of and by reason of such delay. 18. In case the delivery of the items under this contract is delayed due to strikes, injunctions, govemment controls, or by reason of any cause or circumstance beyond the control of the Contractor, the time for delivery may be extended (in the City's sole discretion) by a number of days to be detennined in each instance by mutual written agreement between the Contractor and the Purchasing Manager of the City of San Bernardino. The City shall not unreasonably refuse such extension. 19. Contract. Each bid shall be submitted and received with the understanding that acceptance by the City of San Bernardino of bid in response to this solicitation shall constitute a contract between the Contractor and the City. This shall bind the Contractor to fumish and- deliver at the prices bid and in complete accordance with all provisions of RFQ No. F.oa-16. In most cases the basis of award will be the City's standard purchase order that may or may not incorpolllte this solicitation by reference. 10. Prohibited interest. No member, officer, or employee of the City or of any agency of the City during his tenure or for one year thereafter shall have any interest, direct or indirect in this contract or the proceeds thereof. Furthermore, the parties hereto covenant and agree that to their knowledge no board member, officer or employee of the City has any interest, whether contractual, 11OIHXlI1lraclu1. financial or otherwise, in this transaction, or in the business of the contracting party other than the City, and that if any such interest comes to the knowledge of either party at any time. a full and complete disclosure of all such information will be made in writing to the other party or parties, even if such interest would not be considered a conIIict of Interest under Article 4(commencing with SectIon 1090) or Article 4.6 (commencing with Section 1120) of Division 4 ofTiUe I of the Govemment Code of the State of Califomia. 11. One Document. These specifications, the notice Inviting bids, RFQ F.oa-16. the Contractor's bid, any written agreement executed by the parties. the purchase order and all documents referred to In the complete specifications and purchase order. and all written modifications of said documents shall be construed together as one document. Anything called for In any one of said documents shall be deemed to be required equally as if called for in all. Anything necessary to complete the work property shall be performed by the contractor, whether speciflC8lly set out in the contract or nol All sections of the spectflcations shall be read as constituting a whole and not as an aggregation of individual parts. and whatever is specified in one section shall be construed as applying to all sections. 11. The City of San Bernardino reserves the right to accept or reject any and all bids. 13. Prompt paymenl Each bidder may stipulate In their bid a percentage prompt payment discount to be taken by the City in the event the City makes payment to the Contractor within ten (10) working days of receipt of material and approval of invoice. For the purpose of this provision. payment Is deemed to be made on the date of mailing of the City check. NOTE: prompt payment discounts will only be used during bid evaluation In the cu. of ties. 14. Inquiries. Direct all Inquiries to Deborah R. Morrow, Purchasing Manager at 909-384-5085. Technical questions may be sent via fax to 909-384-5043. The answers to material questions will be provided to all potential bidders. 15. BldlPrIce fonns. No bid will be acceptable unless prices are submitted on the pricing fonns furnished herein, and all required forms are completed and included with bid. Deliver all bids. signed and sealed, to the Purchasing Division, Finance Department at 300 North "D" Street, 4'" Roar, City Hall, San Bernardino. California 92418. CLEARLY MARK THE RFQ SPECIFICATION TITLE "CITY HALL SEWAGE UFT STAnoN REPAIR" AND NUMBER F.oa-16 ON THE OUTSIDE OF THE ENVELOPE. 16. Time. All bids must be received in the Purchasing Division no later than 3:00 P.M.. March 11. 2008. where at such time and said place bids will be publicly opened. examined and declared. Any bid may be withdrawn by bidder prior to the above scheduled time for the opening of bids. Any bid received after that time and date specified shall !!IQI be considered. 17. The City of San Bernardino reserves the right at its own discretion to award separate contracts for each category, or to award multiple contracts, or to award one contract for furnishing and delivering of all equipment and/or services in all categories. "- >...-, '- 22 ~ ~ ~._. '- - 28. Equipment. In the purchase of equipment, Contractor shall be required to furnish one (1) OPERATORS MANUAL and one (1) PARTS MANUAL for all equipment bid. 29. In submitting a bid to a public purchasing body. the bidder offers and agrees that if the bid is accepted. it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (U.S.C. See 15) or under the CartWright Act (Chapter 2, commencing with Section 16700 of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. 30. Contractor shall indemnify, defend and hold City, its officers, employees and agents harmless from any claim, demand, liability, suit, judgment or expense (including, without limnation, reasonable costs of defense) arising out of or related to Contractor's performance of this agreement, except that such duty to indemnify, defend and hold harmless shall not apply where injurylo 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. 3J. 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 coverllge, 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. ;G.- FAITHFUL PERFORMANCE BOND/BID BOND. Not required. The CeRlFaGtE>r willlle reEjwirea tE> ft.lmiE:A a sasRier'E: GRBsk, l;eFtifieB sRstk Sf faitRfbll peFferfllaRG9 eeRS I biB BSRS maas payaele Is tl:le Cit>j sf SaA BerA3refiFls iR SA am9\::1Rt 9E1b1al fe 1QO% ,110% afiRe Big pRSS fe iR6b1re tRB s9AlFastar's faithl\,/I ~eFlE>rl'AaR_e 9f thiE _E>"lra_1. Saie E~ret'/ sRalllle swbjest Is the a~pFG'.'al ef tRe City ef SaR 8erRar.efiAB, seRBE ERSil Be iF! aSSera3F\tB with OrdiR:aRts ~Je. 621, ~astieR 2~99, aRa tRe GSFpSratisR iSSbfiR@ saia BeAg 8Rall !:Ia'le a (atiRg iR Iieel's FRast reS8,RtiRE:WFaRS9 i1l:iiefe af "/>J.- er setter. 33. Written contract documents, duly authorized and signed by the appropriate authority, constiture 'the' complete and entire agreement(s) that may result from the RFQ. 34. City may, at its discretion, exercise option year renewals for up to 3 years, in one-year increments. 35. By submitting a bid, bidder warrants that any and all licenses and/or certifications required by law, statute, code or ordinance in performing under the scope and specifications of this RFQ are currently held by bidder, and are valid and in full force and effect. Copies or legitimate proof of such licensure and/or certification shall be included in bidder's response. Bids lackinQ cODies and/or proof of said licenses and/or certifications mav be deemed non-responsive and mav be reiected. 36. Once the award has been made and prior to the commencement of the job, the City's Municipal Code (M.C. 5.04.005) requires that a Business doing business with the City, obtain and maintain a valid City Business Registration Certificate during the terms of the Agreement. '- '-' 23 ,.","""'- ,-. SECTION III. 1. Copy of Contractor License. Please see attached. 2. Bidder Ex.perience, Competency, Qualification and Profile (Vendor Document) Please see attached. 3. Non-Collusion Affidavit (City Form). Please see attached. 4. Listing of Proposed Subcontractor. Please see attached. 5. Price Form (City Form). Please see attached. 6. Bidder Identification. Please see attached. 7. Addendum Received. No addendum posted. 8. 90 Day Bid Validity Statement. Yes. 9. Authorized Signatures. Please see attached. 10. Calendar Day Acknowledgement of Delivery of materials or service. Yes. 11. Proper Identification and Submittal ofProposaIlBid Package, and Price Form. Yes 12. Pump, level controller & submersible transducer submittal. Please see attached. '--. !Pad. t: l\IlL :.10 -Il wuk . ( 7 5 ~s) Pv.""PI, f~\~-t vJa.trnYlt~: I ~ tUuttllt', --. , ,,-. HART CONSTRUCTION 1 fr 'lr6'1?/ Il,,/d. "'--' Joe S.H. Tsu - P.O BOX 4665 TEL: (626) 523,6062 CERRITOS. CA 90703-4665 FAX: (562) 924-7330 , State 01 CalHornia . . " ^:;:;.CONTRACTORSSTATEUCENSE BOARD .-1 t~7' ACTIVE LICENSE . . I ^1flUr\' ! _"N.-.756931 ... CORP ._."~_ GRAND DEVELOPMENT & INVESTMENT INC CIonI.II....\O} SA ~ ....-".. 12/31/2008 '-' ,-.-- '- I...,... ",,_..., '- - I...,... Check A License: Contractor's License Detail Page 1 of2 t4v Skip to: CSLB Hom~ I Cont~m 1 Foot~[ 1 Ac!:e~jbj~ty Searet ~..})~ I I JI 'I II I I, ~ """"..r U,..~ CONTRACTORS (',~ ~ , " . . _~ STATE LICENSE BOARD . r~;. it..r ~ ! II lill!I!IIIIIIII!IIII!I!lllllllllIIIIIIIIIIII!lllIIII!11IIItlllijllll!II!IIIIII!!'!11111111111111111111111111I 01. 102! i03 . ,Ill. 1t15 ; jOl. 1117 COIl_ERS ClIIIIIIAC'IIIIll IIPPl.ICMlTI I _TIIIIl I'UIUC WORU I IIIILDUI& 0ffICULI GEIWIAUFO About CSLB CSLB Newsroom Board and Committee Meetings Disaster InfannaticR Center CSLB Library FrequenUy Asked Questions Online Services . Check A license or HIS Registration . Filing a Construction Complaint . Processing Times . Ch~ek App~cation Status . Search for a Surety Bond Insurance Company . Search for a Workers' Compensation Company How to Participate & DISCLAIMER: A license status check provides Information taken from the ( license database. Before relying on this Information, you should be aware of the following limitations. . CSLB complaint disdosure is restricted by law (B&E.T124.!1). If this entity is subject to pul complaint disdosure, a link for complaint disdosure will appear below. Clidk on the link or obtain complaint and/or legal action information. . Per 6&P. 7071.17, only construction related civil judgments reported to the CSLB ere dlsd . Arbitrations are not listed unless the contractor fails to comply with the terms of the arbltra . Due to workload, there may be relevant information that has not yet be~n entered onto thl license database. 756931 Extract Da"': 03lZ7/2l .._..___.,_"._..~_,__.._.,,_.._ ._....__..___.____ '_h__'~'_,_,_"__'_____' .OM .___~~ GRAND DEVELOPMENT & INVESTMENT INC POBOX 4685 CERRITOS. CA 90703-4685 _ __ __ . ._ ~~s~~~ "p~0~~~rnE!':J~~1~2..3~l?6:? _ _______ Entity: _________.._____~~rati~.____..__ __________ .______u_______.___ .sue Data: 1210811998 __....'......___._.._____..._" ._~___ ... __m____.,____._._. ______.._______._____.________.._____ _~.!'~!!O!~:__.__ _ ._..!..2131~008 ____.____ Ucense Status: This license is current and active. All infonnaUon below should b reviewed. Ucen.. Number: Buelnes. In1onnaUon: --.---------------------.----...--...- Classifications: CLASS DESCRIPTION Bonding: B \>J;NEBALl!j)ILOINGJ;Ot-i.IMCIQB __...___.._.__m.._______." ....... ....__.__....._.......__.__.__.__ .___....~~_=~ ~.E~oE~~!!'J~E;~G,,~Qt-i~RAc.TQR CONTRACTOR'S BOND This licensa filed Contracto~s Bond number 6034516 in the amoul $12,500 with the bonding company S.liB_EJ'!'J:;QMF'At!YQf J!:!E I'AClf1C. Effective Dam: 01/0112007 CoMactO!'$_I3.9mMg. tli$IQ')! .__ _ _____..._____ BOND OF QUALIFYING INDIVIDUAL 1. The Responsibl~ Managing Officer (RMO) JESSE JIAN~HU WANG certified that heI$he own$ 10 percent or more of the v stock/equity of the corporation. A bond of qualifying individual . not required. ......., ,'-' '- - '- Check A License: Contractor's License Detail Page 20f2 Effective 00111: 0312312002 _~___.. .a ___._________.~. ... . -...------------- -.. --_.~ -.-----.---- - ----- -..-..- This license is exempt from having workers compensation insuranc they certified that they have no employees at this time. Effective 00111: 11'13/1998 Expire Date: None Personnel lis led on this license (current or disassociated) are listed on other licenses. Workers' Compensation: Consumers I Contractors I Applicants I Joumeymen I Public Worl<s I Building Officials I Generallnfo CSLB Home I Conditions of Use I Privacy I Contact CSLB Copyright C 2007 State 0\ Califomia '- City of San Bernardino 42 / 333 03/07/2008 11:10:25 Reg CC2COUNTER Account: 924527 - HART CONSTRU Starting Balance $ Validation Receipt CHARGES- 0010004301 545A Construction Busines$ 150.00 ---------------------------------- -.-, Sub-total $******150.00 '- PAYMENT- 1 - 1813 $ 150.00 Nothing due $********0.00 ~ ,..-- ."'- 0_0 ........ City of San Bernardino 42 / 333 0"-' 03/07/2008 11:10:25 Reg CC2COUNTER '-" Account: 924527 - HART CONSTRU Starting Balance $ Validation Receipt CHARGES- 0010004301 545A Construction BusinesS 150.00 ---------------------------------- Sub-tota I $.......150.00 PAYHENT- 1 - 1813 $ 150.00 Nothing due $*nu_nO.OO - '- .......... Proposed Subcontractor Boomerang Engineering, lne, 1227 W. Valley Blvd #115 Alhambra, CA 91803 Tel: (626) 780-6694 Fax: (626) 291-5170 License 861501 '-' ., - '- Check A License: Contractor's License Detail '-' (}4v Deoartment of Consumer Affairs . Contractors State License Board ;t 01 CONSUMERS 02 CONTRACTORS WHAT YOU CAN DO , I 03 APPLICANTS Page I of2 Skip to: CSLB Home I Content I Footer I Accessibility Searc! ;! ! ,; , :, I ;1 I , , , 06 BUILDING OFRCIALS 01 GENERAL IIFO 01 05 JOURNEYMEN PUBLIC WORKS ----=--~"~~-='-=---:-=---c-.t-f.~ , -- About CSLB CSLB Newsroom Board and Committee Meetings Disaster Information Center .c........ CSLB Library Frequently Asked Questions Online Services . Check A License or HIS Registration ~ . Filing a Construction Complaint . Processing Times . Check Application Status . Search for a Surety Bond Insurance Company . Search for 2 Workers' Compensation Company How to Participate _. ......... & DISCLAIMER: A license status check provides information taken from the ( license database. Before relying on this information, you should be aware of the following limitations. . CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to pul complaint disclosure, a link for complaint disclosure will appear below. Click on the link or obtain complaint and/or legal action information, . Per B&P 7071,17, only construction related civil judgments reported to the CSLB are disci . Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitre . Due to workload, there may be relevant information that has not yet been entered onto thl license database. License Number: Business Infonnation: Entity: Issue Date: Expire Date: License Status: Classifications: Bonding: 861501 Extract Dal8: 04121121 BOOMERANG ENGINEERING INC 1227 WEST VALLEY BLVD # 113 ALHAMBRA, CA 91803-2438 Busine.~s Phone Number. (626) 523-5225 Corporation 07/1912005 0713112009 This license is current and active. All information below should b reviewed. CLASS DESCRIPTtON A GENERAL ENGINEERING CONTRi\CTOR - .-..". B GENERAL BUILDING CONTRACTOR C10 ELECTRICAL C36 PLUMBING CONTRACTOR'S BONO This license filed Contractor's Bond number 216913 in the amoun' $12,500 with the bonding company AMERICAN CONTRACTORS INDEMNITY COMPANY. Effaclive Dal8: 01/0112007 ~~t~ct9r's_~o_n~_jn~_ _~istorv BONO OF QUALIFYING INDIVIDUAL 1. The Responsible Managin9 Officer (RMO) JARI KALEVI ""'-' - '-' - ......... Check A License: Contractor's License Detail Page 2 of 2 H010~~INEN certified that he/she owns 10 percent or more the voting stock/equity of the corporation. A bond of qualifyin~ individual is not required. Effective Date: 07/19/2005 Workers' Compensation: This license has workers compensation insurance with the ENDURANCE REINSURANCE CORPORATION OF AMERICA Policy Number: WEN100433501 Effective Date: 03/13/2008 Expire Date: 03/13/2009 Workers' Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. Consumers I Contractors I Applicants I Journeymen I Public Works I Building Officials Generallnfo CSLB Home I Conditions of Use I Privacy I Contact CSLB Copyright Ie 2007 State of California , ., ........ Grand Development & Investment Inc DBA, Harts Construction Tel: (626) 523-8062, Fax: (562) 924-7330 P.O. Box 4685 Cerritos, CA 90703 Grand Development & Investment Inc (Harts Construction) is a business with over 10 years of combined experience, the vast majority of this experience being in the tropics. We pride ourselves on the service we provide to our clients - giving useful, impartial advice, thus enabling the client to make the right decisions. The interests of the client always come first. Our contact network of reliable local trade people. project consultants (architects. engineers and so forth) and suppliers provide us with the support that will ensure that your building project is completed satisfactorily, within budget and on schedule. ."'-' Menu of Services _ Construction to international codes and standards _ Project management (for any size of construction project) - Time management . Cost management - Budgets and cash~flows - Quantity surveying - Project feasibility - Site surveys - Site preparation (pre-construction) - Material sourcing and procurement - Sewer/Sump pump station installation & modification _ IrrigationIDomestic booster pump station installation & modification ", '\ '- Sewer Pump Station Expedences: A. 2700 Azusa Sewer pUmp Station, City of West Covina B. Sewer Pump Station. Park Palm Residents, Palm Dessert C. Equestrian Sewer Pump Station, Los Angeles Department of Recreation and Park ,,- ....... '"-, HART CONSTRUCTION TEL: (626) 523-8062, (562) 924-7330 FAX P.O.BOX 4685 CERRITOS, CA 90703-4685 Job & Credit References for Grand Development & Investment Inc. DBA, Hart Construction 2700 Azusa, West Covina City of West Covina, CA Sewer Pump Station Project Quinn Tel: (626) 641-4045 Equestrian Center Los Angeles Dept. of Recreations & Parks Sewer Pump Station Project Mike Clouse Tel: (213) 216-8932 ~ 15 units Sewer Pump Station Park Palm Resident, Palm Desert, CA "- Modification Project Michael Tel: (760) 409-4358 101 units Senior Housing , CitypfLa Verne, CA Hsientein La Verne Investment Vicky Chang Tel: (626) 203-3374 First Commercial Bank Jocelin Lin Tel: (626) 964-1888 4 units Single Home 512-520 Camino De Teodoro Walnut, CA Jesse Wang Jesse Wang Tel: (626) 705-0109 American Continental Bank ' Betty Chan Tel: (626) 363-8988 6 units Condominium 138 El Dorado St, Arcadia, CA 138 EI Dorado St. LLC Jennifer Hwang Tel: (626) 688-0001 United Commercial Bank Jay Wu Tel: (626) 307-3285 4 units Single Home 5108-5114 Farago Ave, Temple City, CA Farago LLC Judy Chiang Tel: (626) 446-1806 Owner Maggie Zhang Tel: (626) 757-0085 First Commercial Bank Christiana Lee Tel: (626) 964-1888 4 units Apartment 17827 Jersey Ave, Artesia, CA Owner Michael Huang Tel: (310) 639-6469 .'c__ "-' 5 units Apartment 211-213 Beacon St, Alhambra, CA TTLM, LLC Thomas Lo Tel: (626) 315-8405 ...... .- '- - \",...- Grand Development & Investment Ine. DBA, Hart Construction TEL: ( 626 ) 523-8062, (562) 924-7330 FAX P.O.BOX 468S CERIUTOS. CA 90703~8S Dale: 4/2212008 To: City of San Bernardino Attn: Tony Frossard From: .loe T Re: (RFQ) F.oS.16 Dear Tony, Per our convernation yesterdlly ~ing Ibe 90 days price gulllaDtee is.....e, I apologies for the inconveniences I did not indicated lh8t OD the bids. Please contact me if you have arIy questiOlls 626-S23-8062 Thank you, JoeT 2008 2:01RM Mar 10 Oi'~r\O(\ . p. 5 ~ -,""""" (I) f4 ..J :::E ::> <~~ Q.. lD (=) ~ ~ ~ Ell (2...S).., ~ ~ z r;:::J~~. W O;::/r::::; ':.ot ~Or;:::J~ Q - -.::=/CJ Iii (db) (3:! ~ , .. <[ ""- ~ ~ r~ 0 I e I , ! ~ 1'-- --- , /L ./ ( :>: I (.) ~n ,,~~ ~~- ! - co ~ . 8~g !, a: " :::E(.)" ~l =>r :::E .. - N ~ III It) :::E _ ": It) 8 ~ J ..- r~ I 8 --- Iii m 0 ...., - SPECIFICATIONS \'('t'plll'hue 11O/{'el (Iff .\pc'ci(inll;nI1J ,,!,ply /r) OI'('rtIlil)l1 af +250C. General INPUTS: Field selecluhle. 4-20 mA. 0-5 Y, 1-5 y, 0-10 V. DISPLAY: 0.56" (14.:!mmJ red or green LED. 4th digits + extra zero; , 1999910).IOII11:1Y be >w;IChed on 10 display 199.990. FRONT PANEL: Type 4X. NEMA 4X. panel gasket provided. CALIBRATION: May be calibrated using internal calibratic.n ( '.CRL) or by applying an external calibration signal (f - [Rt). To scale inputs such as 0-5 V. 1.5 Y, or 0-10 V without npplying Ii signal it is necessary 10 first complete an Initial Calibration. CALIBRATION RANGE: 4 mA (I VI input may be set to di>play any. where in funge of meler. :!O mA (.5 V) Illil)' be set :.mywhere above or below 4 mA inpul. NON-VOLATILE MEMORY: All programming values arc stored in non-volatile memory for tell year.:; if power is lost. LOCKOUT: Jumper :\ ill rear of instrument restricts modification of calibralion values. LOOP POWER: (AC powered units only) Isolated 24 VDC ~ 5% at 20 mA regulated. Muximumloop resistance of 1200 Q. Avnilable for either signnl input or 4.20 mA output option, bUI not bOlh. HOLD READING: Connecl tenninals HLD and COM. ACCURACY: ~ O.05'k of calibrnled span:t one count. INPUT IMPEDANCE: Vailage ranges. greater than 300 KO; Current range, 1\10 Q. ~ POWER: AC power: 115 VAC" IOIt. 50160 Hz. 10 VA. _ 230 VAC" 10lt. 50160 Hz. 10 VA. :- :;~. DC power: 18.36 VDC, 6 watts max. ~ ISOLATION: AC power: 1500 VAC, DC power; 500 VDC. NORMAL MODE REJECTION: 64 dB at 50/60 Hz. ENVIRONM.ENTAL: Operational ambient temperature range: 0 to 600.C. orage temperature ra!'>!!e: -40 to + 850C. ...e1ali..'e humidily::j to ...W";: nOh-condensing. ENCLO~URE: 1/8 DIN, high impacr plastic, UL 94 V~O, color: black. CONNECTIONS: Removable screw terminal block. ALARM POINTS: 4, any combination of high or low alarms. ALA~M STATUS INDICATION: Front Panel LED. ALARM DEADBAND: 0-100<;;. user selectable. UL FILE NUMBER: E160849; 50g Industrial Control Equipment. RelaY5 RATING: 2 or 4 SPDT (form C); rated 2 A @ 30 VDC or 2 A @250VACresistiveload; 1/14 HP@ 12SnSO VAC for inductive loads RESET: User seJet:table. I. Automaticnlly when the input passes the reset point. 2. Automatically plus manually (via user supplied switch or front panel ACK bunan). Manual re."i:et resets all manually reseuable relnys. FAIL-SAFE OPERATION: The relay coils are energized in the non-alarm c'ondition. III the ca!.e of a power failure, the relays will go to the alarm stale, (NC contact is connected to common). FBiI.sBfe opemlion milY be disabled with internal jumper. AUTO INITIALIZATION: When power is applied 10 the meter, the relays will. alwnys reflct:t the state o["the input to the meter. DEADBAND: 0.)00'*. user selectable. ~ ~ . c@us 150lated 4.20 mA Output Signal CALIBRATION RANGE: Anywhere in range of meter, SOt count minimum span. OUTPUT LOOP RESISTANCE: Loop Resistance power supply minimnm maximum 24VDC' 100 6000 35 VDC (external) 600 0 1000 n ACCURACY: ,,0.1 % F.S.." .004 mA ISOLATION: 500 VDC or peak AC. input.ta-output or inputlOll!pul-IO' power. EXTERNAL LOOP POWER SUPPLY: 35 V Maximum. Simplify 1.00p5 with PD690 24 V Transmitter Power Supply The PD690 is ideal for loops that consist of a transmiuer and 8 digital display because the PD690 provides the 24 V to power the lransmit- ter. This standard feature saves time and money by simplifying wiring and eliminating the cost of no ex.temal power supply. In addition. the isolated power supply can be used to power 3. and 4.wire transducers wilh either current' or voltage output. , Signal Input Lockoul Selection Jumper Array ^ S\vnallnput LocltOut Selection Jumper Array AC /'-. 321 g~ 32' g~ ~ L L p. p. SoS.C H A OLe MOK Ttansmiller being powered lrom an exlernal wer suPrHV. ~ LLP.P.S.S.CHA Ole OOK TransmHler being powered directly trom internal 24V pow.er supply. - ,..-.,~: NOTES: '-' . ORDERING INFORMATIO .Quick Shipmenl Product, sh~pped within 2 won:in& 11SVAC 230 VAC 24 VDC Oescri tion 0 lion Card.... days. PD690-3-N" P0690-4-N P0690-2-N No Options ..Pan numbell for Option Cards when purcbased "D690-3-14" P0690-4-14 P0690-2.14 2 Relays P0174 separately. . 0690-3-15" P0690-4-15 PD690-2-15 4.20 mA Output P017S G may be lidded afler second field in (he part number C PD690-3-16" P0690-4-16 P0690-2.16 2 Relays + 4-20 mA Output P0176 to calt 0111 meters with a green display for an D690-3-17" P0690-4-17 PD690-2-17 4 Relays P0177 additional.charge; example: PD~3G.14. "'r'\ 01 "YO See page 50 for mOlln/lng dimensions + KP51 Tran.,ducer5 /""-c -+- PRESSURE SVSTEMS .......... ISO 9001 C rffi d FEATURES . High Static Accuracy & Repeatability . Welded 316 SS or Titanium Construction . Small Rugged Package . User-Specified Pressure Ranges Available . 100% Computer-Tested, Calibrated and Serialized . Unique Cable Seal System . Fully Temperature Compensated . Datalogger Compatible' ,- APPLICATIONS "'-' ~ Industrial Submersible Pressure Transducer . Well Monitoring . Slug Tests . Pump Control . Ground Water Monitoring . Soil Remediation . Oceanographic Research . Lift Stations . Level Control . . Surface Water Monitoring The Series 700 family of submersible pressure transducers is specifically designed to meet the rigorous environments encountered in liquid level measurement and control. They can be configured to perform to specifications under the most adverse, reactive conditions. These transducers incorporate the latest advancements in piezoresistive pressure sensing technology. A stability-enhancing charged "Field Shield" is vapor deposited directly to the pressure cell. A welded 316 stainless steel or titanium diaphragm, with a spring rate ratio of 1000:1, and a piezoresistive pressure cell are used for contact with the media. The transducer housing is an all-welded design, constructed of corrosion resistant 316 SS. A titanium housing and sensor are also offered for extremely corrosive media. The Series 700 also features state-of-the-art. surface mount internal signal conditioning which provides a power supply rejection of 0.001 % and .either a 4-20 mA. O-S VDC. or mV process signal. Approvals to FM, CSA. and UL are standard for Class I, Div 1, Groups A, B, C and D, and Class II, Div 1, Groups E. F and G, and Class III, Div 1 hazardous locations. These instruments also meet CE approval according to EN-500B1- 1.1992; EN-SOOB1-2.1994; EN-500B2-1.1992; and EN-500B2-2.199S. Hazardous locations installation must be to local and national electrical codes and installed with an approved electrical barrier, such as manufactured by R.Stahl, Inc. Each transducer .is shipped with a vent filter that prevents moisture from entering the cable vent tube and with traceable calibration data. This data specifies input/output conditions and actual data recorded at zero and full scale during manufacture. Optional calibrations are available when additional performance characteristics are required. All units have low power requirements. '-- Pressure Systems. Inc. A Weston Company d RoxborO Group PLC 34 Research Drive Hampton. VA 23666 USA Phone: (757) 665-1243 Web: kpsLcom PSI Ltd. 124. Victoria Road Famborough, Hants GU147PW United Kingdom Phone: +44 1252 510000 r-_... ~AA 1?'O? .li.1noQQ Updates: kpsi.comlupdates.hlmJ ~...nr.'l['It'r'D'C ....._ Mar 10 2008 2:01RM ~ p.3 '- 1II 1II Iri <~ . g ~ ~~~.~ ~1lI t! zlri U "'fD:t:t..:t..~.s r;13;;;;;;Pll>io:;:ililJlil~":!! . u m ~ e ~_____CO_.....c-._D__N! ::II i ~ e ~ : 1!5 I,. !l ~ :!j! i .. ~ ~ i~ i ~ :Ji!j ~ ~~ ~~ ~ ~ m ~ " S ra ~ ~ i a~ .. ~ ffi ! ~ l B g tj l!l , iz ! g ~ ra I ~~ ~ ~ ~ ~ B~ i i i i ~ i ! ~ g ~ r III ~~ g_llIl:itel!lr;;:oq:~:\!~fll::l:;~ ~ '-' ~ ,~.,,~ "- '" t3 (/) J: a- U ~ Z :) Z CL ;:; (. .) ~ P l::;) Vl @2) ~ @;12) ~ (2IlS) ::E .. o iii ~;, co !i!~ m::lla ::::li!!~Zli"1S <(~.~,gh ~ ! IDOl NN I') l/l !oJ -l CD (ij a:: wo.. ::E::E 1Il::l =>0.. Vl I') ~ t!! < Cl ~ Mar 10 200B 2:01AM ~ ~.y. 01"1 p.S ,,- 1/2' BOLT" -.at STAINL!SS SlDI. HOQI( "'- C!I-,;. I" MorOft "'- Notes: 1. ~~$~@.PUMPS "- Atmay.1IIIAWIHC PQIt DESIGN J IUDE _ _