Loading...
HomeMy WebLinkAbout37-Public ServicesCITY OF SAN BERNARDINO -REQUEST FOR COUNCIL ACTION From: Ken Fischer, Director Dept: Public Services Date: August 5, 2008 Subject: Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the execution of an Agreement and issuance of a Purchase Order in the amount of $100,000 with three (3) one-year extensions at the City's option between the City of San Bernardino and Guzman Construction Co. for the repairs of sidewalks, curbs, gutters and cross gutters. Meeting Date: August 18, 2008 Synopsis of Previous Council Action: On April 2, 2007- Resolution 2007-112- the Mayor and Common Council of the City of San Bernardino authorizing the execution of an Agreement and issuance of a Purchase Order in the amount of $199,200 to Guzman Construction Co. for the repairs of sidewalks, curbs, gutters and cross gutters. Recommended Motion: Adopt Resolution. Signature Contact person: Ken Fischer, Director Phone: 5140 Supporting data attached: Ward: All Staff Report, Resolution and Vendor Service Agreement FUNDING REQUIREMENTS: Amount: $100,000 from the General Fund Council Notes: Source: FY 08-09 Account No. 001-406-5505 Other Prof. Services Finance: Agenda Item No. ~$ 37 g~~e ~aD CITY OF SAN BERNARDINO -REQUEST FOR COUNCIL ACTION ~'``: Staff Report Subject: Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the execution of an Agreement and issuance of a Purchase Order in the amount of $100,000 with three (3) one-year extensions at the City's option between the City of San Bemardino and Guzman Construction Co. for the repairs of sidewalks, curbs, gutters and cross gutters. Background: The Public Services Department, Streets Division is responsible for maintaining all curbs, gutters and cross gutters throughout the City. As part of the Division's on going curbs, gutters and cross gutter maintenance program, the Division has budgeted for the repairs of these items. On June 19, 2008 a formal bid process was initiated to solicit bids for Concrete Maintenance Services. Notices of bids were' mailed to the Chamber of Commerce and nine (9) vendors. All vendors responded to RFP- F-08-26. The bid documents requested pricing for typical concrete work, but did not guarantee a total amount of work. The vendor, business location, and price are listed below. ~"``; EILAR Construction Loma Linda, CA ~/ S. Parker ENG., INC. Costa Mesa, CA NPG Asphalt Perris, CA New Legacy Corp. Fontana, CA Arispe Concrete Chino, CA Ark Cont. Co. Huntington Beach, CA EPS, Inc. San Bernardino, CA International Pavement Solutions San Bernardino, CA Guzman Construction Co. San Bernardino, CA $557,500 $373,000 $308,399 $304,600 $283,750 $277,875 $275,604 $227,050 $215,412 Guzman Construction Co. submitted the lowest qualified bid. Guzman Construction Co. is a local vendor that has provided the City of San Bernardino with over 20 years of service and has proven to be reliable. Staff recommends that Council authorize the execution of an agreement and purchase order in the amount of $100,000 for the repairs of sidewalks, curbs, gutters and cross gutters. The contract will be for the labor, concrete materials and equipment associated with the repairs. Financial Impact: Funds are available and have been budgeted in FY 08-09, Account No. 001-406-5505 (Other Professional Services) in the amount of $100,000. Recommendation: Adopt Resolution. 1 2 3 4 5 6 7 RESOLUTION NO. RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT AND ISSUANCE OF A PURCHASE ORDER IN THE AMOUNT OF $100,000 WITH THREE (3) ONE-YEAR EXTENSIONS AT THE CITY'S OPTION BETWEEN THE CITY OF SAN BERNARDINO AND GUZMAN CONSTRUCTION CO. FOR THE REPAIRS OF SIDEWALKS, CURBS, GUTTERS AND CROSS GUTTERS. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. That Guzman Construction Co. submitted the lowest bid for the 10 it 12 13 14 15 16 repairs of sidewalks, curbs, gutters and cross gutters per RFO F-08-26. SECTION 2. That the City Manager of the City of San Bernardino is hereby authorized to execute on behalf of said City an Agreement between the City of San Bernardino and Guzman Construction Co., a copy of which is attached hereto, marked Exhibit "A" and incorporated herein by reference as fully as though set forth at length. SECTION 3. That pursuant to this determination the Director of Finance or his/her designee is hereby authorized to issue a Purchase Order to Guzman Construction Co. in the amount of $100,000. SECTION 4. The Purchase Order shall reference this Resolution No. and shall read, "Guzman Construction Co. for the repairs of sidewalks, 211 curbs, gutters and cross gutters, not to exceed $100,000" and shall incorporate the terms and conditions of this Resolution. SECTION 5. The authorization to execute the above referenced Purchase 24 25 26 2s Order and Agreement is rescinded if not issued within sixty (60) days of the passage of this Resolution. /// /i/ #~~ ~0'I~ 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT AND 2 ISSUANCE OF A PURCHASE ORDER IN THE AMOUNT OF $700,000 WITH THREE (3) ONE-YEAR EXTENSIONS AT THE CITY'S OPTION BETWEEN THE 3 CITY OF SAN BERNARDINO AND GUZMAN CONSTRUCTION CO. FOR THE 4 REPAIRS OF SIDEWALKS, CURBS, GUTTERS AND CROSS GUTTERS. 5 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the 6 Mayor and Common Council of the City of San Bernardino at a 7 meeting thereof, held on the day of 2008, by the 8 following vote, to wit: 9 Council Members: AYES NAYS ABSTAIN ABSENT llll ESTRADA ~~ BAXTER BRINKER DERRY `° KELLEY 16 JOHNSON 17 MCCAMMACK 18 Rachel G. Clark, City Clerk 21 The foregoing resolution is hereby approved .this . 2008. day of Patrick J. Morris, Mayor City of San Bernardino Approved as to Form: F?:3 es F. Penman Attorney 1 2 3 4 5 VENDOR SERVICE AGREEMENT This Vendor Service Agreement is entered into this 18s' day of August 2008, by and between Guzman Construction Co. ("VENDOR") and the City of San Bernardino ("CITY" or "San Bernazdino") WITNESSETH: 7 8 9 10 it 12 13 14 WHEREAS, the Mayor and Common Council have determined that it is in the best interest of the CITY to contract for the repairs of sidewalks, curbs, gutters and cross gutters per RFQ F-08-26; and WHEREAS, the City of San Bernazdino has deternuned that vendor possesses the professional skills and ability to provide said services for the City: NOW, THEREFORE, the parties hereto agree as follows: 1. .SCOPE OF SERVICES. For the remuneration stipulated in pazagraph 2, San Bernardino hereby engages the services of VENDOR to provide those products and services as set forth in RFQ F-08-26 dated 1 July 15, 2008, attached hereto, mazked Attachment "1" and incorporated herein by this reference as fully as though set forth at length. 20 21 22 23 2. COMPENSATION AND EXPENSES. a. For the services delineated above, the CITY, upon presentation of an invoice, shall pay the VENDOR up to the amount of $100,000 to provide repairs of sidewalks, curbs, gutters and cross gutters per RFQ F-08-26. b. No other expenditures made by VENDOR shall be reimbursed by CTI'Y. /// Exhibit "A" 1 2 3 4 5 7 8 9 10 11 3. TERM. The term of this agreement shall be from August 18, 2008 through June 30, 2009, with three (3) one-yeaz extensions at the City's option. Option yeaz one, if exercised, shall be effective July 1, 2009 through June 30, 2010. Option yeaz two, if exercised, shall be effective July 1, 2010 through June 30, 2011. Option yeaz three, if exercised, shall be effective July 1, 2011 through June 30, 2012. Each option shall be exercised by written agreement of the parties executed on or before expiration of the current term. This Agreement maybe terminated at any time by thirty (30) days prior written notice by either party. The terms of this Agreement shall remain in force unless amended by written agreement of the parties executed on or before date of expiration of current term of the agreement. 4. INDEMNITY. Vendor agrees to and shall indemnify and hold the City, its elected officials, employees, 171 181 211 agents or representatives, free and harmless from all claims, actions, damages and liabilities of any kind and nature arising from bodily injury, including death, or property damage, based on asserted upon any or alleged act or omission of Vendor, its employees, agents, or subcontractors, relating to or in any way connected with the accomplishment of the work or performance of service under this Agreement, unless the bodily injury or property damage was actually caused by the sole negligence of the City, its elected officials, employees, agents or representatives. As part of the foregoing indemnity, Vendor agrees to protect and defend at its own expense, including attorney's fees the City, its elected officials, employees, agents or representatives from any and all legal actions based upon such actual or alleged acts or omissions. Vendor hereby waives any and all rights to any types of express or implied indemnity against the City, its elected officials, employees, agents or representatives, with Exhibit "A" 1 I I respect to third party claims against the Vendor relating to or in any way connected with the 2I I accomplishment of the work or performance of services under this Agreement. 3 ~ ~ 5. INSURANCE: 4 While not restricting or limiting the foregoing, during the term of this Agreement, 5 VENDOR shall maintain in effect policies of comprehensive public, general and automobile liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory worker's compensation coverage, and shall file copies of said policies with the CITY's Risk g l I Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an 10~ ~ additional named insured in each policy of insurance provided hereunder. The Certificate of 11 ~ ~ Insurance furnished to the CITY shall require the insurer to notify CITY of any change or 12 termination in the policy. 13 6. NON-DISCRIMINATION. 14 15 ~ the performance of this Agreement and in the hiring and recruitment of employees, 16 VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, 17 discrimination in employment of persons because of their race, religion, color, national origin, 18 ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender or 19 sexual orientation, or any other status protected by law, except as permitted pursuant to Section 20 12940 of the California Government Code. 21 ~ 7. INDEPENDENT CONTRACTOR ~ VENDOR shall perform work tasks provided by this Agreement, but for all intents and 24 purposes VENDOR shall be an independent contractor and not an agent or employee of the 25 CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of 26 Income Tax, Social Security, State Disability Insurance Compensation, Unemployment 27 Compensation, and other payroll deductions for VENDOR and .its officers, agents, and 28 Exhibit "A" 1 2 3' 4 employees, and all business license, if any aze required, in connection with the services to be performed hereunder. 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. VENDOR warrants that it possesses or shall obtain, and maintain a business registration certificate pursuant to Chapter 5 of the Municipal Code, and any other license, permits, 7 8 9 10 11 15 16 17 18 19 20 21 qualifications, insurance and approval of whatever nature that are legally required of VENDOR to practice its business or profession. 9. NOTICES. Any notices to be given pursuant to this Agreement shall be deposited with the United States Postal Service, postage prepaid and addressed as follows: TO THE CITY: TO THE VENDOR: 10. ATTORNEYS' FEES Public Services Director 300 North "D" Street San Bernazdino, CA 92418 Telephone: (909) 384-5140 Guzman Construction Co. 1254 S. Waterman Ave. Suite 24 San Bernazdino, CA Telephone: (909) 890-9975 Contact: Refugio Guzman In the event that litigation is brought by any party in connection with this Agreement, the prevailing party shall be entitled to recover from the opposing party all costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions or provisions hereof. The costs, salary and expenses of the City Attorney and members of his office in enforcing this Agreement on behalf of the CITY sha1L be considered as "attorneys' fees" for the purposes of this pazagraph. Exhibit "A" 1 2 3 4 5 8 9 10 11 12 13 14 11. ASSIGNMENT. VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or encumber all or any part of the VENDOR's interest in this Agreement without CTTY's prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement and cause for the termination of this Agreement. Regazdless of CITY's consent, no subletting or assignment shall release VENDOR of VENDOR's obligation to perform all other obligations to be performed by VENDOR hereunder for the term of this Agreement. 12. VENUE. The parties hereto agree that all actions or proceedings arising in connection with this Agreement shall be tried and litigated either in the State courts located in the County of San Bernazdino, State of California or the U.S. District Court for the Central District of California, Riverside Division. The aforementioned choice of venue is intended by the parties to be the mandatory and not permissive in nature. 17 18 19 20 21 13. GOVERNING LAW. This Agreement shall be governed by the laws of the State of California. 14. SUCCESSORS AND ASSIGNS. This Agreement shall be binding on and inure to the benefit of the parties to this Agreement and their respective heirs, representatives, successors, and assigns. 15. HEADINGS. The subject headings of the sections of this Agreement aze included for the purposes of convenience only and shall not affect the construction or the interpretation of any of its provisions. /// Exhibit "A" 1 16. ENTIRE AGREEMENT; MODIFICATION. 2 This Agreement constitutes the entire agreement and the understanding between the 3 parties, and supercedes any prior agreements and understandings relating to the subject manner 4 of this Agreement. This Agreement maybe modified or amended only by a written instrument 5 executed by all parties to this Agreement. 6 /// 7 8 /// sl I /// lvll /// 11 /// 12 /// 13 /// 14 15 /// ,all /// 17I I /// 18 /// 19 /// 20 /// 21 ~ /~/ ~ /~/ 24 /// 25 /// 26 /// 27 /// Exhibit "A" 1 2 3 4 5 6 7 VENDOR SERVICE AGREEMENT GUZMAN CONSTRUCTION CO. IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and date set forth below. Dated: , 2008 VENDOR. By: Its: Dated , 2008 CTI'Y OF SAN BERNARDINO By: Fred Wilson, City Manager 11 12 13 14 15 16 17 211 24 25 26 27 28 Approved as to Form: By: Penman, City Attorney Exhibit "A" ATTACHMENT "I" CITY OF SAN BERNARDINO TECHNICAL SPECIFICATIONS RFQ F-08 26 Concrete Maintenance Services Contract NOTICE : 'SPECIAL INSTRUCTIONS TO THE BIDDER" The Public Services Department, Streets Division is responsible for maintaining all curbs, and gutters in the City. The intent of this document is to solidt proposals from highly trained and qualified vendors with experience in Providing Concrete Maintenance Services. The City is looking for the most responsive and responsible vendor that wiA be committed to provide the best level of Concrete Maintenance Services. Through a competitive qual'ficetion and bid based procurement process, the City of San Bemanfino intends to enter into an agreement with a qualified vendor for Concrete Maintenance Services. Services: Bidder shaft complete right-hand column indicating brief reasoning for exceptions to requirements when not acceptable. State "Aoceptable° if requirements are agreeable as set forth in Jett-hand column. Description: The project consists in a general contract of removal of existing deterioreted or raised portions of sidewalks, a gutter, curb and gutter, drive approach. cross gutter, spandrel or handicap ramp, removal of tree roots, repair of sprinklers, reinstallation of madboxes, replacement of concrete, replacement of asphaR concrete, Providing traffic control, and dean up of construction debris. The intent of these speafications is to provide for a complete and finished project in accordance with the provisions in connections therewith all necessary labor, tools, implements, equipment, materials, and supplies. Wheneverthe terms "Standard Spedflcations" is used, it shall min the'Standard Specifications for Public Works Construction, latest edition ' In case of conflict between these sper;ificetions and Standard Spedflcatlons, these spedflcations shall take precedence over and be used in lieu of the Standard Spedfications. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID I /ass iffed 1. TRAFFIC CONTROL Attention is directed to Section 7-10, "Public Cornenlence and Safety, of the Standard ~ ~ ~ ,r~ S cations for Public Works Constructions latest addition and these spedal provisions. Warning signs, lights, and devices for use in performance of work on Highways shah conform to the'Manual of Traffic Controls' 2000 Edition and (.~ the 'Worts Area Traffic Control Handbook', 2000 Edition, adopted by the Cily of San Bernardino. The Contractor shall so conduct his operations as to offer the least possible obstruction and inconvenience to the public. Convenient access to abutting properties shall be maintained whenever A _~~-(-fig (,~ " possible. Contractor shall maintain a minimum of J ~ one traffic lane in each direction at aN times. All excavations opened during arty day will be paved bads to a safe condition by the end of the same day. All work sites must be marked and catled in to underground service alert 3 days prior to work starting as per State of California. if a conflict exist i ~~~_~ `~ ng or a contractor must notify the dty prior to digg removals of the site. Notification can be by phone and follarred up with a written document. All places of business and residences abng the streets that are within the limits of work shall be notified in writing at least five (5) days prbr to commencement of work. This notification shall ence of work and indicate any th sec i l ~~~~~-t°j(~ e ~ n exp a restrictions of access. Verbal notiflgtion shall be given to all places of business and rceidences at least 18 hours in advance of oommendng work that will affect access to and from properties. Fuli compensation for furnishing labor, materials, equipmerrt, and inddentals for all traffic control will be considered a~ being inducted in various items of work and no additional compensation wUi be atlowed. 2. CLEARING GRUBBING REMOVALS. RELOCATIONS. AND SITE MAINTENANCE The work covered by this ser~ion shall indude removal and disposal of corttxete or AC removed ~~ vegetation, tree roots, trash, and other ~ ~~ o 'actionable material from the • sawcutti and demolition. Protection and maintenance of existing improvements, including utilities, within the right-of-way which are to remain in place; and nL~~L~ maintenance of the site in a neat and orderly condition throughout the construction period. 3. REMOVAL OF EXISTING IMPROVEMENTS Existing surface improvements shall be removed wtthin the limits indicated on the plans, or as listed on the project order list and as marked in the field. The limits of removal shall be saw cut and the ~ ~~ ~,~/~,~ _ ~CL Lt I' ! 1~ IJL~ remaining edges of existing improvements shall be . neat and sound to the satisfaction of the Direk~or of Public Services or his designee. If the edge of any existing improvement to be joined with new work is damaged by the oontrador's operations, the existing shall be again saw alt ~,--„ ,~ -~/l,p i ri parallel to the original art and such additional rZ~-e--~% r l /7 /~L. portion removed and n~laced at the contractor's expense. Existing asphalt oonaete, concrete sidewalk, driveway approaches, curb and gutter or other improvemerts shall be axnpletely removed. All material removed shall become the property of the contractor and shall be disposed at an appropriately permitted recycling site. A weight ticket shah be submitted to the dty of recycled materials. Contractor must comply with NPDES regulations i i n ~ „ L~ .~y~' r i ~~ ' KCB h~ e dur ng construct on. .. - - 4. DISPOSAL OF MATERIAL REMOVED All material removed in Bearing and stte maintenance operations, including temporary asphalt paving removal as spedtied trerein, shall ~~ ~~~1 become the property of the Contractor until he has disposed of tt at an approved recycled k~rrter with copies of weight tickets to be provided to the City of San Bernardino. 5. REMOVAL OF TRASH AND OTHER OBJECTIONABLE MATERIAL All trash, roots, and organic material within sbc inches of the finished surface shall be removed. In addition, any trash a organic material, induding ~~~~-fir roots, encountered in demolition of any work performed shah be removed. 6. SITE MAINTENANCE Throughout the period of constnrdion, the contractor shall maintain the site of the work in a safe, neat, and orderly condition free ofrplany hazardous conditions, trash, debris, su us ~ ' ^ ~~~1 ,~ ikC.k, LX~ materials, and objectionable matter of any kind, all to the satisfaction of the Street Superintendent or his designee. Throughout the period of construction, the Contractor shall control: dust in accordance with the ,rI ~- ~ v ~ (~ ~! requirements of the City of San Bernardino, and as L-C~.~Y ~ U ~G P-C spedfied in the Standard Spedficetions. Dust shall be controlled continually during construction operations by watering and by such other means, and at such time as may be required by the City. During the course of construction, the Contractor shall protect all existing improvements, induding /~~ n I~ pp i~ ~{~IL /"~G'~ underground utilities, which are to remain in place , within and adjacent to the right-of-way from damage resulting from his operation. 7. GRADING The Contractor shall grade as required, Provide all unclassified excavating and undassfied fill necessary for curbs, gutter, driveway, sklewalk, and paving, as indicated on the plans and described in ~ ttrese spatial provisions. The Contractor shall ~~~ I l remove excess andlor unsuitable materials from the site. Unclassified ftll and grading is necessary in preparation for laying concrete, it shall be made wfth dean earth which will be solidly compacted to avoid future settiemerrt. 8. COMPACTION OF SUBGRADE Su retie shall be scarified watered and to oompailed as necessary to obtain 90% relative action com ~ [ ' " ~ . p L~ I I li ~ l~ ct 9. CONCRETE MATERIALS Concxete materials shall be in accordance with the Standard SpecfBcations for Public Works !I .. ~ .~, ~ i ,/, Constructlon, latest edition and the Cily Standards. ~ Ft(.C~ l.~ The following City Standards are made part of these specifications: Std No. 200 -Typical Section- P.C.C Curb & Gutter Std No. 201 -Cross gutter 1~ C/1,~2_,i " ` Std No. 202 -Sidewalk Location ~~ 'I rC I Std No. 203 -Residential Driveway Approach Std No. 204 -Commercial Driveway Approach Std No. 205 -Curb Ramp 10. REFERENCE LIST Provide three (3) local government agencies and/or ~ ~,,„ n~ comparys previous.or current contact references ~ 1`~l~C~' that support your ability to provide Concxete Maintenance Services. 11. CONTRACT LENGTH The length of this contract shall be for one (1) year with three (3) one-year extensions at the Cilys ~ ~ ~ 0 ' ~ option. V f Cl~-~.~Y 12. P ICING Priang shall include all Traffic Control, Matedals, [~ / „ p ~~ ~ ~ ~I , Steel Plating, Equipment, and Manpower costs to r~x~u~ v complete the projects. 13. LABOR RATES Prevailing wage must be paid for the tens of this ~~~ contrail. Prevailing wage reports must accompany all invoices. ti CITY OF SAN BERNARDINO TECHNICAL SPECIFICATIONS NO: RFQ F-08-26 CONCRETE MAINTENANCE SERVICES CONTRACT -VARIOUS LOCATIONS THESE ARE ESTIMATED QUANTITIES. THE CITY RESERVES THE RIGHT TO PURCHASE MORE OF LESS THAN THE QUANTITIES SPECIFIED AT UNIT PRICES BID -~v~fp ti1R~>'Ttnlt?JT~(-StXTtioNSF~~tJ Total Cost (~ntten in~ 1Nordsj~~- ~ ~~t"'1~'RT9~nd ZERD cerrts. The undersigned hereby certifies that he/she has an appropriate license, issued by the State of California to provide this work; that such license will be in full force and effect throughout the duration of construd'wn; and that any and all subcontractors to be employed on this project will be simlarly licensed. p~~ 1~Lw~~j_ ,~ CONTRACTOR~~~Ar- rrailUVt is R~y~(0 G~I~zr`na~ ~ owN~ Print or Type Name and Title t/ ~ g ~ /~ ~ + Y/ ~•• V ~• w r '-1 r I - Cn r ~ (7 (7 Zl (A ~ W ~ n 00 OD ~ ~ (] A L7 ~ ' O q p X W N O ~ Q 3 N p N n N n n p C) f7 n C7 ~ ~ ~ m ~'~ ~ O ~ N N m ~ ~ ~ ~ ~ O ~ ~ ( r (l7 ~ ~ ° 7 ;~ p ~ O ~ G7 >3 >S v a ~ ` ~ a O "i ~ ~ ~ v ~ ~ ~ ~ m - o v, ~ v, m ~ fp fp Ro Sp ni p 'U y ~ o -^ ~: ~° • n~ ~ ~ G7 ~ G7 ~ G7 ~ ` ~ n a W , D y ~ m -~. m ^.. . c ~ ~ c ^^ c c ~ S r n ~ a, ~ ° v v ~ w .~ m m x m ~ m m ~ ~ ~ Z ~ O o o ~ ~ ~ ~ ~ D ~ n ° ~ ~ ~ ~ ~ A w ~ Z n ~ o w ~ W 3 v ~ .!] _ ` ? S ~ O t ~ ~ l 7 ~ O O D 1 . Y . o - ~ ~ :C) .C T S?o ~ ° s cn ~" ~ 3 ~ o cn ° Sp ~ sp ~ fp ~ ~ ~' ~ °o ° ~ ~ ~ o ~ cn m :U ~ ~ .Z1 .Zl N m O O ~ ~ ~ ~ ~ V ~ ~ O O O O O O ~ ~ Z n m m m 3 ~ ~ ~ ~ m o o ~ ~ ~ ~ m > > ~ ~\ 1 m m ~ m ~ ~ i ~ ~ ~ ~ . ~ ID ~ ~ fR ffl EA Efl EA EH ffl fA (A {A EA ffl Efl fA ffl EA EA ' N V ~ A N CO A W ~ N ~ ~ ~ ~ ~ ~ ~ s N D m Z 'U : ":. :.. ~ O O W (n J W A O N A 00 rfl O co OD Cn O O `. OD ~ -~ ~ O O CT IV ~I A W OD V A A ~ W O) N W O `' O ~ O O O O W O J W U1 O N (T J N Q7 A ~ O O O O O O O CT O O O Ul O N U7 O Z N ~ O O O O O O O O O O O O O O O O O ' O O O O O O O O O O O O O O O O O N b9 (A (!i 69 Efl (A Efl Vi ffl ffl (fl EA fA ffl fA EA Z '- A A A C>t W W W .N.~ s N (O N O ~ CNit A N Z m O } Z _ Z 1 , ~ 01 o O O O CT O W O O (77 O O O O O (P Z 0 0 0 0 o O O O o o O O O O O O O E D , ;. 0 0 0 o O o 0 0 0 o O O O O O O O D ~ , o O O O O O O O O O O O O O O O O ~ O O O O O O O O O O O O O O O O O v- ~, v, En Fn En cfl rs~ ~ v>' ~» ra ~ Ea cn cfl ~ N N O D ' O O O D OD .~ N N W ~ ~ ~ ~ ~ C7 2 Zl = " . ` W W Z OD CJ~ V W O 00 W O O O N A W OD U7 _ ( ) In V J O O N W O ~ OD 0 0 0 0 0 O G1 ~I Z A ~ ,~ O w O O W V O N V O O O O O O ~l U7 a m m ?" O O O O O CT O U7 U7 O O O O O O CI7 O -1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v- to [n to cs~ en ~, tsI <n tsI cfl cfl cfl Ea ~ ~ ~ D ~'' m w<_ sj- z N ' W CJ1 s ~ ~ ~ ~ ~ ~ ~ ~ N m z Z ~ ~ O _V ~ m ~ N cn rn cn iv w w o cn m co w ao A ~ W m m ~ O O O O O U7 U7 O O O O O (J1 O (T (T (T O O Z ~7 ;_ ~ N o O O O O O O O 0 0 0 0 0 0 O O O Z 1 Z o ° 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O w r ':' o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p O O o o O o o O O O O O O o o O O r- fq EA EA Efl ffl EA b9 (A Efl d9 EA fA EA Efl EA Efl Efl ~ .. D N N ~ N ~ > > ~ > > > > > > > ~ Z OI W ~ -~ W W W N OD t0 N OD N N ~ ~ N (O W 0 Z v J O O J O O O CT O O fJ7 O U7 O O (J~ p- n (r U7 O O (T O O O 0 0 0 0 0 0 0 0 0 Z N O O O O O O O O O O O O O O O O O ~ Z ~ O O O O O O O O O O O O O O O O UJ O O O O O O O O O O O O O O O O O ~ C S n N aD ~' w v Ol n T A O ~ W ~ ~ C m m V V N 0 O W W O O O O v m 3 m a m 3 a 0 c 7 n m Q a v m 0 v 0 m n 0 O. m O. N O 7 a O z ~ r T ~- - x p ?~ m v c~ ov ~ ~ r -1 fn r oo n n ~ cn rn w rn n ao ao rn rn n ~ p~ ~ ~ y X W w o n v 3 ~ ID N C1 N C7 f7 ~ C1 C') C7 C7 ~ CA ~ m 6 o ~ o ~ ~ o ~ ~ m ~ ~ ° a ~ v v G7 s s v v ° ~ N ~ ~ a ~ ~ ~ , ~ i i » sp fp sp fp - n~i C "~ D ~ ~ o ~ - m ~ G~ ~ ~ G7 rt ~ ~ ~ ~ ~ ~ ~ W D D Q° ~ "- - m m m ~ c c c c ~ ~ O m ° -f ai s ° ~ W ~ m ;. m m : m D ~ A m ~ O ~ o -, ~. ~ ~ ~ ~ - i ~ ~ ~ ~ ~ A O ~ 00 Z ° n ~ s ° O ~ o 3 ~ v - ~ ? ~ o ~ ~ ~ ~ ~ ~ D a "' ~ ~ tT w ~ • ? ~ ~ O (T ~ SIB ~ fp ~ fp Z7 o Z N S O O ~ ~ ~ O O ~ .~ .~ ~ cn y n ~ m m ~' ~ ~ ~' ~ cn cn cn o o ~ D ~ ~ a a. ~ ~ °o °o o ° ~ CZi o o ~. -.. a rt m > > ~ ~ ~ ~ ~ ~ _ ~ _ ~ m U1 3 > ~ N N rn rn rfl ~, [n v, tn v+ En tn cfl ~ ~ ~ ~ ~ ~ ~z ~ `` ,, ~ ~ D ~ ~ O O 0 ~ N VO D D O Z ( 0 OD O A OJ A A OO 00 V V7 A N l~ ( ~ ~ ~ ~ C W ~ O V V O V W W ~ ~ ~ iv rn v i+ w '~ ~~ ~~ ~ a f p 17 C ( TR C 71 N N N N c N n V cn O o - Cn ` ~ <o co 0 o v+ o o ~ ~ o cn cn cn n c m D e 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 n ~ : 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v- to 4n ta ~ En e» to [si tn t» t~ cfl r~ tn v~ ~ D x A n w w < ~ ~ ~ ~ ~ ~ m=1p ~' ~ Z w ~ cn A m co n D '~ 00 OD O O O W IV V J IV O CT V7 (Jl ~ U1 V '~ ~ Z ( " ~ V V O O O N C77 C71 CJI (T 0 0 0 0 0 0 Cn =~~ ' fT CT O O O U7 0 O 0 0 0 0 0 0 0 0 0 0 ~ ., C O O 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 Z Q ~ O O O O O O O O 0 0 0 0 0 0 0 0 0 . G v- <n v+ ~n v+ cfl cs~ v~ E» v> Ea f» ~ rs~ cfl ~a E» n `~ v c O m ~ ~ V v W ~ .~ ~ N W W W W N W 1 CJ ~ C W W Z O ~ V ~ 00 CT CJ~ OD V A N W N ~ W D_ D 'tA ' O O O O fT Cn O O 0 0 0 0 0 0 0 0 0 _ ~ ~ ~ Z 4,_". 1 ~ O O 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 N (~ ~ ;' 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v+ ~» ~ <n F» E» tsi <n rn v- v> cfl ~ rs~ cfl cs~ f» r m :' rn O ~ " z N CT ~ A ~ ~ W A N W A W N N N ~ (h ~ Z1 D «, ~ _ I ~I Z CT t7~ Uf N W OD A ~ ~ O Cfl OD 0~ Cli N C7 Zp Z1 4~ CT O O W W V V W IV OJ O W V ~ O (T r Q ~ O O O O N O O O V O V 0 U 0 N N O Z Z ~ C JI 1 .U 71 .C J7 .( 17 _( . 0 0 0 0 0 0 0 0 0 0 0 0 o o o o o D ~ ' 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 i i i i i v C x m m O 'a W 7 N a m a 0 c 3 n m a 0 m a 0 m 3 O 0 O Q W ~. a ,c 1 2 3 4 5 VENDOR SERVICE AGREEMENT This Vendor Service Agreement is entered into this 18a' day of August 2008, by and between Guzman Construction Co. ("VENDOR") and the City of San Bernardino ("CITY" or "San Bernardino"). WITNESSETH: 8 9 10 it 12 13 14 15 I6 211 26 ~~~ 27 28 WHEREAS, the Mayor and Common Council have determined that it is in the best interest of the CITY to contract for the repairs of sidewalks, curbs, gutters and cross gutters per RFQ F-08-26; and WHEREAS, the City of San Bernazdino has determined that vendor possesses the professional skills and ability to provide said services for the City: NOW, THEREFORE, the parties hereto agree as follows: 1. SCOPE OF SERVICES. For the remuneration stipulated in pazagraph 2, San Bernazdino hereby engages the services of VENDOR to provide those products and services as set forth in RFQ F-08-26 dated July 15, 2008, attached hereto, mazked Attachment "1" and incorporated herein by this reference as fully as though set forth at length. 2. COMPENSATION AND EXPENSES. a. For the services delineated above, the CITY, upon presentation of an invoice, shall pay the VENDOR up to the amount of $100,000 to provide repairs of sidewalks, curbs, gutters .and cross gutters per RFQ F-08-26. b. No other expenditures made by VENDOR shall be reimbursed by CITY. l l l 3. TERM. 2 (I The term of this agreement shall be from August 18, 2008 through June 30, 2009, with 3I I three (3) one-yeaz extensions at the City's option. Option year one, if exercised, shall be 4 effective July 1, 2009 through June 30, 2010. Option year two, if exercised, shall be effective 5 July 1, 2010 through June 30, 2011. Option yeaz three, if exercised, shall be effective July 1, 6 2011 through June 30, 2012. Each option shall be exercised by written agreement of the parties 7 8I I executed on or before expiration of the current term. 9 10 it 12 13 14 This Agreement maybe terminated at any time by thirty (30) days prior written notice by either party. The terms of this Agreement shall remain in force unless amended by written agreement of the parties executed on or before date of expiration of current-term of the agreement. 4. INDEMNITY. Vendor agrees to and shall iridemnify and hold the City, its elected officials, employees, 1 21 22 23 24 25 26 27 28 agents or representatives, free and harmless from all claims, actions, damages and liabilities of any kind and nature arising from bodily injury, including death, or property damage, based on asserted upon any or alleged act or omission of Vendor, its employees, agents, or subcontractors, relating to or in any way connected with the accomplishment of the work or performance of service under this Agreement, unless the bodily injury or property damage was actually caused by the sole negligence of the City, its elected officials, employees, agents or representatives. As part of the foregoing indemnity, Vendor agrees to protect and defend at its own expense, including attorney's fees the City, its elected officials, employees, agents or representatives from any and all legal actions based upon such actual or alleged acts or omissions. Vendor hereby waives any and all rights to any types of express or implied indemnity against the City, its elected officials, employees, agents or representatives, with 1 respect to third party claims against the Vendor relating to or in any way connected with the 2 accomplishment of the work or performance of services under this Agreement. 3 5. INSURANCE. 4 While not restricting or limiting the foregoing, during the term of this Agreement, 5 VENDOR shall maintain in effect policies of comprehensive public, general and automobile 6 liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory 7 8 worker's compensation coverage, and shall file copies of said policies with the CITY's Risk 9 Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an 10 additional named insured in each policy. of insurance provided hereunder. The Certificate of 11 Insurance furnished to the CITY shall require the insurer to notify CITY of any change or 12 termination in the policy. 13 6. NON-DISCRIMINATION. 15I I ~ the performance of this Agreement and in the hiring and recruitment of employees, 1 21 VENDOR shall not engage in, nor pemut its officers, employees or agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender or sexual orientation, or any other status protected by law, except as permitted pursuant to Section 12940 of the California Government Code. 7. INDEPENDENT CONTRACTOR. VENDOR shall perform work tasks provided by this Agreement, but for all intents and 24 25 26 27 28 purposes VENDOR shall be an independent contractor and not an agent or employee of the CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for VENDOR and its officers, agents, and 1 2 employees, and all business license, if any aze required, in connection with the services to be performed hereunder. 3 ~ ~ 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUHiEMENTS. 4 5 6 7 VENDOR warrants that it possesses or shall obtain, and maintain a business registration certificate pursuant to Chapter 5 of the Municipal Code, and any other license, permits, qualifications, insurance and approval of whatever nature that are legally required of VENDOR to practice its business or profession. 9. NOTICES. 10 11 12 13 14 15 171 Any notices to be given pursuant to this Agreement shall be deposited with the United States Postal Service, postage prepaid and addressed as follows: TO THE CITY: TO THE VENDOR: 10. ATTORNEYS' FEES Public Services Director 300 North "D" Street San Bemazdino, CA 92418 Telephone: (909) 384-5140 Guzman Construction Co. 1254 S. Waterman Ave. Suite 24 San Bernazdino, CA Telephone: (909) 890-9975 Contact: Refugio Guzman In the event that litigation is brought by any party in connection with this Agreement, 211 the prevailing party shall be entitled to recover from the opposing party all costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions or provisions hereof. The costs, salary and expenses of the City Attorney and members of his 27 office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' fees" for the purposes of this pazagraph. 28 111 11. ASSIGNMENT. 2 ~ ~ VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or 3 4 6 7 8 9 encumber all or any part of the VENDOR'S interest in this Agreement without CITY'S prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement and cause for. the termination of this Agreement. Regazdless of CITY'S consent, no subletting or assignment shall release VENDOR of VENDOR'S obligation to perform all other obligations to be performed by VENDOR hereunder for the term of this Agreement. 12. VENUE. 111 The parties hereto agree that all actions or proceedings arising in connection with this Agreement shall be tried and litigated either in the State courts located in the County of San Bernazdino, State of California or the U.S. District Court for the Central District of California, Riverside Division. The aforementioned choice of venue is intended by the parties to be the mandatory and not permissive in nature. 17 18 19 20 21 13. GOVERNING LAW. This Agreement shall be governed by the laws of the State of California. 14. SUCCESSORS AND ASSIGNS. This Agreement shall be binding on and inure to the benefit of the parties to this Agreement and their respective heirs, representatives, successors, and assigns. 15. HEADINGS. The subject headings of the sections of this Agreement are included for the purposes of convenience only and shall not affect the construction or the interpretation of any of its provisions. /// 1 2 3 4 5 6 7 8 9 10 11 16. ENTIRE AGREEMENT; MODIFICATION. This Agreement constitutes the entire agreement and the understanding between the parties, and supercedes anyprior agreements and understandings relating to the subject manner of this Agreement. This Agreement maybe modified or amended only by a written instrument executed by all parties to this Agreement. /// /// /// /// /// /// /// /// /// 17I 18 19 20 21 /// /// /// /// /// /// /// /// /// /// 1 2 3 4 5 VENDOR SERVICE AGREEMENT GUZMAN CONSTRUCTION CO. IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and date set forth below. Dated: , 2008 By: Its: Dated , 2008 CITY OF SAN BERNARDINO 10 11 12 13 14 15 17 21 22 23 Approved as to Form: By: J s F. Penman, City Attorney VENDOR. By: Fred Wilson, City Manager i I t ATTACHMENT "I° CITY OF SAN BERNARDINO TECHNICAL SPECIFICATIONS RFQ F-08 26 Concrete Maintenance Services Contract NOTICE : °SPE IAL INSTRUCTIONS TO THE BIDDER" The Public Services Department, Streets Division is responsible for maintaining all curbs, and gutters in the Cily. The intent of this document is to solicit proposals from highly trained and qualified vendors with experience in providing Concxrjte Maintenance Services. The City is looking for the most responsive and responsible vendor that wrll be committed to provide the best level of Concxete Maintenance Services. Through a competitive qualification and bid based procurement process, the City of San Bernardino intends to enter into an agreement with a qualified vendor for Concrete Maintenance Services. 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. Description: The project consists in a general contract of removal of existing deteriorated or raised portions of sidewalks, a gutter, curb and gutter, drive approach. cross gutter, spandrel or handicap ramp, removal of tree rte, repair of sprinklers, reiristallation of mailboxes. replacement of concrete, replacement of asphalt conrrete, Providing ttaftic control, and dean up of construction debris. The intent of these spedfications is to provide for a complete and finished project in acx;ordance with the provisions in connections therewith all necessary labor, tools, implemerrts, equipmerrt, materials, and supplies. Whenever the terms "Standard Specifications' is used, it shall mean the "Standard Specifications for Public Works Construction, latest edition ' In case of conflict between these specifications and Standard Spedfications, these spectficatons shall take precedence over and be used in lieu of the Standard Specificetions. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID 1 e /ass ifled 1. TRAFFIC CONTROL Attention is directed th Section 7-10, "Public Convenience and Safety, of the Standard i ~ ~ ~ n ,r~ ons S edfications for Public Works Construct latest addition and these special provisions. Warning signs, lights, and devices for use in performance of work on Highways shall conform to the °Manual ofTrafiic Controls' 2000 Edition and ~ Ll the "Work Area Traffic Control Handbook', 2000 Edition, adopted by the Cily of San Bernardino. The Contractor shall so conduct his operations as to offer the least possible obstruction and inconvenience to the public. Convenient access to abutting properties shall be maintained whenever ~~~-(-fig (,~ possible. Contractor shall maintain a minimum of one traffic lane in each dir+action at all times. All excavations opened during any day will be paved bads to a safe condition by the end of the same day. All work sites must be marked and called in to underground service alert 3 days prior to work starting as per State of California. ff a conflict exist n' t~~ L~ a contredbr must notify the dty prior to digging or f-~z.~ removals of the site. Notification can be by phone and foibwed up with a written document. All places of business and residences along the streets that are within the limits of work shall be notified in writing at least five (5) days prior to commencement of work. This notification shall uence of uvork and indicate any in the se l (~ q exp a restrictions of access. Verbal notification shall be given to all places of business and residences at least f 8 hours in advance of commencing work that will affect access to and from properties. Full compensation for furnishing labor, materials, equipment, and inddentals for all traffic control will be considered ay being included in various items of work and no additional compensation will be allowed. 2. CLEARING GRUBBING REMOVALS. RELOCATIONS. AND SITE MAINTENANCE The work covered by this section shall include removal and disposal of concrete or AC removed ~ " I„ l ,~ ` ' vegetation, tree roots, trash, and other ~ ~~ ~ (~/~> ~,~/ ob'ectionable material from the ro sawcuttin and demolition. Protection and maintenance of existing improvements, including utilities, within the right-0f-way which are to remain in place; and nL~~~~ maintenance of the site in a neat and orderly condition throughout the construdlon period. 3. REMOVAL OF EXISTING IMPROVEMENTS Existing surface improvements shall be removed within the limits indicated on the plans, or as listed on the project order list and as marked in the field. The limits of removal shall be saw cut and the ~ ~~ ,~,~ _ ~rL Lt Y t ~L~ remaining edges of existing improvements shall tie . neat and sound to the satisfaction of the Director of Public Services or his designee. If the edge of any existing improvement to be joined witty new work is damaged by the contractor's operations, the existing shall be again saw cut ~~-„ ~ .~/l,,f ~ r~ ' parallel to the original cut and such additional r C~~.~ Y l fT/~L=- portion removed ar-d replaced at the contrector's expense. Existing asphalt concrete, concrete sidewalk, driveway approaches, curb and gutter or other improvements shall be completely removed. Ali ~~ ~ material removed shall become the property of the ` contrector and shalt tie disposed at an appropriately permitted recycling site. Aweigh ticket shall be submitted to the city of recycled materials. Contractor must comply with NPDES regulations /1 c „~~,~y~,,~ / ~/ hC(~ i frC~ during construction. . 4. DISPOSAL OF MATERIAL REMOVED All material removed in clearing and site maintenance operations, including temporary asphalt paving removal as spedfied herein, shall ~ ~~.~j(~ become the property of the Contractor until he has J disposed of tt at an approved recycled center with copies of weight tickets to be provided to the City of San Bernardino. 5. REMOVAL OF TRASH AND OTHER OBJECTIONABLE MATERIAL All trash, roots, and organic material within six inches of the finished surface shall be removed. In addition, any trash or organic material, induding ~1 ~,Fyr~~ roots, encountered in demolition of any work ~~ h performed shall be removed. 6. SITE MAINTENANCE Throughout the period of construction, the contractor shall maintain the site of the work in a safe, neat, and orderly condition free of any hazardous conditions, trash, debris, surplus ~ ' ^ ~~1 ,~ ikL_k_, LXi materials, and objectionable matter of any kind, ail tp the satisfaction of the Street Superintendent or his designee. Throughout the period of construction, the Contractor shall control; dust in arxordance with the ~ (~ I ~! ~/~ requirements of the City of San Bernardino, and as . ~ ~~ l 1`T U LG spedfied in the Standard Spedfications. Dust shall be controlled continually during construction operations by watering and by such other means, and at such time as may be required by the City. During the course of construction, the Contractor shall prated all abating improvements, induding nl~ I~ D ~~~pIL !"Y C underground utNities, which are to remain in place _- _~ within and adjacent to the right-of-way frpm damage resulting from his operation. 7. GRADING The Contractor shall grade as required, provide ail unclassified excavating and unclassified fill necessary for curbs, gutter, driveway, sidewalk, and paving, as indicated on the plans and described in these spedal previsions. The Contradershall I, I'~l~ ~~L remove excess and/or unsuitable materials from the site. Unclassified-fill and grading is necessary in preparetion for laying concrete, it shall be made with dean earth which will be sdidly compacted to avoid future settlemerrt. 8. COMPACTION OF SUBGRADE Su recta shall be scarified, watered and to compacted as necessary to obtain 90% relative compaction p ,~y~ r~ y, ~_ t~ ~~ ' " ~' . .(X~ I l li CJ G 9. CONCRETE MATERIALS Concrete materials shaA be in accordance with the Standard Spedfications for Public Works ~i ~. ~ . f / , Construction, latest editieon and the City Standards. ~~ ~ ~•l~ l.~i The following City Standards are made part of these spedfications: Std No. 200 -Typical Section- P.C.C Curb & Gutter Std No. 201 -Cross gutter (~ •~ ~/~ ,~,~ (, Std No. 202 - Skiewalk Location C C/ ~C -~X~ t' l f'~ ~"~ Std No. 203 -Residential Driveway Approach Std No. 204 -Commercial Driveway Approach Std No. 205 -Curb Ramp 10. REFERENCE LIST Provide throe (3) local govemmeM agendas and/or I,~ ( ~ company's previous or current contact references ~~ y,/ (.,~ that support your ab8ity to provide Concrete Maintenance Services. 11. CONTRACT LENGTH The length of this contrail shall be for one (1) year ' with three (3) one-year extensions at the Cily s ~~ .~ option. 12. PRICING Pridng shall indude all Traffic Control, Materials, R ~ . o ,n~ ~ l n , ' Steel Plating. Equipment, and Manpower costs to F~~.~.9 t v complete the projects. 13. LABOR RATES Prevailing wage must be paid for the term of this . ~ ,~~, l n ~~(~'~V7 UL ~ l ~ contrail. Prevaiing wage reports must accompany . all invoices. ~. 4 ii CITY OF SAN BERNARDINO TECHNICAL SPECIFICATIONS NO: RFQ F-08-26 CONCRETE MAINTENANCE SERVICES CONTRACT -VARIOUS LOCATIONS THESE ARE ESTIMATED QUANTITIES. THE CITY RESERVES THE RIGHT TO PURCHASE MORE OF LESS THAN THE QUANTITIES SPECIFIED AT UNIT PRICES BID T.nID~iJIP~'M1 FT~T~-StX TH-ov`~~ Total CCoosstt n m ords)~- ~ ~~~~ ~~~ ZERD cents. The undersigned hereby certifies that helshe has an appropriate license, issued by the State of California to provide this work; that such license will be in full force and effect throughout the duration of construction; and that any and all subcontractors to be empbyed on this project will be similarly licensed. Dated 1Z ~ ~~J ~~ CONTRACTOR ~~ ~~~,~~~ rf~'~!a~ _12~ lnb ~ California Contractors 'tense No. Signature _AE~tJ(alo C~t~znnGtin ~ pwN~ Print or Type Name and Title is ~ o ~ n n ~ cn rn W rn n ao ao rn rn ~ a rn~ O -~ a ai ~ c W N O p Q ~ ~ ~ ~ n ~ C7 n w n n n n Q fn fn ~ D o ~ a o 0 0 o v, ~ ~ ~ ~ o a ~~ r o p < o n ~ ~ ° ~ - a m G7 v- 6 ~ a ~ ~ ~ 7 ~ ~ ~ ~ m ~ ~ o m o o , ~ Ro fp fp fp d n O C 'o y D °- -,, m . ~? ~ - ~ ~ ~ ~ ~ G7 ~ ~ ~ m G7 ~ G7 ~ ~ ~ Z ~ m r o ~ ~ D y sp ~ m m m w c c c ~ c ~ ~ c i ~ ~ G~ ~ w ~ ° v ~ ~ ~ m a m D ~ ~ ~ o o ~ ~ ~ :U ~ _ .~ m Z ~ ~ S S O ~ ~ 7 Z1 Z1 N O ~ . ~ ~ ~ . f .Z1 Z S c1~ ~' ~ 3 O Cn f?o fM Sp ,77 ~ N ~ ° ° ~, ~ ~ ° ° ~ ~ ~ o ~ m A o y ~ ~ ~ a m ~ O ~ O ~ O 0 0 ~ Z Z ZJ ' ' ' ~ (D ~ ~ ~ ~ ~ O O O 7 f7 m m v 3 ~ ~ ~ ~ m j ? 3 ~ ~r n ~ i ~ _ _ _ \/ j ~ y ~~ 1 ~ "'{ // 1~ !~ lp V A (O A W ~ N ~ ~ ~ ~ ~ ~ s ~ N ~ m Z ~ -' ;- N ~ O W CP V O A O N A OD (O (O CO OJ (J7 O ,.' 01 ~ j ~ O O CT N ~I A W O v A A ~ W O N 0 _ ' ' ? ~ O O O O W O V OD CTl O N (P V N tT Z Z , -:. .. ~ O O O O O O O CT O O O CP O U7 N O (7 ?: fJl ~ O O O O O O O 0 0 0 0 O 0 0 0 0 O O O O O O O O O O O O O O O O O O fA 69 69 ffl fA Efl H!~ ffl fA ffl ffl ffl ffl Efl Efl ffl (A Z ~~;.-. -n m A A A ~ ~ N O N O ONO (N)7 A N ~ Z O r i Z Ut W W W - _ ~~ m a~ o~ 0 0 0~ cn o in o o cn o 0 0 0 o cn Z ~ O o 0 0 o O o o O o 0 o O o O o O E D ~ 0 0 0 o O o 0 o O o 0 o O O o O O D (7 . ,,.:_ O O O O O O O O O O O O O O O O O { ~~. O O O O O O O O O O O O O O O O O v- Ea ~, ~ fr, ~ fn rfl cfl ~ Ea f» ~ ~» ~ en ~ ' W W W N N W ~ ~ ~ ~ ~ C7 Z A 2 Z O D CT ~I O O OO O O O ~ Ut A W OD Ul n W ~ ~ W O O O O O O W J Z .Z1 ~ ~ J1 t lT O O U1 V O N V O O O O O O ~I G~ O 171 Rl -. 0 0 0 0 0 cn o cn cn o 0 0 0 0 o cn o m 5, 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v, v, to ts~ <n <n En cfl t» ts~ ~» to E» t~ rfl rs~ <n D ~ m cn<_ z N -~ ~ N W _ _ _ _ _ _ _ _ _ N D m z Z ~ ~ ; 0 Q V ~ O ( ~ _N C71 W Cnl N W W O CT (O CO O OD A ~I W m m I ~~ _ O O O 0 0 CJ7 CT7 O O 0 0 O U1 O U1 CJ7 CIl O p Z .Z '.. (/7 ` o °o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~~r , O ~'' O O O 0 0 O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r w ~ <n to En to cs~ cfl cs~ v+ t~» <n to to Fn ~ to ~ D ~ _ .~ W N N ~ W N OD (O N J O > N N ~ ~ C71 (O y 07 0 Z O p j ~ W W p v J O O V O O O O O O (T O O O O O (71 0 O 0 U7 0 O 0 O 0 (T 0 O (7 Z O ~ ~ O O O O O O tT O O O O O O O O O O O O O O N ~ O `~ O O O O O O O O O O O O O O O O O O O O O O O O O O O O ~ ~ . - O O O O O v C A A n' m u+ ID W ry p T i0 O N T V i v N O 0 w 0 0 0 O W C rn m 7 m a Y1 7 a m 3 0 c 7 m a a _c m v O 3 O O 0 O. d r 0 a m m p z ~ !- T ~ - = G7 T m v c~ m y ~ r -{ (A r a? C7 (7 ~ cn rn w rn n w oo rn rn c ? m -{ ~ ~ ai ~ C C°> A n y ° N ~ N C~ N C~ C~ o C~ C~ C) C7 ~ (~ Cn m a D o ~ ~ °0 ~ ~ 3 o. a o o o o o ~ ~ ~ ~ ~ o a c~~ n r , ~ o ~ ~ v - ~' u G~ s s ~ v ~ fD ~ n ~ o p ~ ~ ~ ~ ~ ~ ~ ~ m - ~ , 3 v , , ~ sp sp sp S~ _ m n p ` •'o D m m ~ _ ~ ~ ~ ~ r o -- W 1 D D ~ m : m x m W ~ ~ ~. ~ ~ n ~ ' m ~ Z ~ ai ~ ~ m m m m D ~ 1 + O ~ ~ o ~ ~ ~ ~ ~ ~ o o O ~ Z a ~ n 3 p :p :U Z1 :p A_ o_ O A ; p O 3 fC ~ rF S A N ~' ~• ~~ 1 T N ~ { ~ N T N . %" TT ~ "' W S ? O Vt (N f2~ S2o a7 N ~ 0 Z N o °o ~ ~ ~ o0 00 ~ ~ ~ a, n m N - - ~ 0 .Z7 ~ O ' U ' .Q 0 0 0 0 Z ~ ~ ~ ~ s = ~ o 0 0 ° ~~ n m m ~ °~ ~ ~ ~ ~' ~ ~ m ~ ~ 3 ~ = ~ N m ~ ~ < ~ ~ m w ~ ~ .. m . m r v+ v+ rfl <n ca to <n csi c~ Fn <n cs~ ~ ~ to rsa is ~ ~ ~; i O O 0 N N ~ MO D D O Z c 0 W W A W A A OD _O D OD J V1 A N ( ii ~ --I ~ `; W W A J A W ~I O O J -~ -> N O V A OD ~~ ~ ~~ O t0 t0 O G7 V O Cl~ W W C77 N N N N N '~I O o = cn ~ m m o o cn o o v ~ o cn cn cn cn cn cn mD c 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 n ~ ; 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 j fR EA {~ <A b9 dl 69 b9 EA fA 69 Efl fA Efl ffl EA Efl D x ~ `.. '; w c ~ ~ ~ ~ ~ N m~0 v W N tT A CO w m n _ _ n ~ O OD Z O O O W N ~I V N O (J7 (J7 (P CT (.Tl ~l n~ Z .;. - _ ~1 ~I O O O N CT CT CT7 (Jt O O O O O O (Ji =~ --I ` O Cr O O O Cn O O 0 0 0 0 0 0 0 0 0 O C~ ~.;`. O O O O O O O O 0 0 0 0 0 0 0 0 0 Z ~ >" ~ O O O O O O O O 0 0 0 0 0 0 0 0 0 ~ Om cn ~' i v V ~ ~ C W ~ s j N W W W W N W J G1 D , W W Z O O ~l O> OD CJ~ CT OD V A N W N W W D ~ +QD ' _ 0 0 o 0 o 0 o 0 cn 0 cn 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ z ~ " 3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ n ~ ; 0 0 0 0 0 0 0 0 0 0 0 0 o o o o o y 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~» rn v+ <a v> to v+ to <n <n cfl cs~ cfl f» ~ rs> E» r m < m O D '; Z CN1f VOi ~ A ~ ~ W A N W A W N " "N N ~ Gi DZ1 ;I, O 1 ~I Z (J~ CT Ut N W OD A ~ W O CO dD OD fT N n NCO :C! O CT O O W U7 J J W N O O W J s O) ~ r O ';.. (A ° 0 0 0 0 0 J o ~ o J o N N o Z Z 0 0 c i~ .c i~ ,c ii .c i, ,, 0 0 0 0 0 0 0 0 0 0 0 0 o o o o o D ~ ;; 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I 1 1 1 i f W D C m m .~ ~~~ 3 W a D) 7 a m 3 0 c 3 f1 m a O fD Q O N 3 0 0 m 0 C. Ql a a