Loading...
HomeMy WebLinkAbout15-Public Services CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Lynn Merrill, Director Dept: Public Services C :. " ~. . . . " . I L Date: January 26,2001 Subject A resolution authorizing the execution of a purchase order between the City of San Bernardino and Holland-Lowe Construction, Inc. for pavement repairs on Hospitality Lane between Waterman Avenue and Harriman Place Council Meeting Date: February 5, 2001 Synopsis of Previous Council Action Recommended Motion: 1. That the Mayor and Common Council authorize the Director of Finance to amend the FY2000/2001 budget and transfer $80,000 from Account 001-402-5111 to Account 001-402-5502, Contractual Services 2. Adopt resolution ~ 4tMerrill Contact person: Lynn Merrill Phone: 5140 Supporting data attached: Ward: All FUNDING REQUIREMENTS: Amount: Source: $74,352.20 001-402-5502 Contractual Services ~~cI~~_ Fmance Council Notes: :J/5/01 , , Agenda Item No. 15 CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT SUBJECT A resolution authorizing the execution of a purchase order between the City of San Bernardino and Holland-Lowe Construction, Inc. for pavement repairs on Hospitality Lane between Waterman Avenue and Harriman Place BACKGROUND On November 27, 2000, a formal bid process was initiated to solicit bids for repairs to 27,597 square feet of the street pavement on Hospitality Lane, between Waterman Avenue and Harriman Place and the repair of one set of traffic signal actuator loops. The request for quote, Bid Number F-01-52 was advertised in the Sun Newspaper, the San Bernardino Area Chamber of Commerce, the City's Web Site. Bid packages were sent to six (6) contractors. Two bids were received, both from local San Bernardino contractors. The results are as follows: CONTRACTOR CITY PRICE PER TOTAL PRICE SQUARE FOOT Holland-Lowe Construction Inc. San Bernardino $2.60 $74,352.20 Avila Construction Inc. San Bernardino $4.25 $119,787.00 The total price includes $71,752.20 for the asphalt repairs, and $2,600 for the replacement of a traffic loop set at one intersection. Based on the total price for this work of $74,352.20, the recommended lowest and best qualified vendor is Holland-Lowe Construction, Inc. of San Bernardino. Holland- Lowe has completed several projects for the City and staff has detennined that Holland-Lowe is qualified to perform this contract. Staff budgeted $100,000 during FYOO-Ol for pavement repairs within Account 001-402-5502. An additional amount of $80,000 was carried over from FY99-00 to FYOO-Ol for similar work. The Public Services Department is, therefore, requesting that the Purchasing Manager be authorized to issue a purchase order to Holland-Lowe Construction, Inc. in an amount not to exceed $74,352.20. Work in this area would commence no later than March 1" and would be completed within 60 days after commencement, weather pennitting. Copies of the Request for Quote Bid Number F-01-52, the bid package submitted by Holland-Lowe, area maps for both proposed areas of repair and photographs of the existing pavement are included. FINANCIAL IMPACT Staff budgeted $100,000 during FYOO-Ol for pavement repair in account 001-402-5502, with approximately $68,200 remaining. An additional amount of $80,000 was carried over from FY99-00 to FYOO-Ol for the purchase of asphalt. This amount in addition to the funding for asphalt this fiscal year is more asphalt than can be used under current staffing levels. Staff is recommending transferring $80,000 from account 001-402-5111, Materials and Supplies to 001-402-5502, Contractual Services to equal a total amount of $148,200 for this and future projects. RECOMMENDATION Adopt the resolution. Bid #F01-52-Asphalt Repair -Hospitality Lane- L '" UJ UJ in IltltlLfR '" ;JmJBL J 8 N L{') I T""" o I u.. 0::: <( 0... W 0::: I- .-I <( I 0... CJ) <( ~f'~ ,- :.1t '\-l' -: ) ~./1"fI- --I 'lit ~,'- . ~. :4 :'.... ~I\, !I, -'-~'I ,."', :l-'_1.Jj ~7i:'i\ (;~'i rs-;- )"~ -1 ~_.. ,I. tJ- :h,jj . I t. " I, II I I 1\11 ..1 'tj \~ \l' \ ,in\ .HI '~\ ~;I".~\il~"', \ f " .t " I ; . II ~l '. '~ \ , '. z <( ~ 0:: 0:: <( I o I- Z <( ~ 0:: LU I- <( :::: LU Z ::5 >- I- -l <( I- a. U) o I 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 (C;(Q)[PV Resolution No. RESOLUTION OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF A PURCHASE ORDER BETWEEN THE CITY OF SAN BERNARDINO AND HOLLAND-LOWE CONSTRUCTION, INC. FOR PAVEMENT REPAIRS ON HOSPITALITY LANE BETWEEN WATERMAN AVENUE AND HARRIMAN PLACE BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. That Holland-Lowe Construction, Inc., is the best and lowest bidder for providing services for pavement repairs. Pursuant to this detennination and the results of Bid No. FOl-52, the Purchasing Manager is hereby authorized and directed to issue a purchase order to Holland-Lowe, Inc. in an amount not to exceed $74,352.20. SECTION 2. The authorization to execute the above referenced purchase order is rescinded if it is not issued within sixty (60) days of the passage of this resolution. I I I I I I I I I I IIIII I I I I I I I I I I IIIII IIIII IIIII I I I I I IIIII I I I I I I I I I I Januazy 25,2001 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 RESOLUTION OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF A PURCHASE ORDER BETWEEN THE CITY OF SAN BERNARDINO AND HOLLAND-LOWE CONSTRUCTION, INC. FOR PAVEMENT REPAIRS ON HOSPITALITY LANE BETWEEN WATERMAN AVENUE AND HARRIMAN PLACE. I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and Common Connci1 of the City of San Bernardino at a meeting thereof, held on the day of ,2001, by the following vote, to wit: Connci1 Members: N'\}'s Abstain Absent Ayes ESTRADA LIEN McGINNIS SCHNETZ SUAREZ ANDERSON Ml.CAMMACK Rachel Clark, City Clerk City of San Bernardino The foregoing resolution is hereby approved this day of , 2001. Judith Valles, Mayor City of San Bernardino Approved as to form and Legal content; James F. Penman, City Attorney 25 26 BY: 27 28 Janruuy 25,2001 2 .. November 27, 2000 SUBJECf: REOUEST FOR OUOTES RFO F-OI-52 Gentlemen/Ladies: The City of San Bernardino (City) invites bids from qua1ified vendors for: Asphalt Repain - Hospitality Lane, Waterman Avenue to Harriman Place on behalf of the City's Public Services - Streets Department. Please read this entire RFQ package, paying particular attention to due dates, the Instructions to Bidders, Technical Specifications, General Specifications and Price Forms. Bids must include all requested information and forms, and must be signed by an authorized agent of the offering company in order to be considered responsive. Sincerely, . David Batson Purchasing Manager SECTION L INSTRUCTIONS TO BIDDERS I. INSTRUCTIONS TO BIDDERS 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 RFQ 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 future RFQs, for an undetermined period of time, the name of any Bidder for failure to accept a contract, failure to respond to two (2) consecutive RFQs 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 RFQ. Any written addenda issued pertaining to this RFQ 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 RFQ as the result of oral instruction. C. Clarifications 1. Examination of Documents Should a Bidder require clarifications of this RFQ, 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 RFQ. 2. Submittinl!: Reauests a. With the exception of oral questions asked at any Job Walk, all questions, clarifications or comments shall be put in writing and must be received by the City no later than December 5, 2000, and be addressed as follows: City of San Bernardino 300 North "0" Street 4th floor, Attn: Carol Doemner 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 thim the date and time specified above. Send facsimile transmissions to (909) 384-5043, attention Carol Doemner. c. Inquiries received after December 5, 2000 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 December 7, 2000. D. Submission of Bids 1. Date and Time All bids are to be submitted to City of San Bernardino, Attention: Carol Doemner. Bids received after 3:00 p.m., December 20, 2000, will be rejected by the City as non-responsive. 2. Address Bids shall be addressed as follows: City of San Bernardino 300 N. "D" Street, 4th floor San Bernardino, CA 91418. Bids may be delivered in person to the Purchasing Department, 4th floor of the above address. 3. Identification of Bids Bidder shall submit a bid package consisting of: a) a signed original and one (1) copy of its bid, and b) a completed and signed Price Form. The bid package shall be addressed as shown above, bearing the Bidder's name and address and clearly marked as follows: "RFQ F-OI-52: Aspbalt Repair - Hospitality Lane" 4. Accentance 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 informalities or irregularities in bids. b. The City reserves the right to withdraw this RFQ at any time without prior notice and the City makes no representations that any contract will be awarded to any Bidder responding to this RFQ. c. The City reserves the right to postpone bid opening for its own convenience. E. Pre-Contractual Exoenses 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. Contract Award Issuance of this RFQ 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 RFQ, and to negotiate with other than the selected Bidder(s) should negotiations with the selected Bidder(s) be terminated. Tbe City also reserves the ril!:bt to aooortion tbe award amonl!: two or more Bidden. G. Accent.nee 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. SECflON n. TECHNICAL SPECIFICATIONS SPECIFICATIONS ASPHALT REPAIR OF SAN BERNARDINO STREETS Hospitality Lane, Waterman Avenue to Harriman Place DESCRIPTION OF WORK The project consists in general of removal of existing deteriorated portions of street surfacing, replacement of asphalt concrete, providing traffic control, and clean up of construction debris. The intent of these specifications is to provide for a complete and finished project in accordance with the provisions in connection therewith all necessary labor, tools, implements, equipment, 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 Specifications, these specifications shall take precedence over and be used in lieu of the Standard Specifications. TRAFFIC CONTROL Attention is directed to Section 7-10, "Public convenience and Safety", of the Standard Specifications for Public Works Construction, latest addition and these special provisions. . Warning signs, lights and devices for use in performance of work on Highways shall conform to the "Manual of Traffic Controls" 2000 Edition and the "Work Area Traffic Control Handbook", 2000 Edition, adopted by the City 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 possible. Contractor shall maintain a minimum of one traffic lane in each direction at all times. All excavations opened during any day will be paved back to a safe condition by the end of the same day. 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 explain the sequence of work and indicate any restrictions of access. Verbal notification shall be given to all places of business and residences at least 18 hours in advance of commencing work that will affect access to and from properties. The project to be completed is adjacent to a freeway on and off ramp. Contractor shall contact Cal Trans for any contract work which may affect the operation of the ramp. Permits, restrictions, conditions or requirements by Cal Trans are at the contractor's expense. 1 UTILITY REQUIREMENTS The Contractor is advised of the existence of the utility notification service provided by UNDERGROUND SERVICE ALERT (USA). USA member utilities will provide the Contractor with the precise locations of their substructures in the construction area when the Contractor gives at lease two (2) working days notice to the Underground Service Alert by calling 1 (800) 422-4133. CLEARING, GRUBBING, REMOVALS, RELOCATIONS, AND SITE MAINTENANCE The work covered by this section shall include disposal of A.C. removed, vegetation, tree roots, trash, and other objectionable material from the project; sawcutting or milling of A. C. pavement; demolition, and other such items as may be called for on the plans; protection and maintenance of existing improvements, including utilities, within the right-of-way which are to remain in place; and maintenance of the site in a neat and orderly condition throughout the construction period. REMOVAL OF TRASH AND OTHER OBJECTIONABLE MATERIAL All trash and organic material within six inches of the finished surface shall be removed. In addition, any trash or organic material, including roots, encountered in demolition of any work perfonned shall be removed. REMOVAL OF EXISTING A. C. PAVEMENT Existing asphalt concrete pavement 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 or milled and the remaining edges of existing pavement shall be neat and sound to the satisfaction of the Engineer. If the edge of any existing asphalt concrete paving to be joined with new work is damaged by the Contractor's operations, the existing asphalt concrete shall be again sawcut parallel to the original cut and such additional portion removed and replaced at the Contractor s expense. Existing asphalt concrete shall be removed to a depth of six (6) inches. All material removed shall become the property of the contractor and shall be disposed at an appropriately pennitted recycling site. 2 DISPOSAL OF MATERIAL REMOVED All material removed in clearing and site maintenance operations, including temporary asphalt paving removal as specified herein, shall become the property of the Contractor until he has disposed of it at approved recycled center with copies of tickets to be provided to the City. SITE MAINTENANCE Throughout the period of construction, the contractor shall maintain the site of the wor1< in a safe, neat, and orderly condition free of any hazardous conditions, trash, debris, surplus materials, and objectionable matter of any kind, all to the satisfaction of the Engineer. Throughout the period of construction, the Contractor shall control dust in accordance with the requirements of the City of San Bernardino, and as specified in the Standard Specifications. 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, including underground utilities, which are to remain in place within and adjacent to the right-of-way from damage resulting from his operation. COMPACTION OF SUBGRADE Subgrade shall be scarified, watered and compacted as necessary to obtain 95% relative compaction. ASPHALT CONCRETE PAVEMENT MATERIALS Asphalt concrete shall be in accordance with the Standard Specifications for Public Wor1<s Construction, latest addition. The grade of asphalt concrete materials shall be AR-4000, in conformance with Section 203-6 of the Standard Specifications. The finish course of A. C. pavement shall be Class 'C2'; however, underlying courses may be Class "B. Asphalt cOncrete used for 1-112" thickness and variable thickness overlays shall be Class "C-2", unless otherwise directed by the Engineer. 3 Asphalt Concrete shall be constructed in accordance with Section 302-5 of the Standard Specifications to the limits and grades shown on the construction plans and as specified by the Engineer. The maximum thickness of any A.C. paving course shall not exceed six inches. Tack coats shall be applied in accordance with Section 302-5.3 and 302-05.4 of the Standard Specifications. ASPHALT CONCRETE PAVEMENT DISTRIBUTION AND SPREADING At all locations where new asphaltic concrete pavement is joining or overlaying existing asphalt pavement, the Contractor shall feather the new pavement to fonn a smooth transition with the existing pavement. All A. C. overlays over 500 L.F. shall be applied with a paving machine such as a Barber-Greene, as specified in Section 302-05.5 of the Standard Specifications. All A. C. overlays over 200 L.F. shall be applied with a spreader box machine. ASPHALT CONCRETE PAVEMENT - ROLLING Initial or breakdown compaction shall consist of a minimum of three coverages of a layer of asphalt mixture. A pass shall be a movement of a roller in both directions over the same path. A coverage shall be as many passes as are necessary to cover the entire width being paved. Overlap between passes during any coverage made to insure compaction without displacement of material in accordance with good rolling practice shall be considered to part of the coverage being made and not part of a subsequent coverage. Each coverage shall be completed before subsequent coverages are started. Three-wheel rollers and pneumatic rollers shall not be pennitted. TRAFFIC SIGNAL LOOPS Traffic Signal loops damaged as a result of pavement repair operations are under the jurisdiction of Cal Trans and shall be replaced as needed at the direction of Cal Trans. Full compensation for sawcutting, placing of wiring, fillers, connections and all other work related to replacing traffic signal loops are included in the unit price for a set of loops and no other compensation will be allowed. The City of San Bernardino has applied to Cal Trans for a pennit to remove and replace the existing traffic loops that may be affected by the pavement replacement operations. We expect to have the pennit when the Notice to proceed is issued. The City shall obtain and pay for the pennit. 4 CLEANUP OF STREETS At the completion of the day's operations, the street shall be left clean and free of debris generated by the contractors operations. PAYMENT Full compensation for sawcutting, removal of deteriorated asphalt, furnishing and installing asphalt concrete, clean up after construction and traffic control shall be included in the unit price for remove and replace and no other compensation will be allowed. HOURS OF WORK Hours of work shall be Monday through Friday, between the hours of 7:00 a.m. and 3:30 p.m. unless otherwise approved in advance. TIME OF COMPLETION AND LIQUIDATED DAMAGES Attention is directed to the provisions in Section 6-1, "Construction Schedule and commencement of work, in Section 6-7.1, "Time of Completion", and. in Section 6-9, "Liquidated damages". Failure of the Contractor to complete the work within the time allowed will result in damages being sustained by the Agency. Such damages are, and will continue to be, impracticable and extremely difficult to determine. For each consecutive day in excess of the time specified for the completion of work, as adjusted in 6-6, the Contractor shall pay to the Agency, or have withheld from monies due it, the sum of $250, unless otherwise provided in the Specifications. The time of completion is 15 Working days from the date of the "NOTICE TO PROCEED". The "NOTICE TO PROCEED" will not be issued until after January 2, 2001 LOCATION OF WORK See attachment "A" 5 ATTACHMENT "A" Repair of San Bernardino Streets Hospitality Lane East of Waterman Avenue To Harriman Place Location Dimension Square footage number 1 5 x 112 560 2 13 x 150. 6 x 23 2088 3 8x80 12x25 940 4 8x61 488 5 5x57,19x25.14x67 2838 6 13 x 36 468 7 12 x 281 3372 8 6x112,6x138x15 870 9 9x26 234 10 15x20, 8x21, 25x 100 2968 11 7x54 378 12 6x60 13x163 2479 13 13 x63 819 14 13 x 44 572 15 17x30,6x13,5x30 1266 16 12 x 133 6 x 13, 5 x 30 1824 17 12 x 98 1176 18 7x68 8x90 3x37 1397 19 5xTI 2Sx44 1485 20 4 x 178 1485 21 13 x 51 663 TOTAL 27,597 sa. feet 6 ~EcnON m. BID CONTENT AND FORMS m. 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 briefand concise. Bids shall contain the following: a. identification of Bidder, including neme, address and telephone; b. proposed working relationship between Bidder and subcontractors, if applicable; c. acknowledgment of receipt of all RFQ addenda, if any; d. neme, title, address and telephone number of contact person during period of bid evaluation; e. 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 f. 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. ExceotionslDeviations State any exceptions to or deviations from the requirements of this RFQ, stating "technical" exceptions on the Technical Specifications form, and "contractual" exceptions on a separate sheet of paper. Where Bidder wishes to propose alternative approaches to meeting the City's technical or contractual requirements, these should be thoroughly explained. 3. Aooendices Information 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. B. LICENSING AND CERTIFICATION REOUlREMENTS 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 currently held by bidder, and are valid and in full force and effect. Copies or legitimate proof of such licensure and/or certification sha11 be included in bidder's response. Bids lackin2 cODies and/or Droof of said licenses and/or certifications may be deemed non-resDonsiye and may be reiected. C. ~OST AND PRICE FORMS Bidder shall complete the Price Form in its entirety including: I) all items listed and total price; 2) all additional costs associated with performance of specifications; and 3) Bidder's identification information including a binding signature. 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 ofa 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. PRICE FORM REQUEST FOR QUOTES: RFQ F-OI-52 DESCRIPTION OF RFQ: Asphalt Repair - Hospitality Lane, Waterman Avenue to Harriman Place BIDDER'S NAME/ADDRESS: NAMPJI'ELEPHONE NO. OF AUTHORIZED REPRESENTATIVE Please provide detailed Firm Fixed Price cost information in the spaces provided below, and any other incidental or additional costs required to complete the Technical Specification requirements. Are there any other additional or incidental costs which' equired by your firm in order to meet the requirements of the Technical Specifications? Yes answered "Yes", please provide etail of said additio cost. Please indicate any elements of the Technical Specifications which cannot be met by your firm. - ~4. -> ) Have you included in your bid all infonnational items and forms as reque8 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 (30) days. % days; unless otherwise stated, payment terms are: Net thirty 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 Received on: E Received on: Received on: Addenda No: Addenda No: Addenda No: PHONE:7f6Q51;cD AUTIlORIZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: DATE SIGNED: COMPANY NAME & ADDRESS: YlC- ~ , IF SUBlWIllNG A "NO BID", PLEASE STATE REASON(S) BELOW: 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 peljury: 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 coMection with RFQ F-01-52. Signature of bidder X !!ce~1/!e! ml(1;/. 5(j qAjf Subscribed and sworn before me this ~ day of ~~ 200-9 Notary Public in and for the County o~.J.... ~ftj) , State of California. ~G& U My commission expires . 't!o~ ~==,~,c]~.~~;~ CALIFORNIAALlrPlJBPOSEACKNOWI.1;'l)G~NT State of California ~~d .. / I coun7j~tf~drttt ~~ilJ( }SS. On l'jlK~1:ierore me ' , personal1yap;ed . ~Lle J;7';:/o;g<...._--,......) -,fl) Nmw(~ Lersonally known to me U .pw>red-IO.me.on.the.basis.of ,..i.factory evidence ~:.. &a.lllt-~ _~ C'=/."'-'."L ~r)WE ~C. '\ C~'---""l"''''-:U; u' "'_'.;' .-.: -'; l'~'" ........_..C..:.::;~.....:a ~ <<-.; "._' . . i ... -v/,~ --:'';.,~- ,..::."~II' ~ ~ \.:. '_ / ,..~,~_ C~~~l"1 "-~-:...::.... . '.~:/cr.:i';:-.1.r:.-:::'J~nJl,;715,2002 to ._ .'. _ .' . .:.. to be the pcrsonOO Whosc.nam~. i llfe SU. bscriJl..cd to. thc within instrument and acknowled to me that!!$1sheft!rey- executed the same in ; ertrheir 3uthori7.ed capacity(iIs), and that b hi - ignature(A) on the 'il1.l>w...",llh~ 1J1'I1'UDOO, ur -entity'uptJlIlrehalfuf"Which the personOO acted, executed the instrument. PIaGONoIIIySoalAbow """"" OPTIONAL -'Rtt1ttP-lhe-mj;J.lIJMMn kkJw II_I lItf"it H 6yldw;H-1mJ1 pllJ.'e Wl/Jttlbk-Io-~rdymg.fJIt-'tJre...d8.:tJmc'" and could prevmtj'rt:llNlulent removal and reanochment olmis form 10 another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: [] Individual [1Curpun1teOfticet - T"1tIe(s): [] Partner - [] Limited [] General H Attmney -in Fact []Trustee o Guardian or Conservator [] Other: ToporllMnbha Signer Is Representing: SPECIFICATIONS ASPHALT REPAIR OF SAN BERNARDINO STREETS Hospitality Lane, Waterman Avenue to Harriman Place SCHEDULE OF PRICES - BASE BID Item Description Estimated Unit Unit Price Extended Amount Number Quanti A. A.C. 27,597 Square 2.&0 "'1 I} '7 5:;2. Remove foot and re lace B. Traffic loop Set Each ,OD Eastbound /uuLAp; CENTS ($ 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 construction; and that any and all subcontractors to be emPIOy~~i~~~Awi~~ similarly licensed. Dated ~ CONTRACT I]OCf()5/ California Contractor's Ucense No. The above bid proposal includes Addenda No's ~eJ- . 7 SUBCONTRACTOR"S LIST For ASPHALT REPAIRS OF SAN BERNARDINO'S STREETS Hospitality Lane, Waterman Avenue to Harriman Place As required by Califomia State Law, the General Contractor bidding will hereinafter state the subcontractor who will be the subcontractor on the job for each particular trade or subdivision of the work in an amount in excess of one-half of one percent of the General Contractor's total bid and will state the firm name and principal location of the mill, shop, or office of each. If a General Contractor fails to specify a subcontractor, or if he specifies more than one subcontractor for the same portion of work to be performed under the contract in excess of one-half of one percent, he agrees that he is fully qualified to perform that portion himself and that he shall perform that portion himself. NAME OF FIRM OR CONT. T f c.... LOCATION CI REJECTION OF BIDS The undersigned agrees that the City of San Bernardino reserves the right to reject any or all bids, and reserves the right to waive informalities in a bid or bids not affected by law, if to do seems to best serve the public interest 8 SEcrIONV. GENERAL SPECIFICATIONS GENERAL SPECIFICATIONS 1. Each bid shall be in accordance with Request for Quotes (RFQ) Number F..oI-52. All specifications are minimum. Bidders are expected to meet or exceed these specifications as written. Bidder shall attsch to their bid a complete detailed itemization and explanation for each and every deviation or variation from the RFQ specifications and requirements. Conditional bids, or those that take exception to the RFQ 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 0( minor irregularities or discrepancies, or nonconfonnity to specifications in appropriate cin:umstances. Purchase shall be on a best buy basis after due consideration 0( all relevant factors, including but not limited to, worlananship, accessibility o(parts and service, known evidence o(msnufacturer's responsibility and record, durability and known operational record 0( product and suitability as well as confonnity to City needs and requirements. In all cases the best interest of the City shall prevail in all contract awards. 3. The City 0( San Bernardino reserves the right to purchase more or less than the quantities specified at unit prices bid. 4. Bids shall be finn offers, subject to acceptance or rejection within 90 days 0( the opening thereof. S. Regular dealer. No bidder shall be acceptable who is not a reputable msnufacturer or dealer of such items as submitted for bid consideration. 6. All materials, workmanship and finish entering into the construction 0( the equipment must be of the best 0( these respective kinds and must confonn to the character of the equipment and the service for which it is intended to be used and shall be produced by use 0( the current msnufacturlng processes. "Seconds", factoI}' rejects, and substandard goods are !!21 acceptable. 7. Each bidder shall submit with their bid 8 copy 0( the proposed product specifications, complete detailed drawings, and other descriptive matter in sufficient detail to clearly describe the equipment, materials and parts offered. 8. Manufacturer and/or Contractor shall defend any and all suits and assume all liability for any and all claims made against the City 0( San Bernardino, or any 0( its officials or agents for the use of any patented process, device or. article fonning a part 0( equipment or any item furnished under the contract. 9. Each bidder must state in their bid the guaranteed delivel}' date 0( product and/or services in number of calendar clays from the date 0( contract execution by the City 0( San Bernardino, time is 0( the essence relative to this contract. Contractor shall prosecute the work continuously and diligently and shall deliver the items at the earliest possible date following the award of the contract. 10. Each bidder shall list in their bid all factory, msnnfacturer's and/or dealer's warranty and/or guarantee coverage and shall submit such written documents evidencing the same attached to the bid 11. Successful bidder(s) (Contractor) shall furnish and deliver to the City complete equipment as bid and awarded, ready for instaIlation and fully equipped as detailed in these specifications. 12. Price shall be quoted F.O.B. San Bernardino(aIl transportation charges shall be fully prepaid), and shall include all discounts. Bid shall include California sales tax, where applicable, computed at the rate 0(7.75% (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 0( the specified items by the City of San Bernardino and receipt of the Contractor's priced invoice. 14. All "standard equipment" is included in any bid Bidders furnishing bids under these specifications shall supply all items advertised as "standard" equipment even if such items are not stipulated in the specifications, unless otherwise clearly excepted in the bid 15. The items which the bidder proposes to furnish the City must comply in all respects with the appropriate safety regulations 0( all regulatol}' commissions 0( the Federal Govenunent and the State 0( California, whether such safety features and/or items have been specifically outlined in these specifications or nol 16. Contractor delivering equipment pursuant to this RFQ specifications shall guarantee that equipment meets specifications as set forth herein. If it is found that equipment delivered does not meet 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 snstained by the City, and that it is, and will be impractical and extremely difficult to, ascertain the actual damage which the City will snstain in the event of and by reason of such delay. 18. In case the delivery of the items under this contract is de18yed due to strikes, injunctions, government controls, or by reason of any cause or circumstance beyond the control of the Contractor, the time for delivcry 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 undcnrtanding that acceptance by the City of San Bernardino ofbid in response to this solicitation shall constitute a contract between the Contractor and the City. This shall bind the Contractor to furnish and deliver at the prices bid and in complete accordance with sll provisions ofRPQ No.II'..01-S2. In most cases the basis of award will be the City's standard purchase order that may or may not incorporate this solicitation by reference. 20. Prolu"bited interest. No member, officer, or employee of the City or of any agency of the City during his tennrc or for one year thereafter shall have any interest, direct or indirect in this contract or the proceeds thereof. Fnrthennore, the parties hereto covenant and agree that to their knowledge no board member, officer or employee of the City has any interest, whether contractual, non~ntractual, 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 conflict of interest under Article 4(commencing with Section 1090) or Article 4.6 (commencing with Section H20) of Division 4 of TiUe I of the Government Code of the State of California 21. One Document. These specifications, the notice inviting bids, RFQ F.0l-52, the Contractor's bid, any written agreement executed by the parties, the purchase order and all docnments referred to in the complete specifications and purchase order, and sll written modifications of said documents shall be constnJed together as one document. Anything called for in anyone of said documents shall be deemed to be required equally as if called for in sll. Anything necessary to complete the work properly sha1l be perfonned by the contractor, whether specifically set out in the contract or not. All sections of the specifications shall be read as constituting a whole and not as an aggregation of individual parts, and whatever is specified in one section shall be constroed as applying to all sections. 22. The City of San Bernardino reserves the right to accept or reject any and all bids. 23. Prompt payment. 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 nsed during bid evaluation in the cue of ties. 24. Inquiries. Direct sll inquiries to Carol Doemner at 909-384-5548. Technical qnestions may be sent via fax to 909-384-5043. The answers to material questions will be provided to all potential bidders. 2S. BidlPrice forms. No bid will be acceptable unless prices arc submitted on the pricing forms furnished herein, and sll required forms arc completed and included with bid. Deliver all bids, signed and sealed, to the Purchasing Division, Finance Department at 300 North "D" Street, 4th Floor, City Hall, San Bernardino, California 92418. CLEARLY MARK THE RPQ SPECIFICATION TITLE "Asphalt Repair - Hospitality Lane, Waterman Avenue to Harriman Place" AND NUMBER lI'..el-52 ON THE OUTSIDE 011' THE ENVELOPE. 26. Time. AIl bids must be received in the Purchasing Division no later than 3:00 p.m. PST Wednesday December 20, 2000, where at stich 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 ofbids. Any bid received after that time and date specified shall NOT 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. 18. Equipment In the purchase of equipment, Contractor shell be required to furnish one (1) OPERATORS MANUAL and one (1) PARTS MANUAL for all equipment bid 19. In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will sssign 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 IS) 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 sssignment shall be made and become effective at the time the pnrchasing body tenders final payment to the bidder. 30. Contractor shell indemnify, defend and hold City, its officers, employees and agents hann1ess from any claim, demand, liability, suit, judgment or expense (including, without limitation, reasonable costs of defense) arising out of or related to Contractor's perl'ormance of this agreement, except that such duty to indemnify, defend and hold hann1ess shall not apply where injury to person or property is caused by City's wiI1fuI misconduct or sole negligence. The costs, salary and expenses of the City Attorney and members ofhis office in enforcing this Agreement on behalf of the City shall be considered as "attorney's fees" for the purposes of this paragraph. 31. WhiIe not restricting or limiting the foregoing, during the tenn of this Agreement, Contractor shall maintain in effect policies of comprehensive public, general. and automobile liability insurance, in the amount of $1,000,000 combined single limit, and statutory worker's compensation covemge, and shell 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 an: terminated or materially altered. 32. FAI1lIFUL PERFORMANCE BOND. Not reaulrecL The Contractor will be required to furnish a cashier's check, certified check or faithful perl'ormance bond made payable to the City of San Bernardino in an amount equal to 100"10 of the bid price to inswe the contractor's faithful performance of this contract. Said surety shall be subject to the approval of the City of San Bemsrdino, bonds sha1l be in accordance with Ordinance No. 821, Section 2400, and the corpomtion issuing said bond sha1l have a rating in Best's most recent insurance guide of" N' or better. 33. Written contract docnments, duly authorized and signed by the appropriate authority, constitute the complete and entire agreement(s) that may n:snIt 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 perl'orming under the scope and specifications of this RFQ are currently held by bidder, and an: valid and in full force and effect. Copies or legitimate proof of such licensure and/or certification shell be included in biddets response. BIds laclUn!! conies and/or nroof of said licenlCl and/or certIfications may be deemed non-resoonsiye and may be reiected. SPECIFICATIONS ASPHALT REPAIR OF SAN BERNARDINO STREETS Hospitality Lane, Watennan Avenue to Harriman Place SCHEDULE OF PRICES - BASE BID Item Description Estimated Unit Unit Price Extended Amount Number Quantltv A. A.C. 27,597 Square Ii If ~ f, 0" Remove foot //1, :;J..87-- and reoIace ) B. Traffic loop Set Each J' U-..... .2 p,,- Eastbound .... Total Amount of Base Bid: 00 r. J../buBaC'1J NIIVS.,.;:;:Gv nk.,_-.o 5'4.v",_ I-I,,;o.i>"~/ r~(IRY S;S"PA/. t>A;- I /~; ;'8/4... ) DOLLARS AND aP '" CENTS The undersigned hereby certifieS that helshe has an appropriate license, issued by the State of CaDfomia to provide this work; that such Deense WIll be In fuD force and effect throughout the duration of construcllon; and that any and aD subcontractors to be employed on this project wiD be similarly licensed. Dated /:)..- 'i (J -Oc> S'O '1 S"lff- R Califomia Contrador's License No. CONTRA~~ /. ///ff 8rgnature R;c.HRAO P~u7_ F)...:UCJ Print or Type Name and Title The above bid proposal includes Addenda No's . V, c- ~ ,IJ;fEs 7 -,.,~ ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): Vote: Ayes i - f") ~-5-{)\ Item # \$ Resolution # Nays -E7 Abstain B "2m 1-2,C Absent ~ Change to motion to amend original documents: - Reso. # On Attachments: Contract term: NulI/Void After: Lj {, -01 J(PO {Jp,'/-S 1 Note on Resolution of Attachment stored separately: -=- Direct City Clerk to (circle 1): PUBLISH, POST, RECORO W/COUNTY Date: See Attached: ~ Ukt--l Date Sent to MlIYor: 2-(,,-0\ Date of Mayor's Signature: ~- 1.\ -0 , Date of Clerk/CDC Signature: ..J. - )r -0 I Reso. Log Updated: ,,/' Seal Impressed: ,,/ Date Memo/Letter Sent for Signature: 60 Day Reminder Letter Sent on 30th day: 90 Day Reminder Letter Sent on 45th day: See Attached: See A See Attached: Date Returned: Request for Council Action & Staff Report Attached: Yes -L Updated Prior Resolutions (Other Than Below): Yes Updated CITY Personnel Folders (6413, 6429, 6433,10584,10585,12634): Yes Updated CDC Personnel Folders (5557): Yes Updated Traffic Folders (3985, 8234, 655, 92-389): Yes No By No.L By No 1 By No .,/ By No ~ By Copies Distributed to: City Attomey./ Code Compliance Dev. Services EDA Finance ./ MIS Public Services ,/ Water Others: Parks & Rec. Police Notes: BEFORE FILING. REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term. etc.) Ready to File: ~ Date: ;l - (1-0 ,