Loading...
HomeMy WebLinkAboutS1-Public Works '88 1\r,R 23 A 9 :55 A. C. ENTERPRISES (Stan Dominguez) (714)381 4123 San Bernardino, Ca. 92411 March 23, 1988 "'\r-I' /. - -.. ,'" RECt',- - ~ Dear Members of the City Council: I am writing this letter regarding the upcoming weed abatement contract for the City of San Bernardino. I have recently bid on the above contract for handwork. It is my understanding that Mr. Manual Moreno, Director of the City Street Department will recommend that both tractor and hand work be awarded to one individual contractor rather than using the lowest bidder for each category. In past years contracts have been awarded to the lowest bidder in each area in the city as well as the county. It is my opinion that this is the best way, both in saving money for the taxpayer and avoiding what could be a conflict of interest. Therefore, I wish to encourage you to go with the lowest bidder as the most cost efficient approach. This project had a total of (3) three bidders. That is two bidders for handwork and one bidder that bidded on both handwork and tractor work. As the lowest bidder on the handwork, I question what rationale is being used to award the contract to Mr. Martin for the combined bid, while on the surface it may appear that it may be easier to deal with one contractor. Experience and common sence tell me this is not so. Regarding the cost below is a comparison: A.C.Enterprises Ed Martin EW i n9 Handwork $34. per Hr. $50. per hour $36. per hour Removal $25. per Hr. $75. per hour $36. per hour Parkways $10. - $ 5. $10. per 100 square"ft. Parkways minimum $17. $20. $10, This means that if Mr. Martin is awarded both handwork and tractor work, it will cost the taxpayer $16.00 per hour more for mndwork, fifty ($50.) dollars more per hour for Removal. $5. less for parkways. $3.00 more per minimum parkways as you can readily see this represents a sizeable 5-1 March 23, 1988 PagE' two difference on bids. There can be no justification in terms of simplifying the administrative aspects of the job. The reality is that the cost for hind work will be high er if Mr, Ed Martin is awarded the contra'ct. I appeal to you not only as the lowest bidder protecting my rights, but also as a former hazard abatement officer for the County of San Bernardino. Having worked on the day to day running of such program, I have been aware of what is entailed. It is my experience whether there is one or two contractors, the paper work is about the same. Further more, by having two contractors a conflict of interest can be avoided. If one contractor is awarded both handwork and tracttor work, he can influence which method to use. For example if a property is disk at $40. an acre,and the property is an acre or less. the property owner pays $40.00. If he says h e can't disk and instead uses hand work, this may take 4 or 5 hour and a bill for $200.00 to $250.00 must be paid. The decision to go with the higher price approach is influenced by the contractor. As the property owner a bill may cost as much as five times higher. I am not saying that this situation will always occur, I am saying that it can, as a weed abatement officer I have had to be on the alert for such abuses. Using separate contractors could avoid the higher cost to the property owner as well as the conflict of interest. Therefore, I appeal toyou out of fairness,economy and experience that I be awarded this contract as low bidder for handwork. Thank you for your time and attention Sincerely, -.51<. r-- .. -- 0....; ~~ 1 '-....... Stan Dominguez MOTION NO.1 That the appeal of Stan Dominguez relative to the City's abatement contract award for handwork be upheld and that be awarded to A. C. Enterprises. annual weed the contract OR MOTION NO.2 That the appeal of Stan Dominguez relative t? the City's abatement contract award for handwork be denled and that be awarded to Ed Martins Discing. annual weed the contract N ~ w ,8 '0 ::> '0 '<f' '<f' '<f' '<f' '<f' '<f' '<f' '<f' ,04 C-' oM '<f' N N N N N N N N .Q N Z .Q ~ {/). {/). {/). {/). {/). {/). {/). {/). H N :8 ~ '-... ~ 0 ~ r-i ,04 Q 0 ::E: 3 ex) Z '0 0 '<f' .:x: ~ \.0 {/). 8 ctl CJ) ::r: ~ . .8 ex) ex) ex) ex) ex) ex) ex) ex) ex) U) '<f' '<f' '<f' '<f' '<f' '<f' '<f' '<f' '<f' W {/). {/). {/). {/). {/). {/). {/). {/). {/). '0 U) oM H .Q ~ ~ ~ ~ W oM 8 ::E: z Ll'l W 0 M '<f' {/). U . ctl aJ aJ .:x: g' ~ U ~ 0 ctl '0 :> ~ oM aJ ~ ~ .Q u Q aJ oM ~ <3 0 ctl '-... 8 ctl ctl aJ ctl oM ~ ~ 0. r-i ~ aJ ~ .8 ~ 0 ctl 0 '0 oM U 0 ~ oM ctl ~ .jJ U ~ ctl +J .jJ ::E: u .jJ. o~ k, ,UJ , ctl ,U ~ ~ tJ' 0 & t::J .&: O'J ~,. ~~"j-\:;j 0 aJ oM 0 N o U Ii. ~ C-' :>-t :8 ::E: ~ N {/). ..:",. -4W H tJ1 0 .~ +J U ~ (lj H E-t +J ~ Lt"I N Lt"I r-- ~ <::I' <::I' r-- I U co r-- co r-- co ~ r-- co V>- V>- V)- V>- V)- V)- V)- V)- ro g (l) (l) ~ . 3 +J (l) ~ .....; +J (l) ..Q ~ E 1J) N Lt"I N ~ <::I' <::I' r-- ~ ::l ~ r-- ~ r-- r-- r-- ~ ~ r-- E-t V)- V>- V)- V>- V} V)- V)- V)- a ~ Lt"I .. 0'1 C"'") .~ <::I' (l) H ~ 0 U) H ...-t ~ +J Cl U (lj +J H 0 E-t .....; 0 N Lt"I 0 <::I' <::I' N N , ~ ~ r-- ~ ~ 0'1 <::I' ~ U V)- V)- V>- V>- V)- V>- V>- V>- H (l) ~ ::l U) Z "- Lt"ILt"I aLt"l 0 H tJ1 NNLt"laC E-t ~ ~ ""';<::1'\0""';(",,) p:: ...-t U) ro ~ H ...-t ...-t N Cl ..0 U) +J Cl 0 ~ ~ a:lUClt:LI t:LI .....; Lt"I 0 Lt"I 0 ~ <::I' ~ r-- ...-t ~ r-- Lt"I r-- Lt"I r-- ~ <::I' r-- ~ . U) U) U) U) Ul V>- V>- V>- V>- V)- V)- V>- V)- Lt"I Ul U) U) U) U) 0\0 (lj (lj (lj (lj (lj \0 V>- .....;.....;.....;.....;.....; UUUUU EJ ro ~ ...-t H .8 ..oro 0 0 0 0 0 0 0 0 0 ...-t 3 N I..P ~ \0 \0 \0 \0 \0 \0 ~..o "- V>- V)- V>- V)- V)- V)- V>- V>- H .....; 0 . ] 3 ~ ...-t roE . EJ 0 0 0 Lt"I Lt"I Lt"I Lt"I 0 ~ 0 r-- r-- r-- \0 \0 \0 \0 r-- (lja\O ~ V)- V>- V>- V)- V)- V)- V)- V)- ~<::I'v)- Ul +J ...-t ~ ::l (lj ~~ tJ1 H H ~ o 0 0 (l) 3 3 G H (lj 0 ro roH U :> ...-t (l) 0 ::l (l) H ..0 +J+J U Cl ...-t H (lj U 0 (lj "- (l) (lj (lj (lj . E (lj 0 ...-t ~ :>.. ~ 0... .....; (l) ~ ...-t H .c: H 0 (lj 0 0 ...-t U a:l ...-t +J+J U (lj ~ +J U +J (lj +J ~ . U) ~ +J ...-t ~ U) ~ U ~ tJ1 0 (l) H (lj ~ .c: 0 ::l (l) ::l 0 ...-taLt"l 0 p:: 0 U ~ ~ ~ :>t ~ a:lNv)- ~4-l OUANTI- OF >IORK/i.1HJIi.1Ui.' ~ EQUIPI~ENT AND ES I .i.1ATEJ STARTIilG On I cS - 1987 The estimated quantities of work, indicated in this Jroposal are approximate, ana :aken from 1987 statistics, being given solely as a basis for comoarison of bids. The City does not expressly nor by imolic3:ion, agree that the ac:- ual a~Dunt of work will correspond therewith, and reserves the right to increase or cecrease the amount of any item or portion of the work, or to omit portions of t~e worK as may be deemed expedient by the Public Ser'/ices Director. C~n:rac:ors must be able to provide the prescribea ~inimums indicated for equip- me~: and ooerators. The :ate on ~hich work shall begin is indicated belc~. No work may be Jer~ormed pr~sr to this date. However, a s1ig~tly later starting date may be authorized, a: ::.e discretion of the City. ~ . :stimated i,.Jork Units: ,....., - c'- , 2,125 ~,<.1_;:' r\ - J I as:o n 4'1::: w - ,'-~ ~, (' 6Sa J,as:o J - =~a.ss J 105 ~, :: c- - 300 - J I ~.....J - ~ L. -. 'IJ ' :~U1D~ent/ cerators: - Trac:ors - Disc: - 3 Mowers - 'J~e:::tJr::; ~ ~ln1~U~ OT three seDar2te ~anc:r~ws s~al: - ~aint:ined. - . ~. .:~2::~:l'": __aLe: = ;" '] rat: D U t .c:,o rill:;, 1 9 38 . -~e ~~:~~~Ied ~'Jor~: Un; :: inC:~C2 ::. j ~ :.r~ce::~ ~~ .~ be c~eaned ~~lt~~~ -~'" . ~ -., >oJ. '.......' _-~l-::: J-;- :~e C~:'/ Oi ~ . en :-e :~~ .~...: ~:-;c . -9- Ii I CITY OF SAN BERNARDINO HANDWORK AND REMOVAL BID SHEET ----------------------------------------------------------------------------- ---------~------------------------------------------------------------------- BID PRICE FOR WEED AND REFUSE ABATEMENT WORK: Handwork and removal work (handwork will be 1 hour minimum. Removal work will be 1/2 hour minimum. Minimum crew shall consist of at least two (2) men. Handwork (labor and tools per hour) Trash removal truck and dump fees to be included in hour charge: $ Removal work (labor and equipment per hour) Loader and truck to be included in hour charged Dumps fees charged additionally: $ Parkways when separate from parcel, per 100 sq. ft.: $ Minimum for parkway when separate from parcel by sidewalk: $ DATE BUSINESS 1.0. NO. FIRM NAME PHONE S.S.# Signature & Title Of Person Authorized To Sign On Behalf Of Firm. -11- CITY OF SAN BERNARDINO BID SH, FOR WEED ABATEt .T ----------------------------------------------------------------------------- ----------------------------------------------------------------------------- FIRM BID PRICE FOR WEED ABATEMENT WORK: DISCING MOWING-SPRING MOWING-FALL SCRAPING (TUMBLEWEEDS) Class A . Single parcels, any size up to and including 1/2 acre. Complete Abatement $ $ $ $ per parcel per parcel per parcel per parcel Class B . . Single parcels over 1/2 up to and including 1 acre. Complete Abatement $ $ $ $ per parcel per pa rce 1 per parcel per parcel Class C Acreage over 1 acre up to and including 10 acres. Complete Abatement $ $ $ $ per parcel per pa rce 1 per parcel per parcel Class 0 : Acreage over 10 acres. Complete Abatement $ $ $ $ per parcel per parcel per pa rce 1 per pa rce 1 Class E Firebreaks shall be per- mitted on parcels over 1 acre. Firebreaks shall be 50 feet around perimiter with 50 foot breaks divi- ding the parcel so that no portion undisced exceeds 1 acre. 100 foot firebreaks will be completed around any structures. $ $ $ $ per parcel per pa rce 1 per pa rce 1 per parcel ------------------------------------------------------------------------------ ------------------------------------------------------------------------------ DATE BUSINESS 1.0. NO. FIRM NAME PHONE 5.5.# Signature & Title Of Person Authorized To Sign On Behalf Of Firm -10- (- cst -<) J. ..--, ~,) .....t, t", Ie.... "!- pc. 'i '<:'. " s PC' (' c!/ <""'f p (~ ;' (I '__{ c- '.: '-~ ; (\ r '\ - / ". ,'..' '" ,'r~,/ , f1. i.~r, ( 1../ 7 ,/ ";ITY OF SAN BEf.w JARDINO - MEMORANDU'-. To MANUEL P. MORENO, JR. DIR., PUBLIC SERVICES PROTEST FROM STAN DOMINGUEZ (A.C. ENTERPRISES) From L. REEDER ABATEMENT COORDINATOR MARCH 28, 1988 Subject Date Approved 01 pJ hi' /}; /:l flrr Date ~ Section 2 of the General Specifications of the standard bid notice used by the City states that the City has the right to accept or reject any bid and award the contract to the vendor which best suits the City's needs. Past performance of a vendor may be used as a reference point when considering his/her bid. I have attached a copy of an Interoffice Memorandum dated July 16, 1987 to you from Dany Nolfo. This was done in response to an inquiry from Mayor Wilcox regarding the slow progress of hand cleaning during the 87-88 season. The memo basically states that Mr. Dominguez was completing approximately five to six hand cleaning jobs a week, far less than necessary to complete all work needed in the time allotted. Many of the parcels com- pleted by Mr. Dominguez did not meet City specifications and had to be redone, slowing progress down even more. Section 26 of the same specifications state that the City has the right to recommend whichever and however many contractors are necessary to fulfill the contract. Nowhere in the bid package does it state the number of contractors to be awar- ded a contract. Nor does it state that the lowest bidder is guaranteed the contract. The contract is awarded to the contractor which will best suit the City's needs, purpose and specifications. Mr. Dominguez states that by using a contractor other than the lowest bidder, we will be costing the taxpayers more. Abatement is not done as a service to the property owner, only as a means of compliance when the property owner does not comply voluntarily. We are not necessarily looking for the best deal for the property owner. Our goal is to increase voluntary compliance of the property owners. 5-/0 / ITV OF SAN BER~ ~ARDINO - MEMORANDU~. To Manuel P. Moreno, Jr. Director of Public Services Subject Hand-Cleaning for Weed Abatement Program From Dany R. Nolfo Weed Abatement Coordinator Date July 16, 1987 Approved Date In regards to the slow progress we have been making in the area of hand-clean- ing for weed abatement ~ssignments, this season, Stan Dominguez our hand- cleaning contractor is currently completing approximately five to six hand- cleaning assignments per week. As noted, his progress to-date does not meet our needs. The problem has been presented to Greg Garcia in the t~C Force and the solution explores two options; in either case, Mr. Dominguez would be relieved of h~- contract unless he can substantially increase his productivity. 1. We could have City crews do the hand-cleaning. In which case we would need to hire more individuals to get the job done; this is the more efficient solution in my opinion, or 2. Select an alternate contractor to complete this season1s weed abatement assignments. The delay in the completion of hand-cleaning assignments has also delayed billing. It is my feeling that we should indicate on all billings for discing the following or a similar message to avoid unnecessary protest calls from individuals under the impression the first billing they received covered the entire clean-up job. IIPLEASE NOTE THIS MAY BE THE FIRST OF TWO BILLINGS YOU RECEIVE FOR WEED ABATEMENT. ANOTHER BILLING MAY BE SENT FOR HAND-CLEANING COM- PLETED AT A LATER DATE.II Please let me know your views on this matter. Qil^,Y ~ AI ~;;k DANY R. NOLFO Weed Abatement Coordinator pp ~ITV OF SAN BEF.. JARDINO - MEMORANDUrv. To Dany R. Nolfo Weed Abatement Coordinator Su~ect Hand-Cleaning for Weed Abatement Program From Manuel P. r~oreno, Jr. Director of Public Services Date July 16, 1987 Approved Date Regarding our current progress in.hand-cleaning around the perimeter of pro- perties, along parkways and around trees and buildings this abatement season, our progress, to-date, in getting this work done has been extremely slow; see memorandum attached from Mayor Evlyn Wilcox regarding our current progress. Please advise the reason(s) for this work not being completed in a timely fashion and your suggestions for avoiding these delays in future abatement seasons. /JJ1~ ,0 /J!111wVLD j MANUEL P. MORENO, JR. Director of Public Services pp Attachment C I T Y 0 FAN B ERN R DIN 0 INTEROFFICE MEMORANDUM 8707-1210 TO: Manuel Moreno, Jr., Director, Public services FROM: Evlyn Wilcox, Mayor SUBJECT: Hand Cleaning for Weed Abatement Program DATE: July 8, 1987 (7129) COPIES: Ray Schweitzer, Greg Garcia Last year, the More Attractive Community team proposed two changes in the existing Weed Abatement Program. First a below-cost administration fee of $18.00 was raised to the break even cost of $35.00. Second, hand-cleaning around the perimeter of property, along parkways and around trees and buildings was required. Additionally, other aspects of the weed abatement program, such as debris removal (items such as illegally dumped debris, couches, cars, cement, etc.) were to be strongly enforced. All these changes came about to positively improve the image of San Bernardino. It is my current understanding that the hand-cleaning method now employed is less than effective. As the discing of vacant lots approaches 90% completion, our hand-cleaning of the same lots is less than 10% complete. Please implement what is necessary to assure completion of the hand-cleaning of the private lots by the end of this weed season. As I dr~ve around noting vacant lots, I see disced parcels which still harbor piles of debris. According to official notices sent, all debris and trash is to be removed. Please take what enforcement and corrective action is necessary to eliminate the debris which presently remains on many of the freshly-disced lots. Thanks to you and the MAC team, we will have a More Attrac- tive Community. O/~ Wilcox, Mayor \t~Vi\t ~ ~ ,oC . ~ j\J\... \ t~ \~l' t \)\\l\S\()~ Rlt\iS\,. EW:gb crry OF SAN BE::RNARDINO - MEMl )RANDU'VI To MMlliEL I-DRENO, JR., Dill.. , PUBLIC SERVICES From L. REEDER ABA.1'EMENr COORDINATOR Date 2-23-88 Subject t-JEED ABA.1'EMENr Approved /11 e /"1' ({ ~ '!lit-;p Date A survey of all vacant lots in the City was completed on Febuary 8, 1988. Using the Data gathered during the survey, input sheets were made up and sent to the Cmmty for printing of Notices. After receiving Notices from the County, they will be stuffed and prepared for rnailing. The Notice to Accept Bids will appear in the Sun for 10 days beginning on Monday, Febuary 29, 1988. The closing date for accepting bids will be on March 14, 1988 and the bids will be opened on March 15, 1988. A Council Action will then be drawn up by Dean Meech, Purchasing Agent, and submitted to the City Attorney's Office for review no later than March 23, 1988. Barring any delays in the Legal Depart::nElt, the Action will be heard by the City Council on April 4, 1988. Notices will be sent to parcel owners on April 1, 1988. Owners will be notified at this time that they have 10 days to appeal the Notice at the Board of Building Comnissioner's Heeting. If parcel(s) is not cleaned by the pro- perty owner within the 10 days, it will be given to the City contractor for discing. Approximately one week after Contractor completes work and returnS Parcel Book, along with ''before'' and "after" pictures, an inspector will check the finished parcels. We are in the process of receiving bids and, as of this date, no contractor has been selected. Charges to the property owners for services will be determined after accep- tance of the contract. Discing is scheduled to begin on April 18, 1988 and end on June 30, 1988, tentatively. Abatem=nt work will be done in numerical order, starting with Parcel Book ift134 (downtown area). Any Errergency abateIIEIlt requests will receive imnediate attention. All ~d -cleaning will be handled by the contractor and City crews. Contractor will clean only those privately owned parcels where the property owner has been notified. :___-='< l.J,-2;,~ Lissa Reeder AbateIIEIlt Coordinator Specification No. FURNISHING AND DELIVERING OF FOR THE CITY OF SAN BERNARDINO, CALIFORNIA NOTICE TO BIDDERS It is not the intent to rule out or eliminate any prospective bidder or manufacturer. If the product you intend to bid does not comply with the specifications as written, you are instructed to attach to your bid proposal a complete itemization and explanation. The City of San Bernardino may, at its own discretion, consider or deny any deviation and purchase the equipment which best suits its intended usage. The bidder shall not purposely bid equipment of a lesser quality, which requires deviation from the specifications, if the bidder can furnish equipment which will comply with the minimum specifications. It is the intent of these specifications to cover the furnishing and delivering to the City of San Bernardino complete equipment ready for use and fully equipped as hereinafter mentioned, with a view to obtaining the best results and the most acceptable equipment for service to the City of San Bernardino. These specifications cover general requirements as to the type of construction to which the items must conform, together with certain details as to fmish, equipment and appliances with which the successful bidder must conform. Minor details of construction and materials, where not otherwise specified, are left to the discretion of the manufacturer, who shall be solely responsible for the design and construction of all features. The equipment shall be the latest type to suit the nature of the service which the equipment must perform if accepted. GENERAL SPECIFICA nONS 1. Each bid shall be in accordance with Specification No. . All specifications are minimum. Bidders are expected to meet or exceed these specifications as written, bidder shall attach to bid proposal a complete detailed itemization and explanation for each and every deviation or variation from these specifications. Conditional bids, or those which take exception to the specifications, may be considered nonresponsive and may be rejected. /. NO /JEelS:/W N~~'r (Ej;. c:-:-fJnUtf.J .2. pL.e E7Jj) y' m~ L:; "'---'C: 2. The City of San Bernardino reserves the right to accept or reject any and all bids and to award a contract to the bidder who best meets City requirements. This may include waiver of minor irregularities or discrepancies, or nonconformity to specifications in appropriate circumstances. Purchase shall be on a best buy basis after due consideration of all relevant factors, including, but not limited to, workmanship, accessibility of parts and service, known evidence of manufacturer's responsibility and record, durability and known operational record of product, price of product and suitability and conformity to City needs and requirements. 3. The City of San Bernardino reserves the right to purchase more or less than the quantities specified, at unit prices bid. 4. Bids shall be firm offers, subject to acceptance or rejection within forty-five (45) days of the opening thereof. 5. No bidder shall be acceptable who is not a reputable manufacturer or dealer of such items as submitted for bid consideration. 6. All materials, workmanship and finish entering into the construction of the equipment must be of the best of these respective kinds and must conform to the character of the equipment and the service for which it is intended to be used and shall be produced by use of current manufacturing processes. "Seconds", factory rejects and substandard goods are not acceptable. 7. Each bidder shall submit with his bid a copy of his 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 of San Bernardino, or any of its officials or agents for the use of any patented process, device or article forming a part of equipment or any item furnished under the contract. Specification No. called for in all. Anything necessary to complete the work properly shall be performed by the contractor, whether specifically set out in the contract or not. All sections of the specifications shall be read and interpreted as constituting a whole and not as an aggregation of individual parts, and whatever is specified in one section shall be construed as applying to all sections. 22. The City of San Bernardino reserves the right to accept or reject any and all bids. T/i-K.-G 6 Ie r- e-1? -# 2.. 23. Each bidder may stipulate in his bid proposal a percentage prompt payment discount to be taken by the City in the event City makes payment to 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. 24. Refer all inquiries regarding this bid to (714) 384-5085. 25. No bid will be acceptable unless it is made on the proposal form furnished by the City herein. Deliver all bids, signed and sealed, to the office of the Purchasing Agent, 250 West Cluster Street, San Bernardino, California 92408 with the specification title and number clearly marked on the outside of the envelope. All bids must be received in the office of the Purchasing Agent by 10:00 a.m. where at said place ~d time said bids will be publicly opened, examined and declared. Any bid may be withdrawn prior to the above scheduled time for the opening of bids. Any bid received after the time and date specified shall not be considered...... . .-;qJ~~ 26. The City of San Bernardino reserves the right at its own discretion to aw~rate contracts for each category or award one contract for furnishing and delivering of all equipment in all categories. 27. Successful bidder shall be required to furnish, one (1) Operators Manual, one (1) Parts Manual for equipment bid. 28. In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (D.S.C. Sec. 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700, of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. 29. Bid Bond. No bid will be accepted unless it is made on a proposal form furnished by the City. All bids or proposals shall be signed, sealed and accompanied by a cashier's check, cash, certified check or bid bond made payable to the City of San Bernardino in the amount of at least ten percent (10%) of the total bid. Such security shall be applied to or be remitted to the City of San Bernardino, as liquidated damages, should the bidder to whom the contract is awarded fail to enter into the contract. All bonds furnished pursuant to this notice must be underwritten by a surety company, having a rating in Best's most recent insurance guide of "A" or better. 30. Faithful Performance Bond. The successful bidder will be required to furnish a cashier's check, cash, certified check or faithful performance bond made payable to the City of San Bernardino in the amount of fifty percent (50%) of the total bid to insure the contractor's faithful performance of the contract. Said surety shall be subject to the approval of the City of San Bernardino, bonds shall be in accordance with Ordinance No. 821, Section 2400, and the corporation isssuing said bond shall have a rating in Best's most recent insurance guide of "A" or better. - Specification No. 9. Each bidder shall state in his bid proposal the guaranteed date of delivery in number of calendar days from the date of contract execution by the City of San Bernardino, time is of the essence relative to this contract. Successful bidder (contractor) shall prosecute the work continuously and diligently and shall deliver the bid items at the earliest possible date following the award of the contract. 10. Each bidder shall list in his bid proposal all factory-manufacturer's and/or dealer's warranty and guarantee coverage and shall submit such written documents evidencing the same attached to the bid proposal. 11. Successful bidder shall furnish and deliver to the City of San Bernardino complete equipment as bid and awarded, ready for installation and fully equipped as detailed in these specifications. 12. Price shall be quoted F .O.B. San Bernardino (all transportation charges fully prepaid), and shall include all discounts. Bid shall include California sales tax computed at the rate of six percent (6%). 13. City shall make payment by cash within thirty (30) days after complete delivery and acceptance of the specified items by the City of San Bernardino and receipt of bidder's priced invoice. 14. All "standard equipment" is included in any bid. Bidders furnishing proposals 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 bids. 15. The items which the bidder proposes to furnish to the City of San Bernardino must comply in all respects with the appropriate safety regulations of all regulatory commissions of the Federal Government and the State of California, whether such safety features and/or items of equipment have been specifically outlined in these specifications or not. 16. Successful bidder delivering equipment pursuant to these specifications shall guarantee that equipment meets specifica- tions as set forth herein. If it is found that equipment delivered does not meet requirements of these specifications the successful bidder shall be required to correct the same at his own c:xpense. 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 tu this specification, damage will be sustained by the City, and that it is and will be impractical and extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by reason of such delay. Therefore, it is agreed the successful bidder shall pay to the City as fixed and liquidated damages, and not as a penalty, a dollar sum in the amount of $ dollars per unit per calendar day for each and every calendar day's delay in making delivery in excess of the time or times specified. Any bidder believing liquidated damages should be in a lesser amount may so specify as an alternative bid, which the City may accept or reject. Any damages so incurred may be deducted by the City from the purchase price at time of payment. In the event the successful bidder fails to make complete delivery of items as specified, bid and awarded, within ten calendar days of the specified contract delivery date, the City shall have the right to ter:11inale the contract withOut being liable to the contclctor and acqu~re said bid items as the City deems appropriate. Time is 0;' rhe ,~ssence. 18. incase ,:le delivery of the items under tl1:, contract is delayed ,e to strikes, injunctions, government controls, or by leaS0!1 of any calJse or '.;trCUI1,stance beyond the control ut the conL ,;Wf, the time for delivery may be extended (in City's sole jiscretion) by a number of days to be d'~r.,;rmined \'1 ,;ach insLiiL.: by mutual written agreement between the successful bidder and the purchasing agent of the City of San Bernardino, Californla. City shall not unreasonably refuse such extension. 19. Each bid will be submitted and received with the ,; ,hlerstanding that the acceptance by the City of San Bernardino of the bid to furnish and deliver specified items described herein shall constitute a contract between the successful bidder and the City which shall bind the successful bidder on ~lis part to furnish and deliver at the prices (bid) given and in accordance with provisions of SpecificatIOn No. ________. 20. Prohibited Interest. No member. officer, or employee of the City or of any agency of City during his tenure or for one year thereafter shall have any interest, direct or indirect in this contract or the proceeds thereof. Furthermore, the parties hereto covenant and agree that to their knowledge no board member, officer. or employee of the City has any interest, whether contractual, noncontractual. financicj or otherwise, in this transaction, or in the business of the contracting party other than the City, and that jf 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 conmet of interest under Article 4 (commi~ncing with Section 1090) or Article 4.6 (commencing with Section 1120) of Division 4 of Title 1 of the Government Code of the State of California. 21. These specifications. the notice invitmg bids, the contractor's bid proposal, the written agreement executed by the parties, all documents referred to in the complete specifications and all modifications of said documents shall be construed together as one document. Anything called for in anyone of said documents shall be deemed to be required equally as if ADVERTISEMENT WAS INCORRECT ON MARCH 4, 1988. IT WAS NOTED AND A CORRECTION MADE TO THE SUN THE SAME DAY. THE PHONE NUMBER WAS CORRECTED ON t1ARCH 5, 1988 AND WAS CORRECT FOR THE REMAINING FOUR DAYS c 300 North "0" St. San Bernardino. CA 92418 (714) 384-5053 and (714) 384-5140 BERNARDINO PUBLIC SERVICES DEPT. MANUEL P. MORENO, JR. Director of Public Services ATTENTION: WEED ABATEMENT CONTRACTORS The City of San Bernardino is accepting bids for discing and hand cleaning on numerous improved land parcels within the city. Interested contractors should refer to bid notice #F-89-04 under legal advertisements. NOTICe INVmNG 81DS SPECIFICA TlON NUMBER F.It.04 Nollce is llerellY vi".,. tIlat tile Citv of San Benwarcllno will receive bids for: The fumi"'inv anll cleNver- inv of WeecI Abetement Work In accordance wit" Specificetlon No. F-89-lU. on file In tile office of tile Purclleslnv AvenI. 250 West Cluster Streel. San Bernardino. Californie 920. Deliver all bids 10 I"e office of tile Purcnasinv AvenI bv 10:00 a.m.. Fridav. Mardi 11. 1911 wllere at said IlIaCe and time sala bids will lMt 1lU00icIY 01l8fled. examined and dec:tareo. Obtain all in- formation relative 10 apeeiflClltlon reouirements. IlUrcnasina lll"ocedUf'fl. and Information relflnv 10 bonOS from tile office of llIe Purcnasinv AvenI. Oaled: Fellruarv 22. 1911 DEAN R. MEECH purcnaSlna Agent 2/29 (33) 2487