Loading...
HomeMy WebLinkAbout05.G- Parks, Recreayion & Community Services RESOLUTION (ID # 3621) DOC ID: 3621 D CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION Bid Acceptance From: Mickey Valdivia M/CC Meeting Date: 01/05/2015 Prepared by: Lesa Nichols, (909) 384- 5233 Dept: Parks, Recreation & Community Ward(s): All Services Subject: Resolution of the Mayor and Common Council of the City of San Bernardino Authorizing the Execution of an Agreement and Issuance of an Annual Purchase Order in an Amount Not to Exceed $701,864 to NBI General Contractors, Inc. for the Design and Construction of Two (2) Basketball Courts and Various Other Park Improvements at Nunez Park Located at 1717 West Fifth Street. (#3621) Current Business Registration Certificate: Yes Financial Impact: Account Budgeted Amount: Account No. 243-160-0025-5504-7495 Account Description: Park Construction Fund - CIP Balance as of: <<Insert Date>> Balance after approval of this item: <<Insert Amount>> Please note this balance does not indicate available funding. It does not include non- encumbered reoccurring expenses or expenses incurred, but not yet processed. Motion: Adopt the Resolution. Synopsis of Previous Council Action: 11/17/2014 Resolution No. 2014-403 was approved authorizing the issuance of a Request for Proposals for the Design and Construction of Outdoor Basketball Courts and Other Renovations at Nunez Park in the City of San Bernardino. Background: The City of San Bernardino Parks, Recreation and Community Services Department received a grant in the amount of $701,864 from the State of California Urban Parks and Healthy Communities Program. These funds were granted for recreational facility improvements at Nunez Park. The grant was initially awarded on December 12, 2005. This proposed project was initially slated to be completed a few years ago but with the impending bankruptcy, some projects were not completed. However, the delay created a new opportunity for the city to apply for a fee waiver of our required matching grant. The matching grant waiver was recently approved in the amount of$233,952. Updated: 12/18/2014 by Georgeann "Gigi" Hanna D Packet Pg. 46 5 G� 3621 The grant funds must be expended and the construction of the project completed by March 31, 2015. Ar Due to the time sensitivity of the project the Mayor and Common Council approved the issuance of a request for proposals of a design/build project on November 17, 2014. Proposals were due December 11, 2014. Proposals have been reviewed and a contractor selected based on their ability to perform the required work in accordance with the proposed bid schedule. Design and construction must begin immediately in order to meet the March 31, 2015 deadline. City Attorney Review: Supporting Documents: NBI Nunez VSA Reso (DOC) agrmt 3621 (PDF) RFP-15-14 (PDF) Bid - NBI General Contractors, Inc (PDF) Bid - Sunrise Landscape (PDF) 0 Updated: 12/18/2014 by Georgeann "Gigi" Hanna D Packet Pg.47 1 RESOLUTION NO. 2 3 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT AND 4 ISSUANCE OF AN ANNUAL PURCHASE ORDER IN AN AMOUNT NOT TO EXCEED 5 $701,864 TO NBI GENERAL CONTRACTORS, INC. FOR THE DESIGN AND CONSTRUCTION OF TWO (2)BASKETBALL COURTS VARIOUS OTHER PARK 6 IMPROVEMENTS AT NUNEZ PARK LOCATED AT 1717 WEST FIFTH STREET. 7 8 WHEREAS,NBI General Contractors Inc. submitted the lowest bid for the design and Y a� 9 construction of two (2)basketball courts and various other park improvements at Nunez Park 0 10 Q. located at 1717 West Fifth Street; E 11 Y NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND COMMON a 12 N d C 13 COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: z V- 14 SECTION 1. The City Manager is hereby authorized and directed to execute on behalf of cm M 15 said City, a Vendor Service Agreement between the City of San Bernardino and NBI General 16 Contractors, Inc. a copy of which is attached hereto, marked Exhibit "A", and incorporated Cn 17 N 18 herein by reference as fully as though set forth at length. Z 19 SECTION 2. That pursuant to this determination the Director of Finance, or designee, is Fa r 2 0 hereby authorized and directed to amend the budget to reflect an appropriation of the necessary _ t 21 funds, once received from the State of California, to issue an annual purchase order to NBI r 22 Q General Contractors, Inc. in an amount not to exceed $701,864. 23 24 SECTION 3. The Purchase Order shall reference this Resolution Number and shall read, 25 "NBI General Contractors, Inc. for design and construction of two (2) basketball courts and 26 various other park improvements at Nunez Park located at 1717 West Fifth Street. Agreement 27 not to exceed $701,864" and shall incorporate the terms and conditions of the agreement. 28 1 Packet Pg.48 5.G.a 1 SECTION 4. The authorization to execute the above referenced Purchase Order and 2 both parties within sixty 60 days of the passage Agreement is rescinded if rt is not executed by p y ( ) Y P g 3 of this resolution. 4 5 6 7 8 = E 9 m 0 L 10 C 11 � C. 12 N d C 13 Z 14 M 15 C N d 16 Q 17 N N 18 Z 19 Z 20 E 21 .r w 22 23 24 25 26 27 28 2 Packet Pg.49 , `5 G.A ` 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT AND 2 ISSUANCE OF AN ANNUAL PURCHASE ORDER IN AN AMOUNT NOT TO EXCEED 3 $701,864 TO NBI GENERAL CONTRACTORS,INC. FOR THE DESIGN AND CONSTRUCTION OF TWO (2) BASKETBALL COURTS AND VARIOUS OTHER 4 PARK IMPROVEMENTS AT NUNEZ PARK LOCATED AT 1717 WEST FIFTH STREET. 5 6 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held on ^ 8 the day of , 2015,by the following vote, to wit: 9 m 10 Council Members: AYES NAYS ABSTAIN ABSENT ° a E 11 MARQUEZ a 12 BARRIOS c 13 Z VALDIVIA V- 14 N 15 SHORETT c N d 16 NICKEL Q Cn 17 JOHNSON N N d C 18 MULVIHILL Z 19 m Z C 20 Georgeann Hanna, City Clerk E 21 The foregoing resolution is hereby approved this day of 92015 Q 22 23 R. Carey Davis, Mayor 24 City of San Bernardino Approved as to Form: 25 Gary D. Saenz, City Attorney 26 27 By: 28 3 Packet P'g. 56 f VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND NBI GENERAL CONTRACTORS INC. FOR THE NUNEZ PARK IMPROVEMENTS PROJECT. This Vendor Service Agreement is entered into this 5th day of January, 2015 by and between NBI General Contractors, Inc., ("VENDOR") and the City of San Bernardino ("CITY" or "San Bernardino"). WITNESSETH: WHEREAS, the Mayor and Common Council have determined that it is advantageous and in the best interest of the CITY to contract for the construction of two (2) N basketball courts and various other park improvements at Nunez Park; and E WHEREAS, NBI General Contractors, Inc., asserts that it is ready and capable of o completing the Nunez Park Improvements Project by March 31,2015; and 0 WHEREAS, NBI General Contractor, Inc., was the lowest responsible bidder to the CITY's bid process. a N d C 7 NOW, THEREFORE, the parties hereto agree as follows: Z N 1. SCOPE OF SERVICES. For the remuneration stipulated, San Bernardino hereby engages the services of c VENDOR to provide those products and services as set forth on Attachment "1," attached E hereto and incorporated herein. a, �a 2. COMPENSATION AND EXPENSES. E a. For the services delineated above, the CITY, upon presentation of an invoice, shall pay the VENDOR up to the amount of $701,864 for the and services set forth in a Attachment" 1." b. VENDOR understands and agrees that VENDOR will not receive payment from the CITY until the CITY receives advance payment from the State of California. VENDOR further agrees that payment for services is contingent upon the CITY receiving money from the State of California for this project. c. No other expenditures by VENDOR shall be reimbursed by the CITY. Page 1 of 6 VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND NBI GENERAL CONTRACTORS,INC. Packet Pg. 51 Q3. TERM; TERMINATION. The term of this Agreement shall commence as of the Effective Date above and shall Continnue for a period not-A-0 exceed March 31,2015. This Agreement may be terminated at any time by thirty (30) days' written notice by either party. The terms of this Agreement shall remain in force unless mutually amended. The duration of this Agreement may be extended with the written consent of both parties. 4. INDEMNITY. Vendor agrees to and shall indemnify and hold the City, its elected officials, employees, a agents or representatives, free and harmless from all claims, actions, damages and E liabilities of any kind and nature arising from bodily injury, including death, or property c damage, based or asserted upon any actual or alleged act or omission of Vendor, its CL employees, agents, or subcontractors, relating to or in any way connected with the E accomplishment of the work or performance of services under this Agreement, unless the a. bodily injury or property damage was actually caused by the sole negligence of the City, N its elected officials, employees, agents or representatives. As part of the foregoing C indemnity, Vendor agrees to protect and defend at its own expense, including attorney's z fees, the City, its elected officials, employees, agents or representatives from any and r 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 o respect to third party claims against the Vendor relating to or in any way connected with the accomplishment of the work or performance of services under this Agreement. 5. INSURANCE. _ a� E While not restricting or limiting the foregoing, during the term of this Agreement, o 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 Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an additional named insured in each policy of insurance provided hereunder. The Certificate of Insurance furnished to the CITY shall require the insurer to notify CITY of any change or termination in the policy. 6. NON-DISCRIMINATION. In the performance of this Agreement and in the hiring and recruitment of employees, Page 2of6 VENDOR SERVICES AGREEMENT BETWEEN THE CITY ER OF SAN B NARDINO AND NBI GENERAL CONTRACTORS INC. Packet,Pg. 52 VENDOR shall not engage in, nor permit 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 condition, marital status, sexual gender or sexual orientation, or any other status protected by law, except as perrnitted 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 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 y officers, agents, and employees, and all business license, if any are required, in connection with the services to be performed hereunder. E a� 0 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS, Q E VENDOR warrants that it possesses or shall obtain, and maintain a business registration a. certificate pursuant to Chapter 5 of the Municipal Code, and any other licenses, permits, qualifications, insurance and approval of whatever nature that are legally ; required of VENDOR to practice its business or profession. z ® N to 9. NOTICES. cm Any notices to be given pursuant to this Agreement shall be deposited with the United States Postal Service,postage prepaid and addressed as follows: E L TO THE CITY: TO THE VENDOR: r Director of Parks, Recreation& NBI General Contractors,Inc. Community Services 1770 Howard Place 201 North E Street, Suite 301 Redlands, CA 92373 San Bernardino CA 92401 a 10. ATTORNEYS' FEES 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 Page 3 of 6 VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND NBI GENERAL CONTRACTORS,INC. Packet.Pg. 53 Attorney and members of his office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' fees" for the purposes of this paragraph. 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 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. Regardless 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. d E The parties hereto agree that all actions or proceedings arising in connection with this o Agreement shall be tried and litigated either in the State courts located in the County of a San Bernardino, State of California or the U.S. District Court for the Central District of E California, Riverside Division. The aforementioned choice of venue is intended by the parties to be mandatory and not permissive in nature. a N d _ 13. GOVERNING LAW. z N This Agreement shall be governed by the laws of the State of California. M 14. SUCCESSORS AND ASSIGNS. Cl) i.r This Agreement shall be binding on and inure to the benefit of the parties to this a, L Agreement and their respective heirs, representatives, successors, and assigns. t° a� 15. HEADINGS. w w The subject headings of the sections of this Agreement are included for the purposes of a convenience only and shall not affect the construction or the interpretation of any of its provisions. 16. SEVERABILITY. If any provision of this Agreement is determined by a court of competent jurisdiction to be invalid or unenforceable for any reason, such determination shall not affect the validity or enforceability of the remaining terms and provisions hereof or of the offending provision in any other circumstance, and the remaining provisions of this Agreement shall remain in full force and effect. Page 4 of 6 VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND NBI GENERAL CONTRACTORS INC. Packet Pg. 54 0 17. REMEDIES; WAIVER All remedies available to either party for one or more breaches by the other party are and shall be deemed cumulative and may be exercised separately or concurrently without waiver of any other remedies. The failure of either party to act in the event of a breach of this Agreement by the other shall not be deemed a waiver of such breach or a waiver of future breaches, unless such waiver shall be in writing and signed by the party against whom enforcement is sought. 18. ENTIRE AGREEMENT; MODIFICATION. This Agreement constitutes the entire agreement and the understanding between the E parties, and supersedes any prior agreements and understandings relating to the subject o manner of this Agreement. This Agreement may be modified or amended only by a a written instrument executed by all parties to this Agreement. E n N T M 111 r+ E c0 d V IlI rte.. a 111 ilI 111 111 Page 5 of 6 VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND NBI GENERAL CONTRACTORS,INC. Packet Pg. 55 VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND NBI GENERAL CONTRACTORS INC. FOR THE NUNEZ PARK IMPROVEMENTS PROJECT. IN WITNESS THEREOF,the parties hereto have executed this Agreement on the day and date set forth below. Dated: 2015 VENDOR BY: ITS: r E d Dated: 12015 CITY OF SAN BERNARDINO ° a E BY: Y a Allen J.Parker,City Manager c z N Approved as to Form: Gary D. Saenz,City Attorney N t0 M w E L BY: ` c E L V w Q Page 6 of 6 VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND NBI GENERAL CONTRACTORS INC. Packet Pg.,56 , 5.G.c RFP F-15-14 Nunez Park Improvements San Oman nno s, November 25, 2014 SUBJECT: REQUEST FOR PROPOSAL (RFP) F-15-14 The City of San Bernardino (City) invites Quotes from qualified vendors for: in i. Nunez Park Design/Build Improvements E a� Parties interested in obtaining a complete copy of this RFP F-15-14 may do so by accessing the a City of San Bernardino Web Page at www.sbcity.org City Hall > Finance > Request for Bids, E beginning November 25, 2014, or by faxing their request to (909) 384-5346, attention Vanessa L Slouka. Please include the following information in your request: name and address of firm; a name, telephone and facsimile number of contact person; specify RFP F-15-14. c ' Copies of the RFP may also be obtained by calling Vanessa Slouka (909) 384-5346, or in z person at City Hall, 300 N. "D" St., 4th Floor, Finance Department, San Bernardino, CA 92418. N M From the issuance date of this Request for Proposal until a Vendor is selected and the selection is announced, Proposers are not permitted to communicate with any City staff or officials `7 L6 regarding this procurement, other than during interviews, demonstrations, and/or site visits, n. except at the direction of Vanessa Slouka, Accounting Assistant, the designated representative U_ of the City of San Bernardino. Contact with anyone not designated will result in elimination from c the bid process. E Mandatory Pre-Bid Conference: A mandatory Pre-Bid meeting at City Hall including an on-site job walk will be held on December 2, 2014, at 10:00 A.M. at 1717 W. 5th Street, San Q Bernardino CA 92410. This meeting is to serve as a pre-bid review for prospective bidders. All prospective bidders must attend the entire Pre-Bid Conference/Job Walk to be eligible to bid on this project. Late arrivals will not be accepted. Closing Date: Quotes must be submitted at or before 3:00 PM, PST, December 11, 2014 at the address listed above. Issuance of this RFP and/or receipt of Proposal does not commit the City to award a contract. Sincerely, Vanessa Slouka Accounting Assistant 1 Packet Pg. 57 5 G:c RFP F-15-14 Nunez Park Improvements SECTION I. 3 INSTRUCTIONS TO BIDDER(S) i a a� o a } E Y L S � a N N _ Z N (D M d' T L6 T- d. U. as E Q 2 5.G.c RFP F-15-14 Nunez Park Improvements Ar City of San Bernardino, Finance Department Purchasing Division RFP F-15-14 Nunez Park Design/Build Improvements Bid Documents to Be Returned ❑ References ❑ Completed Technical Specifications — right-hand column (City Form) ❑ Signed Price Form (City Form) c ❑ One (1) signed original of Quote in a SEALED ENVELOPE E 0 L ❑ Two (2) copies of signed Quote in a SEALED ENVELOPE C ❑ Authorized Binding Signature(s) a N F-1 Verifications of Addenda Received (City Form) Iv Forms Z ❑ Listing of Proposed Subcontractor, if applicable (City Form) Iv Forms N M ❑ Affidavit of Non-Collusion �r ❑ 120 Day Minimum Proposal Validity Statement vl General specificatlons#4 d U_ ❑ Insurance Certificates ❑ Copy of Contractor License or other appropriate licenses, permits, qualifications and approvals that are legally required to provide services, and that such :? licenses and approvals shall be maintained throughout the term of this Contract. Q II.Tech Specs& General Specifications#35 Offeror(s) are requested to submit this checklist completed with all bid documents. This list may not be inclusive of all documents needed to submit your Proposal. Please refer to entire packet for additional documents. 0 3 Packet Pg. 59 RFP F-15-14 Nunez Park Improvements I. GENERAL INSTRUCTIONS TO BIBBER(S) A. Mandatory Pre-Proposal Conference and Job Walk A mandatory Pre-Bid meeting including an on-site job walk will be held on December 2, 2014, at 10:00 A.M., at 1717 W. 5th Street, San Bernardino, California 92410. This meeting is to serve as a pre-bid review for prospective bidders. All prospective bidders must attend the entire pre-bid conference/ Job Walk to be eligible to bid on this project. B. Examination of Proposal Documents 1. By submitting a proposal, the Offeror(s) represents that it has thoroughly examined and become familiar with the items required under this RFP and that it is capable of quality performance to achieve the City's objectives. E a) 2. The City reserves the right to remove from its mailing list for future RFPs, c for an undetermined period of time, the name of any Offeror(s) for failure E to accept a contract, failure to respond to two (2) consecutive RFPs and/or E unsatisfactory performance. Please note that a "No Proposal" is a considered a response. C. Addenda N Any City changes to the requirements will be made by written addendum to this to RFP. Any written addenda issued pertaining to this RFP shall be incorporated into the terms and conditions of any resulting Purchase Order. The City will not Lh be bound to any modifications to or deviations from the requirements set forth in a this RFP as the result of oral instruction. LL r All Addendums will be posted to our website at www.sbcity.org > City Hall > Finance > Request for Bids. For automatic electronic notifications, please visit our website and sign-up for SB Connect. r a D. Clarifications 1. Examination of Documents Should a Bidder(s) require clarifications of this Proposal, the Bidder(s) shall notify the City in writing in accordance with Section D.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 Proposal. C 4 Packet Pg. 60 5.G.c RFP F-15-14 Nunez Park Improvements 2. Submitting Requests a. All questions, clarifications or comments shall be put in writing and must be received by the City no later than 3:00 PM December 4, 2014 and be addressed as follows: City of San Bernardino 300 North "D" Street 4th floor, Attn: Vanessa Slouka San Bernardino, CA 92418 b. The exterior envelope or email subject line 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. E d The City will also accept questions sent by facsimile machines or c email, however, all faxed or emailed questions must be received by 0 the City no later than 3:00 PM, PST, December 4, 2014 Send Y facsimile transmissions to (909) 384-5043, attention Vanessa Slouka, and emails to slouka va(a)sbcity.org N C. Inquiries received after 3:00 PM December 4, 2014 will not be Z accepted. N M 3. City Responses Lb Responses from the City will be communicated in writing to all recipients a of this RFP, by a posting to our website, www.sbcity.org by the close of U_ business December 9, 2014. _ For automatic electronic notifications, please visit our Homepage and register for SB Connect. If you are not registered for SIB Connect, you may r view or download any Addenda at www.sbcity.org > City Hall > Finance > Request for Bids. E. Submission of Proposals 1. Date and Time All Proposals are to be submitted to City of San Bernardino, Attention: Vanessa Slouka. Proposals received after 3:00 PM PST, December 11, 2014, will be rejected by the City as non-responsive. 5 Packet Pg. 61 RFP F-15-14 Nunez Park Improvements 2. Address Proposals shall be addressed as follows: City of San Bernardino 300 North D Street Finance Department— 4t" Floor Attn: Vanessa Slouka San Bernardino, CA 92418 Proposals may be delivered in person to the Finance Department, 4th floor of the above address. 3. Identification of Proposals E Offeror(s) shall submit a SEALED proposal package consisting of: 'o L CL (a) One (1) signed original of Proposal E L (b) Two (2) copies of Proposal N The proposal package shall be addressed as shown above, bearing the Z Offeror(s) name and address and clearly marked on the outside of the N envelop as follows: �r "RFP F-15-14 Nunez Park" CL 4. Acceptance of Proposals u a. The City reserves the right to accept or reject any and all Proposals, or any item or part thereof, or to waive any informalities or irregularities in Proposals. a b. The City reserves the right to withdraw this RFP at any time without prior notice and the City makes no representations that any contract will be awarded to any Bidder(s) responding to this RFP. C. The City reserves the right to postpone proposal opening for its own convenience. d. Faxed or emailed Proposals will not be accepted. 6 Packet Pg.62, AM 5.G.c RFP F-15-14 Nunez Park Improvements F. Pre-Contractual Expenses Pre-contractual expenses are defined as expenses incurred by the Offeror(s) in: 1. Preparing its proposal in response to this RFP; 2. Submitting that proposal to City; 3. Negotiating with City any matter related to this proposal; or 4. Any other expenses incurred by the Bidder(s) prior to date of award, if any, of the Agreement. N The City shall not, in any event, be liable for any pre-contractual expenses incurred by Bidder(s) in the preparation of its proposal. Bidder(s) shall not include E any such expenses as part of its proposal. o C. E G. Contract Award — L Issuance of this RFP and receipt of Proposals does not commit the City to award N a Purchase Order/ Contract. The City reserves the right to postpone proposal 3 opening for its own convenience, to accept or reject any or all Proposals received z in response to this RFP, and to negotiate with other than the selected Bidder(s) N should negotiations with the selected Bidder(s) be terminated. The City also M reserves the right to apportion the award among two or more BIDDER(S). T A signed Vendor (Contractor) / Consultant Service Agreement (VSA/CSA), along a with a pre-performance meeting, outlining additional terms and conditions relating U_ to performance, warranty, materials, goods, services, or other items as deemed necessary by the City, may be required prior to the commencement of the job. Refer to Exhibit F. H. Acceptance of Order Q The successful Offeror(s) will be required to accept a Purchase Order in accordance with and including as a part thereof the published Request for Proposals, and the RFP documents including all requirements, conditions and specifications contained therein, with no exceptions other than those specifically listed in the written purchase order. 7 Packet Pg. 63 RFP F-15-14 Nunez Park Improvements I. Business License The City's Business Ordinance requires that a Business doing business with the City, obtain and maintain a valid City Business Registration Certificate during the terms of the Agreement. Bidder agrees to obtain such Certificate prior to undertaking any work under this Agreement. J. Local Vendor Preference The City of San Bernardino gives any formal or informal bid submitted by a local bidder a one percent (1%) credit for goods and materials, where labor and/or installation is incidental; and a five percent (5%) credit on Contractual services, for comparison purposes with other bidders, as authorized in the San Bernardino Municipal Code Section 3.04.125, and Executive Order 2003-1, respectively. N r For the purposes of this section, "local bidders" shall be bidders for which the point E of sale of the goods, materials, or services shall be within the City limits of San c L Bernardino. °- E L ca n. N d _ Z N M tt r Lh T CL U. W d+ E s m r a 8 Packet Pg. 64 5.G.c RFP F-15-14 Nunez Park Improvements SECTION II. SUMMARY OF WORK & PRELIMINARY SPECIFICATIONS c a� E 0 0 L Q E L cu a N d C 3 Z N CLM r NT 1.1. Y V Q 9 Packet Pg. 65 RFP F-15-14 Nunez Park Improvements SUMMARY OF WORK & PRELIMINARY SPECIFICATIONS PART 1 - GENERAL 1.01 Site Location A. The project is located at Nunez Park, San Bernardino, California. This is an existing park that is well used. The address of the park is: 17175 th Street San Bernardino, CA 92410 1.02 Summary of Work A. The contract includes all design, labor, materials, equipment and service for the construction and testing of the items indicated in Attachment A-1 "Itemized Bid Proposal for Design/Build — Bid Schedule I — On-Site Improvements". a This work generally includes: E Y 1. Removing and replacing baseball field lights on the west baseball field. a 2. Installing a full court high school size basketball court and two half courts. 3. Installing site pavement, walkways and lighting. Z 4. Installing upgraded site electrical. T 5. Improve Restroom #1 to a usable condition. CA 6. Modify landscaping and irrigation to work around the planned hardscape improvements. r 7. Re-roof and paint Building #1, #2 and #3. r a This is a Design/Build project and the work shown herein is based on the desires of the Parks Department. It is the contractor's responsibility to provide the best design and construction based on these preliminary guidelines. _ It will be expected that the selected contractor will have regular progress a meetings with owner to verify project progress and specifications. Items indicated and numbered on the Bid Schedule correspond to Conceptual Site Plan and Section 01020 Site Photos. 10 Packet Pg.66 5.G.c RFP F-15-14 Nunez Park Improvements 1.03 Demolition Guidelines Demolition of existing landscape shall take place within the following guidelines: A. All existing trees and shrubs to remain per plan shall be protected in-place. No mechanical trenching shall occur within the drip line of existing trees to remain. Hand trenching is required around roots. If roots more than one inch in diameter are needed to be cut or removed the contractor shall contact a certified arborist or landscape architect prior to execution. B. All trees and shrubs to be removed shall be removed Y completely by grubbing out stumps and roots and disposing off-site. Protect existing irrigation to remain while removing vegetation. 0 CL E C. The contractor is solely responsible for the safety of the L general public is regards to maintaining a clean, hazard a free work site. Rubbish and debris shall be promptly N removed throughout the project and all sidewalks, gutters, and roads shall be kept clean and orderly. Z N D. Repair any damaged irrigation component per irrigation rehabilitation notes. T E. All existing irrigation to be removed shall be returned to a the city by the contractor. Cap lines as necessary X and adjust heads as required to insure 100% coverage and minimize overspray. E U 1.04 Site Work a A. Basketball court slab will be 6" min. concrete with reinforcing. B. Basketball post and appurtenances shall be similar to Belson Outdoors TF7173, TF7175 & TF7178 or equal. C. Chain-link fence will be APWA Standard or better. D. All concrete work will be APWA or better. E. Care shall be taken during demolition. Contractor responsible for repairing or replacing any items damaged during demolition. 11 Packet Pg. 67 RFP F-15-14 Nunez Park Improvements Paint Scope of Work 1. Visit the site and document conditions of all existing structures to be painted. 2. Power wash exterior of structures indicated to be repainted including metal doors/gates and grills, etc. to remove all peeling paint and dirt build-up and prepare surfaces for installation of primer and finish coat of paint. Roofing Scope of Work 1. Visit the site and document conditions of all existing structures to be reroofed. Remove existing composition shingle roofing, flashing and underlayment and evaluate the existing substrate to assure that plywood sheathing is sound before installation of new roofing. Provide new underlayment, 24 ga. flashing and composition shingles roofing by GAF or Certainteed or approved equal r with a 30 year minimum warranty. E d 0 L 1.05 Site Electrical E A. Description of electrical items to be included in bid for baseball field a replacement: 1. Completely removed sports field light fixtures, crossarms, poles, bases and z conductors from existing 200' baseball field on west side of site. N 2. Provide new sports field lighting for existing 200' baseball field to meet Owner's requirements for recommended lighting levels. The lighting system shall be Musco to match City standards. Lighting system shall be designed to minimize or Lh reduce any potential light spillover or light and glare impacts to adjacent uses. a The Contractor shall provide necessary documentation that quantitatively demonstrates no light-related impacts to adjacent properties. 3. Coordinate new sports pole locations on west side of field with SCE to meet all requirements of installing sports pole near existing SCE overhead high voltage lines. Q 4. Remove existing single phase sub-panel in building basement and provide new 120/208V 3-phase, 4-wire sub-panel for new sports field lighting. Provide required circuit breakers in new sub-panel for existing circuits of other item on site to remain. 5. Provide new conduit from new sub-panel to each new sports field pole. 6. Coordinate with existing time switch manufacturer of baseball field for capacity and compatibility with new sports field lighting. Provide all required devices for complete interconnection of new lighting to existing time switch. 7. Provide One-line diagram to include , lighting control schematic, panel schedules, pull box details, conduit trench detail, control cabinet details, equipment elevations and other detail as needed to property construct the facility. 8. Submission of a base pole design and associated construction details, specifications and structural calculations. 12 Packet Pg.68 5.G.c RFP F-15-14 Nunez Park Improvements B. Description of electrical items to be included in bid for new basketball courts and walkways: 1. Tap bus of existing 800A 120/208V. 3-phase, 4-wire metered service located west of existing east baseball field and provide new sub-panel. 2. Provide new 100A 120/208V. 3-phase, 4-wire NEMA 3R sub-panel with 100A/3P main circuit breaker, required circuit breakers for new lighting/controls, contactors and one 4-channel electronic time switch. Mount new sub-panel to side of existing gear. 3. Provide LED court lighting and required on/off controls for new full size basketball court to meet Owner's requirements for recommended lighting levels. 4. Provide LED court lighting and required on/off controls for two new basketball half courts to meet Owner's requirements for recommended lighting levels. 5. Provide security LED post top walkway lighting and required controls for new walkways from the existing parking lot to new courts to meet illumination levels E required by City code. o 6. Provide One-line diagram to include , lighting control schematic, panel CL schedules, pull box details, conduit trench detail, control cabinet details, E Y equipment elevations and other detail as needed to property construct the facility. a 7. Submission of a base pole, gear base design and associated construction details and specifications. 8. Provide design and all required documents to meet current Title 24 calculations Z for outdoor lighting. N M 1.06 Restroom #1 Improvements 1. Visit the site and document conditions of an existing CMU block 1,100 SF a restroom / storage facility. Facility use consist of a women's restroom with 3 W water closets and 2 lavatories and a men's restroom with 1 water closet, 2 urinals and 2 lavatories. E 2. Evaluate current status of code and ADA compliance and bring the facility into code compliance. 1° 3. Sand blast interior and exterior of CMU block restroom / storage structure Q including concrete slab, metal doors/gates and grills, etc. to remove all paint and dirt build-up and prepare surfaces for installation of new seal coat and epoxy coating. 4. Remove and replace surface mounted light fixtures with vandal resistant surface mounted light fixtures. 5. Remove and replace toilet partitions with new plastic High density polyethylene (HDPE) toilet partitions by Bradley Corp or approved equal. Configuration and number of partition to match existing layout and shall comply with current code. 6. Remove and replace all water closets, urinals and lavatories with new stainless steel vandal resistant plumbing fixtures by Acorn or approved equal. Fixtures as listed below. 13 Packet Pg. 69 5.G:c RFP F-15-14 Nunez Park Improvements WC — 1 (Total required 2) Water Closet: ADA floor mounted, flush valve, 1.28 GPF, Siphon jet elongated bowl, floor outlet, ADA height, 304 stainless steel. Sloan flush valve optima system sensor operated with wall box for concealed installation. WC - 2 (Total required 2) Water Closet: Standard height floor mounted, flush valve, 1.28 GPF, Siphon jet elongated bowl, floor outlet, ADA height, 304 stainless steel. Sloan flush valve optima system sensor operated with wall box for concealed installation. U — 1 (Total required 2) Urinal: Wall mounted, flush valve, straddle type, washout, ADA height, 304 stainless steel. Sloan flush valve optima system sensor operated with wall box for concealed installation. L — 1 (Total required 4) Lavatory and Faucet: Wall mounted, 304 stainless steel, bowl 14" x 12" x 5" deep, overall 20" x 22", ADA height. 304 stainless steel lay. overflow with lavatory carrier, grid strainer Sloan optima system sensor operated lavatory faucet. Provide box with lockable cover for concealed installation. Trap enclosure. E 0 7. Remove and replace all restroom accessories including grab bars, toilet E CL paper dispenser, paper towel dispenser and mount to meet current code Y requirements. a N 1.07 Landscaping and Irrigation Z CITY OF SAN BERNARDINO INSPECTIONS NOTES: N M v Irrigation system r L6 1 . Inspections shall be performed by a park and recreation department a representative at the following: c a) Depth of irrigation trenching, sleeving, mainline, lateral lines (prior to burial), valve installation and irrigation head assembly. U Ld Y b) Pressure test of irrigation mainline (150 psi for 2 hours). Q c) Coverage test and final acceptance. 2. Do not allow or cause the above items to be buried prior to inspection and approval of the park department representative. A 24-hour notice shall be given prior to anticipated inspections. Contact the landscape section at (909) 384-5217 or 384-5314. 14 Packet Pg. 70 5.G 41 RFP F-15-14 Nunez Park Improvements Landscaping 1) Inspections shall be performed by a park and recreation department representative at the following: a) Upon completion of finished grade, soil preparation and final rake out. b) When trees and shrubs are spotted for planting, with one example of planting hole for trees and shrubs. Provide samples of plant fertilizer. c) Final inspection when planting and all other specified work has been completed. 2) A 24-hour notice shall be given prior to anticipated inspections. contact the landscape section at (909) 384-5217 or 384-5314. E a� IRRIGATION REHABILITATION SPECIFICATIONS o L Q. 1. Contractor to perform a complete irrigation check including coverage test prior to E beginning work to assess scope of work. Repair system as necessary to ensure a all new planting to receive adequate water. N 2. Repair irrigation system of leaks, missing and broken heads, missing and broken z nozzles, broken pipes and fittings, replace defective solenoids, wiring, valves, �- etc. Final irrigation to achieve 100% coverage without leakage. v Irrigation system to be automatic and programmed for time of least evaporation. L6 CL 3. All new mainline to be Schedule 40 pipe. 4. All lateral lines to be Schedule 40 pipe. 5. No machine trenching shall occur within drip lines of existing trees. Hand dig and y install pipe without cutting roots. a 6. Backfill trenches and compact soil to meet existing adjacent grades and to equal compaction of adjacent undisturbed soil. Plants to be replanted or replaced as necessary. 7. All new pipe and control wires to have minimum soil coverage of 12". 8. Valves shall be centered with-in the line it serves. 9. Each valve is to operate separately on and automated irrigation controller system. 15 Packet Pg. 71 5GC. a RFP F-15-14 Nunez Park Improvements 10.Replacement valves and sprinkler to match existing type used. 11.All sprinkler heads are to provide head to head coverage. Add heads as necessary to insure 100% coverage. Heads should be installed in a triangular pattern. 12.Use low gallon age nozzles whenever possible. 13.Use 4" pop-up heads in lawn area. 14.Use 12" pop-up heads in shrub/ground cover areas. 15.Remove any shrub heads on fixed risers and replace with pop-up heads. Fixed risers are acceptable only when adjacent to a wall, fence or building. N w 16.Adjust all nozzles to insure proper coverage and minimize over spray onto E buildings, fence, walks, streets, etc. o CL 17.Check system for coverage before backfilling any trenches. Y a. L 18.Comply with all local codes for replacement or repair of any backflow prevention device. _ Z 19.All new or replaced heads are to be on double swing joints. N M 20.All threaded connections to be made with Teflon tape. T 1 Lh 21.All electrical connections to be waterproof connections. Electrical tape is not a acceptable. 22.Use check valves to eliminate low sprinkler head drainage. _ 23.Valve lawn and ground cover/shrub areas separately. a 24.Install rainfall shutoff system per manufacturer's direction. IRRIGATION RETROFIT NOTES: 1. Retrofitted and new (impact or spray head) irrigation systems to be installed shall facilitate full 100% head to head coverage. All existing irrigation effected by new construction within the project site shall be evaluated and replaced or repaired, as needed, to facilitate full 100 % coverage. Some existing heads and/or lateral lines may need relocation to provide appropriate spacing to reduce overspray or over watering. Existing systems shall be retained and protected in-place. ,,.., Damage done to any existing irrigation at project site during construction shall be repaired at the contractor's expense. 16 Packet'O' g.72 RFP F-15-14 Nunez Park Improvements 2. Contractor shall wire new and existing valves to new automatic irrigation controller "Smart controller". Contractor to calculate total number of irrigation stations necessary and install controller to accommodate both new and existing valves. 3. New valves shall be connected to existing mainline nearest to the new system components. Contractor to be responsible for locating mainline in field. 4. All pipe under asphalt or concrete to be sleeved. 5. Any heads on galvanized risers above grade throughout the project site to be replaces with pop-up heads. 6. Contractor shall install CHECK drain valves TO ELIMINATE LOW HEAD DRAINAGE and quick couplers as needed in all retrofit and new systems. E 0 7. Contractor shall verify backflow prevention and install new backflow if necessary. E 8. All new and retrofit equipment shall match existing type and brand or per city a direction. N 9. All new irrigation components are to be installed in accordance to City of San Z Bernardino codes as well as industry standards. N M PLANTING REHABILITATION SPECIFICATIONS: 1. Finish grade landscape areas to achieve smooth and continuous contours and so a that the finish grade is 1" below paved surfaces. 2. Do not change grades (cut or fill) with in drip lines of mature trees by more than 6" U f� w r 3. Replace trees removed during construction of new facilities at a 3:1 ratio. Plant a 24" box of species removed or as directed by city. 4. Replace shrubs removed during construction of new facilities at a 4:1 ratio. With 5 gallon of species removed or as directed by city. 5. Aerate existing lawn at locations IMPACTED BY NEW CONSTRUCTION over seed area with "Pro Sports Field Elite" By Stover Seeds 10 lbs. per 1000 SQ. FT. SEE HYDROSEED SPECS. 17 Packet Pg. 73 S.G.c RFP F-15-14 Nunez Park Improvements 6. New turf areas to be seeded at 12 lbs. per 1000 sq. Ft. "PRO SPORTS FIELD ELITE". SEE HYDROSEED SPECS. 7. All planting to be installed per City of San Bernardino details and specs. 8. Maintenance period and guarantee to be 360 days. Project construction must be completed by March 31, 2015 N C d E N O L Q. E L R N O C 3 Z T N M T 1 r CL U- a: c m s U t0 r r a is Packet Pg. 74 5.G.c RFP F-15-14 Nunez Park Improvements SECTION III. PRICE FORMS N r+ C d E N O L Q. E L a N N C 3 N to M d' T Lh r' CL U. c a� E �a w a 19 Packet Pg. 75 5.G.c RFP F-15-14 Nunez Park Improvements PRICE FORM REQUEST FOR QUOTES: RFP F-15-14 DESCRIPTION OF RFP: NUNEZ PARK DESIGN/BUILD IMPROVEMENTS COMPANY NAME: ADDRESS: _ N a+ C N E d O Q. E PRINT NAME OF AUTHORIZED REPRESENTATIVE a N N C Z N M r r PRICE FORM a LL (next 3 pages) RFP F-15-14 U Y .F� Q 20 Packet Pg. 76 5.G.c RFP F-15-14 Nunez Park Improvements ..A+w NUNEZ PARK - CITY OF SAN BERNARDINO PARKS DEPT ArrA ell lK1r-&IT_ A A H I 1 H1.r71VIC114 1 . H-I ITEMIZED BID PROPOSAL FOR DESIGN/BUILD - BID SCHEDULE I - ON-SITE IMPROVEMENTS 1 Mobilization / Demobilization LS SWPPP Preparation and 2 Implementation LS a� E a) DEMOLITION 0 L Q. E Remove existing baseball field L 3 towers and lights. 7 EA a 4 Remove chainlink fence. 87 LF Remove & dispose existing z 5 concrete and/or asphalt. 3,500 SF r N Remove existing turf and irrigation lines for proposed 6 basketball courts. 17,800 SF Ln Remove 178 S.F. block restroom a building and terminate all 7 utilities. AC pave to match. 1 EA Protect existing mature trees in- s 8 place. LS 9 Protect existing utilities in-place. LS a SITE WORK Install full court complete 10 concrete basketball court. 1 EA Install half-court complete 11 concrete basketball court. 2 EA Install additional concrete paving 12 around basketball courts. 8,400 SF Install 2'-3' retaining wall with concrete seating along north 13 side of basketball courts. 218 LF 21 Packet Pg. 77 5.G.c' RFP F-15-14 Nunez Park Improvements Install 12' chainlink fence for d 14 basketball courts. 680 LF Install site concrete sidewalks 15 and paving. 9,400 SF Remove and Replace barricade 16 gate. 1 EA Remove and replace existing 17 vinyl barricades. 14 EA Type I slurry seal and re-stripe 18 existing basketball court. 2,900 SF Type I slurry seal existing asphalt surfaces south of 19 community center building. 8,900 SF Y 20 Install concrete pic-nic tables. 4 EA Crack seal, Type I slurry seal, re- paint, re-stripe tennis court. ° C. Install new net and locking E 21 mechanisms. 6,600 SF Install trash enclosure per City a. 22 Standard. 1 EA PARKING LOT IMPROVEMENTS Z Repair A.C. parking lot paving at southwest corner of northerly 23 parking lot. 3,900 SF Verify handicap parking stall compliance and site paths of 24 travel. Improve as necessary. °- Type II slurry seal and re-stripe 25 north parking lot. 43,300 SF Type II slurry seal and re-stripe 26 southwest parking lot. 43,400 SF Q SITE ELECTRICAL Install Musco (or equal) baseball field monopole with lights. West 27 baseball field. 4 EA Install conduit and conductors to lights from panel. Tie into existing timer. West baseball 28 field. LS Remove and replace panel in basement for baseball field 29 lighting. 120/208V 3-phase. 1 EA 22 Packet Pg. 78 5.G.c RFP F-15-14 Nunez Park Improvements Install new basketball court 30 lighting and site poles and lights. 8 EA Install conduit and conductors to 31 lights from new panel. LS Install controls per owners 32 requirements. 1 EA Install new 200A, 120/208V 3- 33 phase service for site lights. 1 EA 34 Install 100A pedestal. 1 EA EXISTING RESTROOM #1 IMPROVEMENTS Remove and replace damaged plumbing and electrical fixtures in-kind in both women's and ; men's. Verify and meet ADA ° 35 compliance. 1,100 SF E Prepare and paint all publicly Y accessible walls with anti-graffiti a 36 paint. 1,100 SF Install vandal proof doors and z 37 locks on all exterior doors. 3 EA N Remove and replace partitions with vandal proof partitions in 38 both women's and men's. LS LANDSCAPING AND a IRRIGATION Implement an aggressive vector control protocol to remove E ground squirrels and gophers in the project areas and adjacent 39 irrigated fields. 144,000 SF a Repair and re-design irrigation piping, control wires and sprinklers so as to maintain irrigated fields around 40 improvement areas. LS Install appropriate "Smart" irrigation controller per parks department staff 41 recommendations. LS 23 Packet Pg. 79 5.G.c RFP F-15-14 Nunez Park Improvements Connect wiring to irrigation control and program controller. Provide manuals and training to 42 parks department staff. LS Anticipated amount of construction water to be used 43 (quantity only) AC.FT. EXISTING BUILDINGS RE-ROOF AND PAINT 44 Building #1 Re-roof. 1,200 SF 45 Building #2 Re-roof. 11,000 SF 46 Building #3 Re-roof. 900 SF 0 Building #1 Re-paint exterior C 47 with graffiti proof paint. 1,200 SF — Building #2 Re-paint exterior a 48 with graffiti proof paint. 11,000 SF N Building #3 Re-paint exterior Z 49 with graffiti proof paint. 900 SF r N to M PS&E PACKAGE T L6 T" 1 Complete Plans, Specifications, CL and Estimates (PS&E) Package 50 for this Bid Schedule LS Grading, Improvements and B&S E Permits Allowance (Direct 51 Reimbursement) LS xxxxxxxxxxxx $40,000.00 a TOTAL BASE BID OF SCHEDULE I NAME OF CONTRACTOR: 24 Packet Pg. 80 5.G.c RFP F-15-14 Nunez Park Improvements ANNUAL PURCHASE ORDER Are there any other additional or incidental costs that will be required by your firm in order to meet the requirements of the Proposal Specifications? Yes / No (circle one). If you answered "Yes," please provide detail of said additional costs: I Please indicate any elements of the Technical Specifications that cannot be met by your Y firm: 0 Q. E CU a N Have you included in your bid all informational items and forms as requested? Yes / 0 No (circle one). If you answered "No", please explain: z N M d' r LO a u_ c This offer shall remain firm for 120 days from RFP close date. Terms and conditions as set forth in this RFP apply to this bid. w r Cash discount allowable: % days; unless otherwise stated, payment Q terms are: Net thirty (30) days. In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFP. Below, please indicate all Addenda to this RFP received by your firm, and the date said Addenda was/were received. 25 Packet Pg. 81 S.G.c RFP F-15-14 Nunez Park Improvements Verification of Addenda Received: Addenda No: Received on: Addenda No: Received on: Addenda No: Received on: AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME & TITLE: N Y E DATE SIGNED: 'o L Q. COMPANY NAME & ADDRESS: E L a N PHONE: Z FAX: N to M EMAIL: CLr U- IF SUBMITTING A "NO BID", PLEASE STATE REQSON(S) BELOW: c a� E U a 26 Packet Pg. 82 RFP F-15-14 Nunez Park Improvements SUBCONTRACTOR'S LIST As required by California 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. r DIVISION OF NAME OF FIRM OR LOCATION E a� WORK OR CONTRACTOR CITY o TRADE a E L a N d _ Z N M V' V_ Lb r d- W W _ Print Name Signature of Bidder E r w Q Company Name: Address: 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. 27 Packet Pg. 83 S.G.c RFP F-15-14 Nunez Park Improvements i NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO In accordance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of perjury: That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with RFP F-15-14. N Y E Business Name L CL E Business Address Y L CL Signature of bidder X c Z T N to M Place of Residence T 1 r a Subscribed and sworn before me this day of 20 U- r Notary Public in and for the County of , State of California. r r My commission expires: , 20 28 Packet Pg. 84 5.G.c RFP F-15-14 Nunez Park Improvements SECTION IV. GENERAL SPECIFICATIONS N _ U E d O L Q E L a N d _ 3 N to M r T i a d E U R Y Q 29 Packet Pg. 85 �5�Gc UP F-15-14 Nunez Park Improvements IV. GENERAL SPECIFICATIONS 1. Each proposal shall be in accordance with Request for Proposal (RFP) F-15-14. All specifications are minimum. Offeror(s) are expected to meet or exceed these specifications as written. Offeror(s) shall attach to their proposal a complete detailed itemization and explanation for each and every deviation or variation from the RFP specifications and requirements. Conditional Quotes, or those that take exception to the RFP 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 Quotes and to award a contract to the Offeror(s) whom best meets the City's requirements. This may include waiver of minor irregularities or discrepancies, or nonconformity to specifications in appropriate circumstances. Purchase shall be on a best buy basis after due consideration of all relevant factors, including but not limited to, workmanship, accessibility of parts and service, known evidence of manufacturer's responsibility and record, durability and known operational record of product and d suitability as well as conformity to City needs and requirements. In all cases the best c interest of the City shall prevail in all contract awards. E CL 3. The City of San Bernardino reserves the right to purchase more or less than the E quantities specified at unit prices proposal. a 4. Quotes shall be firm offers, subject to acceptance or rejection within 120 days a minimum of the opening thereof. 110 5. Regular dealer. No Offeror(s) shall be acceptable who is not a reputable z manufacturer or dealer of such items as submitted for proposal consideration. N 6. All materials, workmanship and finish entering into the construction of the equipment M 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 Lh produced by use of the current manufacturing processes. "Seconds", factory rejects, a and substandard goods are not acceptable. W 7. Each Offeror(s) shall submit with their proposal a copy of the proposed product specifications, complete detailed drawings, and other descriptive matter in sufficient detail to clearly describe the equipment, materials and parts offered. s. 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 a or agents for the use of any patented process, device or article forming a part of equipment or any item furnished under the contract. s. Each Offeror(s) must state in their proposal the guaranteed delivery date of product and/or services 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. Contractor shall prosecute the work continuously and diligently and shall deliver the items at the earliest possible date following the award of the contract. lo. Each Offeror(s) shall list in their proposal all factory, manufacturer's and/or dealer's warranty and/or guarantee coverage and shall submit such written documents evidencing the same attached to the proposal. 30 Packet Pg.86 RFP F-15-14 Nunez Park Improvements 11. Successful Bidder(s) (Contractor) shall furnish and deliver to the City complete equipment as proposed 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 shall be fully prepaid), and shall include all discounts. Proposal shall include California sales tax, where applicable, (effective January 1, 2013) computed at the rate of 8.25%, this will normally be shown as a separate line item on the price form. 13. City shall make payment within thirty (30) days after the complete delivery and acceptance of the specified items by the City of San Bernardino and receipt of the Contractor's priced invoice. 14. All "standard equipment" is included in any proposal. BIDDER(S)furnishing Quotes under these specifications shall supply all items advertised as "standard" equipment even if such items are not stipulated in the specifications, unless otherwise clearly accepted in the proposal. 15. The items which the Offeror(s) proposes to furnish the City must comply in all respects with the appropriate safety regulations of all regulatory commissions of the E Federal Government and the State of California, whether such safety features and/or 0- L items have been specifically outlined in these specifications or not. E CL 16. Contractor delivering equipment pursuant to these RFP specifications shall Y guarantee that equipment meets specifications as set forth herein. If it is found that a equipment delivered does not meet requirements of these specifications the N Contractor shall be required to correct the same at their own expense. 3 +^ 17. By submitting a proposal, each Offeror(s) agrees that in the event complete delivery z is not made within the time or times set forth pursuant to this specification, damage N will be sustained by the City, and that it is, and will be impractical and extremely difficult to, ascertain the actual damage which the City will sustain in the event of and by reason of such delay. 18. In case the delivery of the items under this contract is delayed due to strikes, a injunctions, government controls, or by reason of any cause or circumstance beyond U- the control of the Contractor, the time for delivery may be extended (in the City's sole discretion) by a number of days to be determined in each instance by mutual written agreement between the Contractor and the Purchasing Division of the City of San Bernardino. The City shall not unreasonably refuse such extension. 19. Contract. Each proposal shall be submitted and received with the understanding that Q acceptance by the City of San Bernardino of proposal 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 proposed and in complete accordance with all provisions of RFP F-15-14. 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. 31 Packet Pg:87 RFP F-15-14 Nunez Park Improvements 20. Prohibited interest. No member, officer, or employee of the City or of any agency of the City during his tenure or for one year thereafter shall have any interest, direct or `r 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, non-contractual, 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 I with Section 1120) of Division 4 of Title I of the Government Code of the State of California. 21. One Document. These specifications, the Request for Proposals, RFP F-15-14, the Contractor's proposal, any written agreement executed by the parties, the purchase order and all documents referred to in the complete specifications and purchase order, and all written modifications of said documents shall be construed together as E one document. Anything called for in any one of said documents shall be deemed to c be required equally as if called for in all. Anything necessary to complete the work 0 properly shall be performed by the contractor, whether specifically set out in the Y contract or not. All sections of the specifications shall be read as constituting a whole a and not as an aggregation of individual parts, and whatever is specified in one d 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 Quotes. Z 23. Prompt payment. Each Offeror(s) may stipulate in their proposal a percentage N prompt payment discount to be taken by the City in the event the City makes M 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 o. will only be used during proposal evaluation in the case of ties. LL 24. Inquiries. Technical questions may be sent via fax to 909-384-5346, or email: slouka va(asbcity.org. The answers to material questions will be provided in writing 0 by Addendum(s) to all potential Offeror(s) by a posting to the City's website. 25. Proposal/Fee Schedules. No proposal will be acceptable unless fees/prices are w submitted on the pricing forms furnished by the contractor hereie, and all required a forms are completed and included with proposal. Deliver all Quotes, SIGNED and SEALED, to the Finance Department at 300 North "D" Street, 4th Floor, City Hall, San Bernardino, California 92418. CLEARLY MARK THE RFP SPECIFICATION TITLE: Nunez Park Design/Build Improvements RFP F-15-14 ON THE OUTSIDE OF THE ENVELOPE. 26. Time. All Quotes must be received in the Purchasing Division no later than 3:00 PM, PST, December 11, 2014, where at such time and said place Quotes will be publicly opened, examined and declared. Any proposal may be withdrawn by Offeror(s) prior to the above scheduled time for the opening of Quotes. Any proposal received after that time and date specified shall NOT be considered. rr' 32 Packet Pg.88 RFP F-15-14 Nunez Park Improvements 27. 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. 28. Equipment. In the purchase of equipment, Contractor shall be required to furnish one (1) OPERATORS MANUAL and one (1) PARTS MANUAL for all equipment Quotes. 29. In submitting a proposal to a public purchasing body, the Offeror(s) offers and agrees that if the proposal is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (U.S.C. 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 Offeror(s) for sale to the purchasing body pursuant to the proposal. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the N Offeror(s). 30. Contractor shall indemnify, defend and hold City, its officers, employees and agents E harmless from any claim, demand, liability, suit, judgment or expense (including, 'o without limitation, reasonable costs of defense) arising out of or related to E CL Contractor's performance of this agreement, except that such duty to indemnify, E defend and hold harmless shall not apply where injury to person or property is a caused by City's willful misconduct or sole negligence. The costs, salary and a expenses of the City Attorney and members of his office in enforcing this Agreement C on behalf of the City shall be considered as "attorney's fees" for the purposes of this Z paragraph. 31. While not restricting or limiting the foregoing, during the term of this Agreement, Contractor shall maintain in effect policies of comprehensive public, general, and v automobile liability insurance, in the amount of$1,000,000 combined single limit, and statutory worker's compensation coverage, and shall file copies of said policies n. with the City's Risk Division prior to undertaking any work under this Agreement. The U_ policies shall name the City as an additional insured and shall provide for ten- (10) day notification to the City if said policies are terminated or materially altered. 32. FAITHFUL PERFORMANCE BOND/BID BOND. The Contractor will be required to furnish a cashier's check, certified check or faithful performance bond made payable to the City of San Bernardino in an amount equal to 100% of the proposal price to a insure the contractor's faithful performance of this 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 issuing said bond shall have a rating in Best's most recent insurance guide of"A" or better. 33. Written contract documents, duly authorized and signed by the appropriate authority, constitute the complete and entire agreement(s) that may result from the RFP. 34. The City may, at its discretion, exercise option year renewals for up to four (4) years, in one-year increments. 33 P"I"', acketPq 89 RFP F-15-14 Nunez Park Improvements 35. By submitting a proposal, Offeror(s) warrants that any and all licenses and/or certifications required by law, statute, code or ordinance in performing under the scope and specifications of this RFP are currently held by Offeror(s), and are valid and in full force and effect. Copies or legitimate proof of such licensure and/or certification shall be included in Offeror(s)'s response. Proposals lacking copies and/or proof of said licenses and/or certifications may be deemed non- responsive and may be reiected. 36. Once the award has been made and prior to the commencement of the job, the City's Municipal Code (M.C. 5.04.005) requires that a Business doing business with the City, obtain and maintain a valid City Business Registration Certificate during the term of the Agreement. 37. Vendor(Contractor)/ Consultant services agreement(s) (VSA/CSA). A signed vendor/Consultant service agreement may be required between both parties prior to commencement of the job. 0 L CL E L a N d Z N M T L6 T CL U- W r c d E c� r a 34 Packet Pg. 90 General Contractors., Inc: December 11;2014 City of San Bernardino Attn: Vanessa Slouka 300 North "D" Street, Fourth.Floor San Bernardino,, CA. 92418 c a� E Re. Request for Proposal (RFP) F-15-14. Nunez Park Design/Build Improvements C. E Y Vanessa Slouka; a NBI General,Contractors, Inc. appreciates this opportunity to submit our qualifications and proposal in response to the City of San Bernardino, Finance Department Request Z for Proposal{RFP) F-15-14.for Nunez Park Design/Build lmprovements. N NBI General Contractors;Inc. has assembled an extraordinary team for this project. The team will include a local civil engineering firm, a local project architect, and me as the _ Project Director and Construction Manager on behalf of NBI General Contractors, Inc. vi 0 NBI General Contractors,'Inc. is a fulkservice general contractor and construction. management,firm specializing in governmentally funded prevailing wage contracts w exclusively. Our.main office is located in Redlands,.California and we are Currently licensed to perform contracts throughout the.state of.California. NBI.General Contractors was founded in 1983 by James P. O'Hara, who intentionally targeted the public works arena seeking•a niche for his company. With over 30 years experience in government contracts NBI General Contractors,. Inc..has thrived and has proven.to be'a strong and successful COmpany: 00 Z We appreciate this opportunity to submit our qualification.and.proposal package for your m review. We look forward to working withL you in the future. Please feel free to contact our offices if you have any questions or need any further information. s Sincerely, James P.:O'Hara, President/CEO NBI General Contractors, Inc. Post Office Box 8580,Redlands,CA 92375 1770 Howard Place, Redlands,CA 92373 Phone(909)798-7300 - Fax(909)_798-7340'- License 435915 Packet Pg. 91 5.G.d I I. TABLE OF CONTENTS Executive Summary Experience 2 Personnel 3 0 0- E L a. Project Approach 4 z N Critical Path Schedule 5 N L O V Certificates of Insurance 6 O U L d d California State Contractor License 7 'm z m Project Bid Forms Package 8 E r r r a Electrical Product Data 9 Landscape/Irrigation Product Data 10 Packet Pg. 92 i .. EXECUTIVE SUMMARY NBI General Contractors, Inc. (NBI) is proud.to have assembled a solid team of professionals with abroad depth of experience to assist the City of San Bernardino in the design and construction of Nunez Park. We understand the City of San Bernardino's key requirements are to provide the design and engineering for the improvements at Nunez Park. We also understand that the City of San Bernardino is interested in the successful completion of this project by being both financially feasible and time sensitive. c E CONTRACTOR'S SKILLS AND EXPERIENCE o L Q. NBI General Contractors, Inc: is a full-service licensed general contractor and construction E management firm specializing in governmentally funded, prevailing wage contracts exclusively. Our experience of being involved in the entire life cycle of a project, including planning, a engineering, design and construction phases, enables us to anticipate all'of the complexities in c addressing engineering and construction issues. Z NBI's office is located locally in Redlands, California. The company consists of anywhere from five to fifty employees at any given time. NBI has over 30 years' experience since it's conception in 1983. We have had and continue to have an ongoing working relationship with ' the City of San Bernardino and have successfully completed multiple.projects for the City in the L O past. L C 0 PROJECT APPROACH L d NBI General Contractors, Inc. will :design and construct said project. The design team will be inclusive of NBI: General Contractors, Inc. as the general contractor and construction manager, m the civil engineer and the project architect. Z -a The following is an outline of our proposed general approach to the project: °0 C d E t • NBI General Contractors, Inc. is selected to design/build said project. w w a • Plans are developed and long lead time components are ordered. . Fees are paid and permits acquired. • Construction on the project commences. • Construction on the project to be completed by said deadline. • Project maintenance period begins. Packet Pg:93 Project References 5 G d San Bernardino International Airport Authority_ ib Owner's Representative: Larry Karr 225 South Leland Norton Way San Bernardino,CA.92410 (951)505-7080 Project: Terminal Modification and Tenant Improvement at the San Bernardino International Airport Renovate 35,000 square foot military structure. Construct additional 20,000 square foot 2-story concourse. Tenant improvement for future commercial airline passenger terminal Construct new passenger concourse with jet ways and bridges. E a) Final Contract Amount: $34,350,000.00 ° Q. Completion Time: 24 Months E Y L a N Inland Behavioral&Health Services.Inc. c Owner's Representative: Dr.Temetry Lindsey Z 665 North "D"Street Sari Bernardino,CA.92408 M .(909)881-6146 Project: New Medical and Facility for Inland Family Community Health L Center ° Construct 26,000 square foot tilt-up concrete building Constructed adjacent parking lots with landscaping 16,000 square feet of medical offices and facilities 10,000 square feet of administrative offices and facilities. d d c� Final Con tract Amount: $7,100,000.00 m Completion Time: 16 Months z a m City of Riverside Development Department I Owner's Representative: Carl Carey E 3900 Main Street a Riverside,CA.92522 (951)826-5649 Project: Magnolia Police Station West Precinct Site and Tenant Improvements Renovate 40,000 square foot building and reconstruct parking lot Main station for the Riverside Police Department and City Yard Building contains administrative offices and processing station. Final Contract Amount: $6,500,000.00 Completion Time: 12 Months i Packet Pg. 94 Project References San Bernardino Economic Development Agency Owner's Representative: Mark Raab 201 North"E"Street, Suite 301 San Bernardino,CA.92401 (909)663-1044 Project: Construction of"F"Street Parking Lot,Between"4th" and "5th"Streets Project: Construction of"4th"Street Transit Center Street Improvements, Between"F" and"G" Streets a� E Project: Construction of 2nd Street Improvements Between"G"and I"Streets 0 L Q Project: 4th Street Temporary Transit Center Fence E Y L a San Bernardino International Airport Authority Owner's Representative: Larry Karr Z 225 South Leland Norton Way San Bernardino,CA. 92.410 0 (951)505-7080. � N Project: San Bernardino International Airport Terminal Solar Power System Project L ..Erect shade structures throughout Terminal parking lot ° U Install 650kw solar power system (3000 module panels) Energize monitor and maintenance solar system. c0 0 Contract Amount: $3,900,000.00 c Completion Time: 6 Months . m Z San Bernardino International Airport Authority Owner's Representative: Larry Karr 0° 225 South Leland Norton Way San Bernardino,CA.92410 (951)505-7080 Q Project: Airport Pavement Rehabilitation and Reconstruction Project Demolition,removal and replacement of tarmac and taxiways surfacing. Contract Amount: $3,200,000.00 Completion Time: 4 Months Packet Pg.95 Project References San Bernardino International Airport Authority Owner's Representative: Larry Karr 225 South Leland No Way San Bernardino,CA.92410 (951)505-7080 Project: Dock 2 Hangar Modification Removal and replacement of structural columns to accommodate the Boeing 747 Construction of demising wall for security and privacy. (300'X 50') • Ul C Contract Amount: $500,000.00 Completion Time: 4 Weeks c L Q E San Bernardino International Airport,San Bernardino,CA. tu Project: Commissary Building Tenant Improvements o. N Final Contract Amount: $4,100,000.00 D Z Bishop Joint Union High School District,Bishop,CA. o Project: Bishop Union High School Science Lab Building Final Contract Amount$1,900,00000 ,�"" — Project: Bishop Union High School Modernization (Seismic Upgrade) L Final Contract Amount$3,200,000.00 L b+ Bishop Union Elementary School District,Bishop,CA. Project: Elm/Pine Street Elementary School Modernization Final Contract Amount:$1,700,000.00 d c� m Z Lighthouse for the Blind,San Bernardino, CA. Project: East Wing Additional Classrooms Project 0° Final Contract: Amount$2,800,000.00 E City of Redlands,Redlands,CA. a Project: Mission Gables Bowl House Final Contract Amount$1,800,000.00 Project: Fire Station#1 Renovation and Structural Retrofit Final Contract Amount$2,300,000.00 Mammoth Unified School District,Mammoth Lakes,CA. Project: Mammoth High School Modernization Final Contract Amount$2,200,000.00 Packet Pg.96 Project References 1.United States Department of Agriculture,San Bernardino,CA. Project: Dogwood Campground Renovation Site Improvements Final Contract Amount$1,900,000.00 City of Chino,Chino,CA. Project: Children's.Museum Renovation and Seismic Retrofit Final Contract Amount$1,200,000.00 N a-. _ N E Pomona Unified School District, Pomona,CA. Project: Ganesha Village Elementary School L CL Final Contract Amount:$900,000.00 E L a N City of Highland, Highland CA. Project: Highland City Hall Z Final Contract Value: $800,000.00 N t0 M City of Highland,Highland CA.. Project: Highland Police Station _ Final Contract Value: $800,000.00 us L O V City of Highland,Highland CA. L Project: Demolition and Removal of Vacant Apartment Complexes _ 0 Approximately 20 Projects Valued at$500,000. �a L United States Forest Service,San Bernardino, CA, Project: Dogwood Campground Rehabilitation m Final Contract Value: $600,000.00 z 'm _ a� E w a Packet Pg.97 PERSONNEL NBI provides a strong, multi-discipline team of experts that understand the needs and can deliver a project that will continue in the redevelopment of the City of San Bernardino. The NBI Team brings a bench.of professionals that integrate knowledge, resources and expertise of key staff members in developing a cohesive team that can effectively produce innovative engineering and design a) solutions. Focusing on the successful completion of the Project at hand, we will L apply our expertise in planning, design and construction to provide the desired E :improvements to Nunez Park. .. a N d The NBI team offers the following advantages: z N t0 Strong Project Director/Construction Manager Our proposed Project Director and Construction Manager, James P. O'Hara, brings N his background in construction of large sized projects, and a perspective for how a o :project will be built. Regardless of the project size, he brings leadership and professional discipline to meet any schedule. L d His collaborative approach to coordinating with stakeholders and agencies will be a great asset to the City of San Bernardino. He also brings a strong knowledge of- z the City. of San Bernardino standards and procedures. He has a working m relationship with the City of San Bernardino through his experience as Construction Manager and Project Director on many various project contracts E with the City. a Proven Professionals with Strong Experience The dedicated team of engineering professionals brings a wealth of expertise in the area of park rehabilitations which includes design and construction management to ensure the success of the project. Packet Pg. 98 JAMES PETER O' S.G.d. 1770 HOWARD PLACE REDLANDS, CA. 92373 - > (909)798-7300 Cell (909)725-0695 pete @nbigc.com OBJECTIVE: Position as General Contractor/Construction Manager (RFP)F-15-14 Nunez Park Design/Build Improvements CERTIFICATION: California State Contractors License Board#435915 Class A- General Engineering Contractor Class B - General Building Contractor v Issued March 1983 (Still Active) E Southern California Edison > CSI (California Solar Initiative) 0 CL Issued November 2010 E L AWARDS: J. Dale Gentry Award n. N July 2008 Lighthouse for the Blind Inland Empire Valley z N ch EDUCATION," Associates of Arts Degree San Bernardino Valley Community College c San Bernardino, CA. (1978) L O Nigh School Diploma Pacific High School San Bernardino, CA. (1976) 0 0 U WORK �a EXPERIENCE: President/CEO NBI General Contractors, Inc. 0 Redlands, CA, m 1983 - Present Z a m Superintendent/Project Manager Bobar Construction San Diego, CA. E 1981 - 1983 ca Y Y Q Superintendent/Project Manager Martin Et Lewis Construction San Diego, CA. 1978 - 1981 PERSONAL INTERESTS: Federal Aviation Administration Private Pilot's License Issued December 1999 Packet Pg. 99 n ?ROJECT APPROACH I The NBI team understands that an appropriately designed park facility will enhance the image, aesthetics, function and economic value of the City and its occupants and end users. The improvements to Nunez Park will provide an opportunity for growth and investment surrounding the City of San Bernardino. The team will focus on getting the Project designed and constructed and meet the:City of San Bernardino's schedule through a committed effort by a competent team. In our role as Construction Manager, this means we must ensure that the design and the design intent is properly understood and that it is.properiy implemented. E WORK PLAN SUMMARY L CL E NBI General Contractors, Inc. will design and construct the project. The design team will consist of a the civil engineer and the project architect. NBI General Contractors, Inc. will be the contractor N responsible for the coordination of the engineer, architect and the City to ensure that the project is completed successfully; both financially and within the time constraints facing the City. z N M This team. will initially work with the City of San Bernardino to identify the needs that should be met U 'with these improvements to Nunez:Park. N L 0 An identification plan will be formulated for development of engineering and architectural plans, to be submitted to the City of San Bernardino in order to obtain the proper and necessary building permits. L c Once a contract between NBI General Contractors, Inc. and the City of San Bernardino has been negotiated, agreed upon and executed, working plans will be developed under the supervision of NBI m General Contractors, Inc. and a detailed critical path schedule will be generated and submitted. Z m Once construction plans have been approved by the City of San Bernardino, NBI General Contractors, Inc. will submit the approved plans to the City for plan check and the issuance of building = permits. r Q The construction phase of the project will include; the removal and replacement of baseball field . lights, installation of a full court high school size basketball court and two half courts, installation of site pavement, sidewalks and lighting, installation of upgraded site electrical, improvements on restroom #1 rendering the restroom to a usable state, modification of the landscaping and irrigation and the re-roof and paint of building #1, #2 and #3. Once construction is complete and the City of San Bernardino has accepted the work, the project will be finalized and signed off by the City of San Bernardino. Packef 0g. 100 EEI ID ! iTask Task Name Duration !Start Finish Predecessors Resource Nam( 10 _,Mode_ —I l �- 1 Notice to Proceed/Signed 1 day Mon 1/12/15 Mon 1/12/15 f Contract Agreement 2 ° Design and Development 9 days Tue 1/13/15 Fri 1/23/15 1 �J (Engineering/Architectural) 3 Submit Plans and 10 days Mon 1/26/15 Fri 2/6/15 2 Specifications to City Planning 4 4' Demolition and Grading 3 days. Mon 2/9/15 Wed 2/11/15 3 for Basketball Courts 5 5:01 Masonry Retaining Wall 5.days Thu 2/12/15 Wed 2/18/15 4 .6 Removal of Plumbing 1 day Mon 2/9/15 Mon 2/9/15 3 c d Fixtures in Restrooms E 7 s Sandblast and Prep 2 days Tue 2/10/15 Wed 2/11/15 6 0 Restrooms for Paint Q. 8 da Removal and Replacement 5 days Mon 2/9/15 Fri 2/13/15 E of Restroom and Building #1 Roofing °- N d C 9 Painting of Buildings 27 days Thu 2/12/15 Fri 3/20/15 8 Z 10 s Form, Pour and Place 5 days Thu 2/19/15 Wed 2/25/15 5 Concrete Basketba.Il:Courts cNc M 11 �' Site Concrete 5 days Thu 2/19/15 Wed 2/25/15 'S 12 ;iPt Trenching for Undergound 12 days Thu 2/19/15 Fri 3/6/15 5 L Electrical for Ball Field Lighting r 13 1' Parking Lot Slurry and 5 days. Mon 3/2/15 Fri 3/6/15 0 Striping v 14 ' Chain-Link Around 5.days Thu 2/26/15 Wed 3/4/15 10 d Basketball Courts d 15 d' Striping of Basketball 2 days Mon 3/16/15 Tue 3/17/15 CO Courts z 16 d' Install Basketball Court 10 days Mon 3%9/15 Fri 3/20/15 c Lighting 17 Landscaping and Irrigation 15 days Mon 3/9/15 Fri 3/27/15 _ m E 18 s Contract Close-Out 5 days Wed 3/25/15 Tue 3/31/15 U r Q Task Project Summary In, E Project:Critical Path Split Milt...Ili-,.....lilt External Tasks Ini E Date:Thu 12/4/14 Milestone External Milestone O Mi I Summary Inactive Task -_..._ Du I Packet Pg. 101 �„� IVDIUC-1 - - ® CERTIFICATE OF LIABILITY INSURANCE DATE 10 54 10!0612014 F THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED )ZEPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. APORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to -he terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements). CONTACT PRODUCER Phone:909-793-4085 NAME: Andrew R.Smith Ins.Svs.,lnc. Fax:909-793-5316 PHONE FAX 1901 Orange Tree Lane#260 AMC IL ExY: A/C,No): R^^"°"d CA 92374 EMAIL c�.��.,. S, ADDRESS: Andrew R.Smith INSURER(S)AFFORDING COVERAGE NAIC INSURERA:Mt.Hawley Insurance Company INSURED NBI General Contractors,Inc. INSURERS:Liberty Mutual Insurance 23043 P.O. Box 8580 INSURER C:State Compensation Ins.Fund Redlands, CA 92375 INSURER D: y INSURER E: CI INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HA*%E BEEN 18SUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD O INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CL CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, E EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL UEiR POLICY EFF POLICY EXP LIMITS TYPE L OF INSURANCE POLICY NUMBER MMIDDIYYYY MMIDDIYYYY Rf GENERAL LIABILITY EACH OCCURRENCE $ 1,000,0 DAMAGET REND A X COMMERCIAL GENERAL LIABILITY X MGLO180995 0811712014 0811712015 PREMISES Ea occurrence) $ 50'0 CLAIMS-MADE �OCCUR MED EXP(Any one person) $ 5,0 Z PERSONAL&AOV INJURY $ 1,000,0 GENERALAGGREGATE $ 2,000,0 N GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG $ 2,000,0 M POLICY X PRO- LOC $ COMBINED SINGLE LIMIT V AUTOMOBILE LIABILITY Ea accident $ 1'000'0 = X ANY AUTO BA1377174 08/1512014 081151,2015 BODILY INJURY(Per person) s y L ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ 0 AUTOS PROPERTY DAMAGE U HUR D S AUTOS NON-OWNED Per accident) $ $ UMBRELLALIAB X OCCUR EACH OCCURRENCE $ 4,000,0 V A X EXCESS LIAR CLAIMS-MADE MXL0417813 0811712014 0811712015 AGGREGATE $ 4,000,0 DED RETENTION$ $ WORKERS COMPENSATION X OR LIMITS ER 0TH- .. AND EMPLOYERS'LIABILITY YIN 0 C ANY PROPRIETORIPARTNERIEXECU71VE ❑ 9040267 0110112014 0110112015 E.L.EACH ACCIDENT $ 1,000,0 (Mandatory l In NH)EXCLUDED? NIA E.L.DISEASE-EA EMPLOYEE $ 1,000,0 Z It yes,describe under E.L.DISEASE-POLICY LIMIT $ 1,000,0 DESCRIPTION OF OPERATIONS below B Rented/Leased CBP1377181 08/15/2014 08115/2015 $1000 Ded 50,0 m Equipment N DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) E *10 day notice for non-payment of premium. Certificate Holder is named as U Additional Insured per the attached endorsement CG2010 04/13. M RE: Q CERTIFICATE HOLDER CANCELLATION SANBER6 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City')f San Bernardino ACCORDANCE WITH THE POLICY PROVISIONS. Attn: 300 North "U"Zit.,4Ln door I AUTHORIZED REPRESENTATIVE San Bernardino, CA 92418 l ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD Packet Pg. 102 i� o 0 � 7 L � ¢ - U BS (o C O AML p_ U � o L I Q CO CD • � N C O - > V ro L 0 c coo C3 a H o V y 0 � � o v a N U b N q) p N :GO..~ J 1 CV ago d z oc._. o' cm �..� a) O Fes- o t� 0U .Lu c i ago Z w CC� CD + O V �r �. .� C } Z " C ..CA z U.p m :3 �.! �y Q7r- y� O 'y C +, .N .N _ Q U W N Q qj L C L O L N . � . u1 N � o2 o c� Z _ a� C v LLI.:Z C N dc � T V +- GAO G. c O O V ('3 W m W °) °' " CZ aca�n ? o � o� a E ^L' L U Q N 0 C o 0 cc ca N 0 n N a N 1 Packet Pg. 103 tll r C d E d State Of California ° L ;.-, CONTRACTORS STATE LICENSE BOARD `7k>,.w.,,� ACTIVE LICENSE L (.onitlmCr 7 � N N License Number 43 59 5 Enbty CO R r n _ 7 z Business Name N B I GENERAL CONTRACTORS. INC M Classification(s) B A C46 C10 L y L EViralionDate o7l3O/2�+1 www.cslb.ca.gov 0 R C 0 . m Z m C E L v tc t+ ,I Q Q Packet Pg. 104 :heck A License- License lletail -Contractors State License Board Contractor's License Detail for License # 435915 DISCLAIMER:A license status check provides information taken from the CSLB license database. Before relying on this information,you should be aware of the following limitations. CSLB complaint disclosure is restricted by law(B&P 7124.6)If this entity is subject to public complaint disclosure,a link for complaint disclosure will appear below.Click link or button to obtain complaint and/or legal action information. Per B&P 7071.17,only construction related civil judgments reported to the CSI-B are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload,there may be relevant information that has not yet been entered onto the Board's license database. N Business Information N B I GENERAL CONTRACTORS INC m E P 0 BOX 8580 > REDLANDS,CA 92375 0 Business Phone Number:(909)798-7300 Q- Entity Corporation Issue Date 0310211983 a N Reissue Date 09/06/2007 c Expire Date 09130/2015 Z License Status N to This license is current and active. � c All information below should be reviewed. ' -..__._.___._...__._.------_._.____..__..__.__..____...---._._._._.-._._..._....._..._..._.._.._._.._,__...............-._.-.._._...._.._._...._._..._.........._........._._._..._._---------_..._._..__._.._._..___...____..----_....._----------._._._.._____.____.---._._._.. N L 0 Classifications L 0 B-GENERAL BUILDING CONTRACTOR V A-GENERAL ENGINEERING CONTRACTOR E i m m Bonding Information Contractor's Bond m This license fled a Contractor's Bond with SAFECO INSURANCE COMPANY OF AMERICA. ; ,Bond Number:6481699 m 'Bond Amount: $12,500 c d Effective Date:09/06/2007 E contractor's Band History_ w Bond of Quallftlnq Individual Q _._.........--------_.____._.___................_._..._.._..__...__._...____.......................___.......---....._.................._.___._._.__.........-.......__......___........................_...._................_.______.______.__..___„__..._...... ___. The Responsible Managing Officer(RMO)O'HARA JAMES PETER certified that he/she owns 10 percent or more of the voting stock/equity of the corporation.A bond of qualifying individual is not required. ,Effective Date:09/28/2010 iBQI's Band History Workers'Compensation ,trhis license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND I ;Policy Number:9040267 Pffective Date:01/01/2013 :Expire Date:01/01/2015 Workers'Compensation History _._.._ ------- _....... ____ ttps://www2.eslb.ca.gov/onlineservices/cheeklicenseII/LicenseDetail.aspx?LieNum=435915 gpacket�Pg..105== 5 G: r:- ATTACHMENT: A-1 ITEMIZED BID PROPOSAL FOR DESIGNIBUILD-BID SCHEDULE I-ON-SITE IMPROVEMENTS REVISED 12-8-14 a i 7 1 Mobilization(Demobilization 1 LS 5,500.00 $5,500.00 1B* General ConditionaXabor i :`: L'S <" ". 51;425:U0 $51;425:00: 2 SWPPP Preparation and implementation 1 LS 5,500.00 $5,500.00 - DEMOLITION Remove existing baseball field towers and . 3 lights. 7 EA 1,650.00 $11,550.00 4 lRemove chainlink fence. 87 LF 5.06 $440.22 V) Remove&dispose existing concrete and/or �- C 5 asphalt. 3,500 SF 2.50 $8,739.50 y Remove existing turf and irrigation lines for E 6 proposed basketball courts. 17,600 SF 3.03 $53,845.00 > O L Remove 178 S.F.block restroom building and O 7 terminate all utilities. AC pave to match. 1 EA 8,763.00 $8,763.00 E 8 Protect existing mature trees in-place. 1 LS 220.00 $220.00 Y 9 Protect existing utilities in-place. 1 LS 220.00 $220.00 R a SITE WORK (D Install full court complete concrete basketball 10 count. 1 EA 51,669.20 $51,669.20 z Z Install half-court complete concrete basketball 11 court. 2 EA 30,317.10 $60,634.20 N Install additional concrete paving around W 12 basketball courts. 8,400 SF 8.26 $69,384.00 V �. Install T-3'retaining wall with concrete seating _ 13 along north side of basketball courts. 218 LF 154.00 $33,572.00 y L O 14 Install 12'chainlink fence for basketball courts. 680 LF 48.13 $327728.40 j 15 Install site concrete sidewalks and paving. 9,400 SF 5.74 $53,974.80 16 Remove and Replace barricade gate. 1 EA 3,245.00 $3,245.00 O 17 Remove and replace existing vinyl barricades. 14 EA 165.00 $2,310.00 U Type 1 slurry seal and re-stripe existing 18 basketball court. 2,900 SF 1.78 $5,167.80 Type l slurry seal existing asphalt surfaces at 19 south of community center building. 8,900 SF 0.46 $4,111.80 0 20 linstall concrete pic-nic tables: 4 EA 1,100.00 $4,400.00 m Crack seal,Type I slurry seal,re-paint,re-stripe Z tennis court.Install new net and locking 21 mechanisms. 6,600 SF 0.72 $4,719.00 22 Install trash enclosure per City Standard. 1 EA 9,625.00 $9,625.00 m C PARKING LOT IMPROVEMENTS N Repair A.C.parking lot paving at southwest ]27* corner of northerly parking lot. 31900 SF 2.75 $10,725.00 Verify handicap parking stall compliance and r site paths of travel.Improve as necessary. 1 LS 1,650.00 $1,650.00 Q Type II slurry seal and re-stripe north parking tot. 43,300 SF 0,32 $13,812.70 Type 11 slurry seal and re-stripe southwest parking lot. 43,400 SF 0.32 $13,844.60 SITE ELECTRICAL Instal Musco(or equal)baseball field monopole with lights.West baseball field. 4 EA 28,503.00 $114,012.00 Install conduit and conductors to lights from panel.Tie into existing timer.West baseball 28 field. 1 LS 52,065.00 $52,065.00 Remove and replace panel in basement for 29* baseball field lighting.120l208v 3-, hase. 1 EA 7,915.00 $7,915.00 1 Joseph E.Bonadlman Assoc.,Inc. Packet Pg. 106 5.G.d Install new basketball court lighting and site �— 30 poles and lights. 8 EA 8,690.00 $69,520.00 Install conduit and conductors to lights from 31 new panel. 1 LS 39,067.60 $39,067.60 32 Install controls per owners requirements. 1 EA 6,688.00 $6,688.00 33 Tap bus of existing 800A 1201280V Service. 1 EA 2,420.00 $2,420.00 34 1 New 100A 1201208V sub-panel. 1 EA 4,928.00 $4,928.00 EXISTING RESTROOM#1 IMPROVEMENTS' Remove and replace damaged plumbing and electrical fixtures In-kind in both women's and 35 men's.Verify and meet ADA compliance. 1,100 SF 49.37 $54,307.00 Prepare and paint all publicly accessible walls 36 1wlth anti-graffltl paint. 1,100 SF 3.50 $3,847.80 Install vandal proof doors and locks on all 37 exterior doors. 3 EA 2,750.00 $8,250.00 ;r C d Remove and replace partitions with vandal E 38 proof partitions in both women's and men's. 1 LS 3,850.00 $3,850.00 O O L LANDSCAPING'AND IRRIGATION !z Implement an aggressive vector control E protocol to remove ground squirrels and Y gophers in the project areas and adjacent ICU 39 Irrigated fields. 144,000 SF 0.03 $4,752.00 n- N O Repair and re-design irrigation piping,control wires and sprinklers so as to maintain irrigated z 40 fields around improvement areas. 1 LS 66,000.00 $66,000.00 Install appropriate"Smart"irrigation controller CD 41 per parks department staff recommendations. 1 LS 4,180.00 $4,180.00 Connect wiring to Irrigation control and v program controller. Provide manuals and _ 42 training to parks department staff. 1 LS 11100.00 $1,100.00 N L O Anticipated amount of construction water to be j 43 used(quantity only) AC.FT. 0.01 cc r-+ C O EXISTING BUILDINGS RE-ROOF AND PAINT U m L 44 1 Building#1 Re-roof. 1,200 SF 4.50 $5,400.00 C 45 Building#2 Re-roof. 11,000 SF 5.10 $56,100.00 O 46 Building#3 Re-roof. 900 SF 6.50 $5,850.00 0 Building#1 Re-paint exterior with graffiti proof m 47 paint. 1,200 SF 4.13 $4,950.00 z Building#2 Re-paint exterior with graffiti proof ' 48 paint. 11,000 SF 1.00 $11,011.00 2 Building#3 Re-paint exterior with graffiti proof 03 49 paint. 900 SF 3.42 $3,078.90 d PS&E PACKAGE E U tC r.+ Complete Plans,Specifications,and Estimates Q 50 PS&E)Packagefor this Bid Schedule 1 LS 33,000.00 $33,000.00 Grading,Improvements and B&S Permits 51 Allowance(Direct Reimbursement) 1 LS 40,000.00 $40,000.00 11 1 TOTAL BASE BID OF SCHEDULE f $1,124,068.52 NAME OF CONTRACTOR: NB[General Contractors, Inc. 1 B* No line item for general conditions 27' Product Substitution 29" Product Substitution 2 Joseph E.Bonadmen Assoc..Inc. Packet Pg. 107 RFP F-15-14 Nunez Pink Improvements PRICE FORM REQUEST FOR QUOTES: RFP F-15-14 DESCRIPTION OF RFP: NUNEZ PARK DESIGN/BUILD IMPROVEMENTS COMPANY NAME: NBI GENERAL CONTRACTORS, INC. ADDRESS: 1770 HOWARD PLACE o Q E R LANDS, 92373 L y1 Co /'t a N d C 7 PRINT NAME OF AUTHORIZED Z REPRESENTATIVE ES P. O'HARA, PRESIDENT N tD M U i j O Y � U Cu Y O PRICE FOR( (next 3 pages) RFP F-15-14 m Z m r E w w Q _o Packet Pg. 108 RFP F-15-14 Nlunez Park Lnprovements ' 1 ANNUAL PURCHASE ORDER Are there any other additional or incidental costs that will be required by your firm in order to meet the requirements of the Proposal Specifications? _ Yes / No (circle one). If you answered "Yes," please provide detail of said additional costs: NO N C d E N ° Please indicate any elements of the Technical Specifications that cannot be met by your 0 firm: .� NO u a. N C 7 Z T N tD Have you included in your bid all informational items and forms as requested? Yes / No (circle one). If you answered "No", please explain: Ui L YES ° U L d.I ♦° V R L d This offer shall remain firm for 120 days from RFP close date. c� Terms and conditions as set forth in this RFP apply to this bid. z Cash discount allowable: 0% days; unless otherwise stated, payment m terms are: Net thirty (30)days. In signing this bid, Bidder warrants that all certifications and documents P requested herein are attached and properly completed and signed. CU w Q From time to time, the City may issue one or more addenda to this RFP. Below, please indicate all Addenda to this RFP received by your firm, and the date said Addenda vi,as/were received. Packet Pg. 109 5.G.d RFP F-15-14 Nunez Park Improvements 1 Verification of Addenda Received: Addenda No: 1 Received on: 12/9/14 Addenda No: Received on: Addenda No: Received o J AUTHORIZED SIGNATURE: Q PRINT SIGNER'S NAME &TITLE: A ES P. O'HARA PRESIDENT o L Q E L DATE SIGNED: DECEMBER 8, 2014 C. N d _ COMPANY NAME & ADDRESS: NBI GENERAL CONTRACTORS, INC. Z 1770 HOWARD PLACE REDLANDS, CA. 9237 N 3 co M PHONE: `f U (909 ) 798-7300 FAX: 9909 )798-7340 ;n 0 EMAIL: info@nbigc.com L c 0 v L IF SUBMITT[NG R "NOS B[D", PLEASE STATE REQSON(S) BELOW: m Z m a� E Q -16 ;Packet Pg�110 F • Say Ber��r Y December 9, 2014 E 0 CL L ADDENDUM #1 E TO L 'Request for Quotation (RFP) F-15-'14 Nunez Park Design/Build Improvements Notice is hereby given that the following changes, additions, deletions, or clarifications z.. are incorporated as an Addendum to the Request for Proposal (RFP) F-15-14 M 1. Are we to add our own additive and/or deductive alternates in addition to the scope = items already listed? v; L .F+ V ANSWER: PLEASE BID ON THE SCOPE PRESENTED. IF YOU HAVE AN ALTERNATE PLEASE ADD AN c v ASTERIK NEXT TO THE ITEM ON THE BID SCHEDULE AND ATTACH THE ALTERNATE AND L FEE. m C9 2. How will the bid proposals be compared to each other m Z ANSWER: m PRIMARILY ON THE BID SCHEDULE. c d 3. May we exclude scope items if we cannot guarantee their completion by 3/31/15 E U R w ANSWER: a YES 4. May we attach exclusions ant(/or conditions to the bid proposal ANSWER: YES. Packet Pg. 111 i S. Are we to include asbestos and/or lead-based paint abatement in our proposal? If so, how should we budget for quantities of hazardous material? Will the City provide an abatement report ANSWER: YES. UP TO THE CONTRACTOR. NO. 6. Will the City be paying for all plan check fees and building permit fees, if any N ANSWER: d NO, ITEM 51 ALLOWS FOR$40,000 FOR FEES. E a� 0 L 7. Is this a Class "A" project? L ANSWER: n. YES 4) c 8. What is the estimated project value or cost estimate Z N t0 ANSWER: r $700,000 c N 9. 1 need a copy of your existing Irrigation plan. o c� L r ANSWER: o NOT AVAILABLE. v M L m 10. Is the existing irrigation system fully 100% operational, if not,is it the Contractors responsibility to repair the entire park, or only the areas that we disturb during O m construction 'm ANSWER: YES IT IS OPERATIONAL. ONLY AREAS DISTURBED. E 11. After the installation of the new controllers, will the Contractor be responsible for RCV's that do not operate outside our construction area, due to a bad RCV or wires. Q ANSWER: NO AF A Packet Pg. 112 5.G.d �- 12.The maintenance of the repaired landscape calls for 1 year, is this correct or will it only be required until March 31, 2015, if 1 year is required how will the contractor be paid, since everything must be complete by March 31, 2015. ANSWER: 1 YEAR FOR THE I ANDSCAPI",O AND` I:CTOR CONTROL. BUILD D THE COST INTO YOUR FEE. 13.Will the park remain open during construction,will we be required to maintain only our work areas during the construction, or the entire park N a� ANSWER: £ (D YES. CONSTRUCTION AREAS WILL NEED TO BE FENCED OFF FOR SAFETY. o L Q E Y L f6 a 14. Bid Item 51, calls for an allotment of$40,000,what is this for, is it for the actual grading construction needed for the new basketball courts and site concrete. z ANSWER: N THIS AMOUNT IS TO COVER PERMITS. U 15. IFB states only a single 100A panel mounted to existing 800 switchboard. Plan and bid v; sheet indicate a 200A panel and 100A pedestal. Please clarify. o L f. ANSWER: o BID SCHEDULE WAS UPDATED TO REFLECT THIS MODIFICATION. U L 16. If a pedestal is to be installed, what circuits is it intended for? is it for basketball court c� and site lighting only? Or are the future loads that need to be quantified before we m complete the bid? z 'm ANSWER: y BASKETBALL COURT AND SITE LIGHTS. 17. What are the owner requirements for basketball controls? Q ANSWER: TIMER Q Packet Pg. 113 5.G.d 18.The IFB was released November 25th.The bids are due Dec 11th. That would have been only 12 working days. With the Thanksgiving holiday and then the distraction due to dealing with the rain, the subcontractors did not see the IFB or attend the Pre-bid. We have been told they do not have time to respond appropriately. Can the due date for the bid be pushed back to the 18th without impacting the schedule? ANSWER: NO 19.The standards (poles)for the lighting of the ball fields have a 2—3 month lead time. There is not time to order them and have them installed by the required schedule. Can the lighting at the ball field be removed from the scope of work so that the deadline can E aD be met? o L Q. E ANSWER: Y L NO n. N d 20. Has lead based paint been used on Building 1, 2 or 3? z ANSWER: N UNKNOWN U 21. Should we include cost for the construction water? y o U ANSWER: cu Y WATER WILL BE PROVIDED o U 22. Building 3 on the Conceptual Site Plan is shown the parking south of Building 3. It is shown south of the existing Building 3 on the Conceptual Site Plan true location. 3. m ANSWER: z IT IS DRAFTED ON THE CONCEPTUAL SITE PLAN INCORRECTLY � m 23. How long can the work area be closed for Construction, examples, Building 1 Rest Room, Building 2 & Building 3? Y Y ANSWER: a BUILDING 2 NEEDS TO REMAIN OPEN,THE OTHERS MAY BE CLOSED FOR THE ENTIRE SCHEDULE IF NEEDED Packet Pg. 114 24.Once construction is complete, can the City accept the item a complete and release contractor of responsibility. Example; Contractor complete Rest Room rehabilitation, turns over to City for maintenance immediately. ANSWER: No.The City will accept the project as complete on or before March 30, 2014. 25. Conceptual Plans only show one man gate. How many man gate are required? ANSWER: TWO(2) E a� 26. What are the limits of project to be treated for ground squirrels and gophers. Item 39. 0 CL E ANSWER: ALL AREA WITHIN THE PROPOSED DISTURBANCE AREA AND WITHIN 50 FEET. L a� c 27. How long can the work area be closed for Construction, examples, Building 1 Rest Room, z Building 2& Building 3? N M ANSWER: U BUILDING 2 NEEDS TO REMAIN OPEN,THE OTHERS MAY BE CLOSED FORTH E ENTIRE SCHEDULE IF NEEDED o v �a L 28. Improvement limits of bid Item 40. c 0 U ANSWER: ALL AREA WITHIN THE PROPOSED DISTURBANCE AREA AND WITHIN 20 FEET. 0 29. Please provide specifications on Smart Irrigation Controller Bid, Item 41.There is a wide z range of possibilities. a m ANSWER:The contractor should provide what is adequate for the job. During the design phase the landscape architect will make the final decision. E U t4 30.Where is the existing water service? ANSWER: On Tijuana Street between 4t1' Street and 5{"Street. 31.Are there liquidated damages for this contract? ANSWER: Yes. Packet Pg.115 5 5.G.d 32.We would like to obtain a fist of the attendees for the job walk on 12/2/14. Please forward the list at your earliest convenience ANSWER: *******Vanessa will attach a copy of the job walls sign in sheet********* Y C a� E a� 0 L Q E L CL N CD C 7 2 r N M U } C L O U R L Y 0 U R a> c as C9 m Z m C a> E t U Rf Y Y Q Packet Pg. 116 5.G.d RFP F-15-I4 Nunez Park Improvements ib SUBCONTRACTOR'S LIST As required by California 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 Y 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. o Q. E DIVISION OF NAME OF FIRM OR LOCATION ca WORK OR CONTRACTOR CITY N TRADE DEMO GRADING I-! .�f�C'�r1-tc� �u1� = ',di z CONCRETE Y yAC t toy C L YV1.12'1/-fOA-C N PAVING p�. �'?'- fJ1V112 1V Lr iC:f-0 M E:1 = VLA I PLUMBING 1 L, _ tY1 1C�J�Yt tY' LANDSCAPING (W i I h c C' a_ � i y •� L PAINTING b p [q l Vl+ V 17'>e,V ("' ROOFING Boil lzot4l1110 ` C%h ry3DmArc11 0 c 0 U �r JAMES P. O'HARA, PRESIDENT Print Name Si na ure of Bidder m z 2 Company Name: NBI GENERAL CONTRACTORS, INC. m c Address: 1 7 7 0 HOWARD PLACE REDLANDS, CA. 92373 w w REJECTION OF BIDS Q The undersigned agrees that the City of San Bernardino reserves the right to reject any or all bids, and reserves the right to viraive informalities in a bid or bids not affected by lavv, if to do seems to best serve the public interest. .7 Packet Pg. 117 5.G.d RFP F-15-14 Nunez Park Improvements r NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO In accordance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of perjury: That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive bidding in E connection with RFP F-15-14. 0 L 0. E Y L Business Name NBI GENERAL CONTRACTORS, INC. c. N 1770 HOWARD PL CE Business Address RED NDS, CA. 12373 Z Signature of bidder X `- c A S P. O'HARA, PRESIDENT ;n REDLANDS, CALIFORNIA EAINNINELLEWILSON o Place of Residence Notary uW1 - 1t�l"MI Notary Public-CalNomla y Son Bernardino County o �m.Ex lms Au 20,2016J. v Subscribed and sworn before me this 8th day of , 20 CU a� a� c� Notary Public in and for the County of SAN BERNARDINO , State of California. m Z My commission expires: AUGUST 20, 2016 L0 °0 c a� E ca w Q �S Packet Pg. 118 5.G.d ACKNOWLEDGMENT State of California County of San Bernardino } On December 8, 2094 before me, Erin Michelle Wilson, Notary Public (insert name and title of the officer) y c personally appeared James P. O'Hara who proved to me on the basis of satisfactory evidence to be the person(A whose name( is/ subscribed to the within instrument and acknowledged to me that helms/they executed the same in o re on the instrument the E. authorized ca acit and that b his/her/their signatu (�.} hi 1 '/tip,-a Ted , s� p Y( } Y E person(s), or the entity upon behalf of which the person(,&) acted, executed the instrument. Y L I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing a paragraph is true and correct. Z ERIN MICHELLE YYI ON WITNESS my hand and official seal. Commission#►loom � Notary Pow-caiifornla San Bernardino coanty My Comm.Ex ires Au ZO 2016 t` Seal Signature - (Seal) 0 U fC L O U is L d 0 W Z 1 a m a� E t U l4 Y Q Packet Pg. 114 5.G.d L/THON/A L/GHrliva- N'mlb9r TV 1500M GP3/4/6 TB L I Notes FEATURES&SPECIFICATIONS INTENDED USE—Use for recreational orcom petitive sports fields,parking areas.and inclustria I yards. Type CONSTRUCTION—Heavy-gauge,hydrgformed,aluminum ballast housing is mounted to integral ALL FIELD die-cast monoframe with horizontal degree aiming scaie and repositioning locator.Die-cast aluminum socket housing provides vertical aiming adjustment,completewith degree aiming scale and reposition- ingstop. Sportslighting OPTICS—Heavy-gauge,anodized,aluminum reflectors provide a ranoeof NEMA bea msp reads.Optical chamber is sealed to inhibit entrance of contaminants.Hinged lens is heavy-duty thermal shock and impact-resistant,tempered glass.Optional heavy-duty shroud also available. ELECTRICAL—All electrical components are contained in the ballast h ousing that is th ermally isolated T V from the socket housing and optical assembly.This promotes longer ballast life.Ballast is high-power factor,constant-wattage autotransformer and 100%factory-tested.Super CWA Pulse Start ballasts, 88%efficient and EISA legislation compliant,are required for 400W(must order SCWA option)for US shipments only.CSA,NOM or INTL required for probe start shipments outside of the US. METAL HALIDE:400W,1006W,150OW Adjustable mounting bracket standard.Porcelain,mogul-base socket with copper alloy,nickel-plated HIGH PRESSURE 50DIUM:400W,1000W y screw shell and center contact.ULlisted 150OW,600V. INSTALLATION—Fixture is mounted b securin the integral cross-arm mounting bracket direct) to O by securing 9 9 Y Specifications p the cross-arm.No additional adaptors are required.A 5/8"-11UNC mounting bolt is provided.Exposed Diameter: NEMA 2,3: 23-1/8(58.7) HD 0 boit length is1-1/2"• NEMA4,5,6: 21.1/2(54.6) \ O' LISTINGS—ULlisted,for 25'Carr ientandwetlocations.Listedandlabeledtocomplywith Canadian Length: NEMA2,3: 30(76.2) Stan da rds(se e 0 pti on s). NEMA 4,5,6: 31-1/2(80.0) Oia. L I WARRANTY-1 yearlimitedwarranty.Completewarran EPA: NEMA2,3: 2.9 ft.'(.27m) O tytermslocatedat NEMA4,5,6: 2 n 1 n, www.acuitybrands.com/CustomerResoijrcesITerms and conditions.aspx .S ft.(.23m 'Weight: 53 His. 24 Kg. Actual I per formance may differ as a result of end-user envi to rumen t and application. L All dimensions are inches(centimeters)unless otherwise indicated. � Note:Specificatl ons subject to change without notice. vtveight as configured inexample below. Z r r ! a• r For shortest lead times,configure product using standard options(shown in bold) Example:TV 1500M GP4 TB j co M TV U Series Wattage/lamp Distribution voltage Ballast Mounting S TV High pressure sodium General purpose Heavy duty 120 (blank) Magnetic ballast Shipped installed O 4005 GP2 HD2 208' CW( Constant wattage isolated (blank) 5/8"bolt V 10005 GP3 HD3 240' �1°Gt ® Shippedseparately' cc Metal halide GP4 HD4 277 SCWA Super constant wattage autotransformer WC Wood cross-arm mounting bolt(5/8"-11 C 400M' GP5 HDS 347 UNC exposed length 6-3X,total length 8") O Note:For shipments to U.S.territories,SCWA must be V 1000M GP6 HD6 4803•" TVTS Tenonslipfittera specifiedtocomplywithElSA. c1s 1500Mx TB' y 23050HZ6 O m Z Options Finish" r Shipped installed in fixture CF Charcoal filter" Shinned separately' (blank) Darkbronze m C22 2ft.of 12-3 SEO cord pre-wired L5 Lamp support SC Shorting cap DWH White C42 2 ft,of 14-3 SEO cord pre-wired SLR Stainless steel lens ring PEI NEMA twist-lack PE(120,208,24DV) DBL Black y C62 2 ft.of 16-3 SEO cord pre-wired (SA Listed and labeled to comply with PE3 NEMAtwist-lock PE(341V) DNA Natural aluminum E Canadian Standards CRT Non-stick protective coating V CV3P 3ft.ofl6-3SE0-cord pre-wired -prongplug PE4 NEMAtwist-IpdkPE(480V) P 9 for use with pre-wired cages and cross-arms' INTL Available for MH probe start shipping pEl NEMAtwist-lad PE(277V) +o - eth PER NEMA Twist-lodk receptacle only" NOM NOM Certified' UV Upper Q ORS Quartz restrike system"," REGC1 California Title 20 effective 1/112010 SF Single fuse 277,347V)" DF Double fuse(208,240,48OV)13 18i Internal bottom louver'' AH Above horizontal aiming Notes NEMA BEAM SPREAD 1 Thesewattages require the RIGO option to be chosen for shipments into(31ifOrntil 9 iYC Option Must be ordered.Notavailablewith1500W-120V. forTitle20compliance.. 10 Must beordeiedwilhtheftxture.WA1500M. 2 25°H X 24"V 2 Not avallablewithS(WA. 11 Maximumallosczble wattage lamp included. 3 43°H X 42°V 3 Requires CWl ballast option inCanada. 12 llatavailablewith1500M480V. 4 65°H X 65"V 4 400M not availablewilh489V,probestart. 13 Must specifyvollage.Not available with T8. 5 86°H X 86°V S Mulli-tap ballast(120,208,240,277 V1120,27 7,347VinCanada).Ships as1201347. 14 For use with heavy-duty shroudonly. 6 102°H X 104"V 6 Consult factory for available wattage. 15 Cannot be orderedwitli UY option. 7 May be orderedas an accessary. 16 See www.lithenia emlarchcolorsforaddhionalcoloroptions. 8 Must speclfyftnishivhen ordered asanaccessory. 17 8lad finish only. OUTDOOR TI'-fdi-S Packet Pg. 120 TV Metal Halide Spartslighting —Vertical Candlepower Horizontal Candlepower I TV 1500M GP/HD2 2500000 TV 1500M GP/HD3 1200000 Test No. 1195020593 2083333 Test No.1195020594 1000000 155000 Lumens 155000 Lumens 1666667 800000 N EMA Type:2 H x 2 V 1250000 a N EMA Type:3 H x 3 V 6uo000 H-- 1 0 10%Maximum Candela 633334 10%Maximum Candela 400000 21°Hx20°V 33°Hx31°V 416667 200000 50%Maximum Candela 50%Maximum Candela 6°H x 5°V 0.90 -60 -30 0 30 60 90 7 0H x 7°V 0-90 -69 -30 0 30 60 90 Degrees Degrees N TV 1500M GP/HD4 400000 TV 1500M GP/HD5 250000 _ Test No.1195020590 333333 Test No.1195020592 208333 E 155000 Lumens 155000 Lumens 166667 a) 266667 NEMA Type:4 H x 4V 200000 o NEMA Type:5 H x 5 V 125000 C 10%Maximum Candela 133333 10%Maximum Candela 83333 — 590Hx57°V 74°Hx74°V U L. 66667 41667 d 50%Maximum Candela 50%Maximum Candela 220H x 19°V 0-90 60 30 0 30 69 90 300H x 31'V 0-90 -60 -30 0 30 60 90 Degrees Degrees Z 7U 1500M GP/HD6 125000 N Test No. 1195020591 104167 155000 Lumens 83333 v NEMA Type:5 H x 6 V 62500 a y 10%Maximum Candela 41667 100°H x 101 0V U '- 50%Maximum Candela 20833 c 540 H x 54°V 0-90 60 30 0 30 60 90 U Degrees L d C_ rr(^v^ V m Z m d.+ �C I_ U lSS a+ a Notes 1 For electrical characteristics,consult outdooftechnical data specfi cationsonwww.lithonia.(om. 2 Tested to current 15 andNEMAstandardsunderstabilizedlaboratory conditionsVariousoperatingfactorscancausedif ferences between laboratory and actual field measurements.Dimensions and specifications are based on the most current data and are subject to change. 3 Photometric data for other distributions can be accessed from www.lithonia.com. f®1.1mvivIA imlaNniva- Tti-tur-S An-Acurty5rands Cc.")illy OUTDOOR: One Lilhnnia 14lay ConyL!s,GA 30012 Minim 770.922900D Fay.:77D-918-1209 s+vvve.lithonih.corn -c 1989-2014 Awith Brands Lighting, Inc. WI riGhts reserved. Rev. 1G B/14 Packet Pg. 121 m'c mW Jam Nil W�O.WOp rn��O ro Z� 8-- ± Nm iG Ap N� [fin m � a m[.�N�O f ��yA _♦ tJ aPN ,41 Wv� m N W.'� yy ♦ wY1 w m a m w is io a (L Z ca n o_ '� " N 'flr 'nmi' 04 M A N r A tor W : X o f N u N A 0 Cl) O o A a o gz�r, 0 m u + c i°ari2o o C N O V yJ O_ -I�MG2 to 20 NOD 2 r "—iDO c Ill O 'M N.. � �, .� o N+ U O W 1 O 71 N O' L4� O poz y Cow a t9 a iYD O W A m m W W � to tn Z 'g m K .. 'ZE: m r + r a m+ Z M n o k `S' til o o t N N V V W N a M P In SrMO W iD O V V iv b a omoz c 3 M-Irm 3 C o OMCO v m P. a a m � d ZCO N �1 N A Qi V P soma U N 1' 'm mr N cv ;. N D Mr. N :y 1 D Q t' g C 7 z O W W A A W W O m d L m A G O 3 P D a :u m � N Nm 0d (TAn BASKETBALL COURTS performance m «!Packet Pg. 122 5.G.d L/THON/A a/GHT/NG� N`mber TV 404M GP4 TB SCWA Notes DDB LPI FTS FEATURES&SPECIFICATIONS � iNTENDEDUSE—iJseforrecreationalofcompetitivesportsfields,parkingareasandindustrialyards. Type BASKETBALL COURT CONSTRUCTION—Heavy-gauge,hydroformed,aluminum ballast housing is mounted to integral V die-cast monoframe with horizontal degree aiming scale and repositioning locator.Die-cast aluminum socket housing providesvertical aiming adjustment,completewith degree aiming scale and reposition- ingstep. Sportslighting OPTICS—Heavy-gauge,anodized,aluminum reflectors provide a rangeof NEMA beamspreads.Optical chamber is sealed to inhibit entrance of contaminants.Hinged lens is heavy-duty thermal shock and TV impact-resistant,tempered glass.Optional heavy-duty shroud also available. b ELECTRICAL—AIL electrical components are contained inthe ballast housingthat is thermally isolated from the socket housing and optical assembly.This promotes longer ballast life.Ballast is high-power factor,constant-wattage autotransformer and 100°k factory-tested.Super CWA Pulse Start ballasts, 88%efficient and EISA legislation compliant,are required for 40OW(must order SCWA option)for US shipments only.CSA,NOM or INTL required for probe start shipments outside of the US. ' METAL HALI DE:40OW,1000W,150OW N Adjustable mounting IIket standard.Porcelain,mogul-base socket with copper alloy,nickel-plated HIGH PRESSURE SODIUM:NOW,100OW c screw shell and centercontact.OL listed 15DOW,60OV. d INSTALLATION—Fixture is mounted bysecuring theintegral cro5s-arm mounting bracket directly to Specifications the cross-arm.No additional adaptors are required.A 5 1B"-11UNC mounting bolt is provided.Exposed HD O Diameter: NEMA 2,3: 231/8(58.7) bolt length is 1-1/2". NEMA 4,5,6: 21-112(54.6) / " Q. LISTINGS—ULlisted,for 25°Cambientandwet locations.Listed and labele d to comply with Canadian Length: NEMA 2,3: 30(76.2) E Standards(see Options). NEMA4,5,6: 31-1/2(80.0) Dla. Y WARRANTY-1-ear limited warranty.Com letewarrant terms located at EPA: NEMA 7,3: 2.9ft.'(.27ml www.acLiitybrands.com/CustomerResources/Terms and onditions.aspx NEMA 4,5,6: 2.5ft.'(.23mn CL Actual performance may differ as atesuItof end-user environment and application. 'Weight: 53163. 24 Kg. Alldimensionsareinches(Eentlmeters)unlessolln ise indicated. L C Note:Specifications subject to cha nge without notice. µWeight as configured in example below. O Z r't r'T. r For shortest lead times configureproduct using standard options(sh own in bold). Example:TV1500MGP4TB N co M TV L) Series Wattage/lamp Distribution L Voltage Ballast Mounting C TV High pressure sodium General purpose Heavy t 120 (blank) Magnetic ballast Shipped installed i 400S GP2 HD2 208' CWI Constant wattage isolated (blank) 5/8"bolt U 10005 GP3 HD3 240' � G Shipped separately' Metal halide GP4 HD4 277 SCWA Super constant wattage autotransformer WC Wood cross-arm mounting bolt(5/8"•11 " 400M' GP5 HDS 347 UNC exposed Iength6.3/4;total length 8") p Note:For shipments to U.S.territories,SCWA must be U 1000M GP6 HD6 4803•" specified to comply with EISA. TVTS Tenonslipfittere 150OM' TBs 2305OH71 _ O 0 m Flnish11 Z Options x 5h ipped i nstalled in fixtu re CF Charcoal filter" Shipped SepaTdtel (blank) Dark bronze C22 2 ft.of12-35EO cord pre-wired LS Lamp support SC Shorting cap DWH White m C42 2 ft.of 14-3 SEO cord pre-wired SLR Stainless steel lens ring PEI NEMA twist-lock PE(120,208,24OV) DBL Black C C62 2ft,of 16-3 SEO cord pre-wired (SA Listed and labeled to comply with PE3 .NEMA twist-lock PE(347V) DNA Natural aluminum Canadian Standards CRT Non-stick rotectivecoatin ° t CUP 3 ft.of 16-3 SEO card pre-wired with three-prong plug PE4 NEMA twist-lock PE{480V) P 9 fordsewithpre-wired cages and cross-arms' INTL Available for M H probe start shipping PE7 NEMA twi5t-loekPE(277V) PER NEMATwist-lodc receptacle only1° outside the U,S. ORS Quartz restrike system 11,1; NOM NOM Certified' UV Upper visor' Q SF Single fuse(120,277,347V)1S REGC1 California Title 20 effective 1/1/2010 DF Double fuse(208,240,48OV)'a IBL Internal bottom louver's AH Above horizontal aiming Notes NEMA BEAM SPREAD 1 These wattages require the REGO option to be chosen for shipments hlo Calfiornia 9 WC option must he ordered.NDtavallable with 150OW-120V. forntle20compliance. 10 Must be ordered with lhefixlure.N/A1500M, 2 25°H X 24°V 2 Not available with SCWA, 11 Maximum allowablesvariagelampinduded. 3 43°H X 42°V 3 Requires(Wl ballast optionincanada. 12 Hot aeailablewith1S00M4609. 4 65°H X 65°V 4 400M not available with 489V,prabestait. 13 Must specify voltage.NMavailablewithTB. S 86°1­f X 66°V S Multi-tap ballast(120,208,240,277V;120,277,347V inCanadal.Ships as120/34>. 14 for use with heavy-duty shroud only. 6 102°H X 1D4°V 6 consult factory far available wattage. 15 Cannot be ordered with UV option. 7 May be ordered as an accessory. 16 See svwwliibonia.coml archmlors for additional color options. 8 Must specify finish when ordered as an accessory. 17 Black finish only. OUTDOOR TY-ith S Packet Pg. 123 TV Metal Halide Sportslighting Vertical Candlepower -..�— Horizontal Candlepower TV 1500M GP/HD2 2500000 TV 1500M GP/HD3 1200000 Test No.1195020593 2083333 Test No.1195020594 1000000 155000 Lumens 155000 Lumens 1666667 � 800000 NEMA Type:2 H x 2 V 1250000 a NEMA Type:3 H x 3 V 600000 ?0°/n Maximum Candela 10%Maximum Candela 400000 833334 21°Hx20°V 33°Hx31°V 50% Maximum Candela 416667 50%Maximum Candela 200000 6°H X 5°V 0-90 -60 -30 0 30 60 90 °H X 7°V 0 90 60 -30 0 30 60 90 Degrees Degrees N TV 1500M GP/HD4 400000 TV 1500M GP/HD5 250000 Test No. 1195020590 333333 Test No.1195020592 208333 a) 155000 Lumens 155000 Lumens 4, 266667 166667 0 NEMA Type:4 H x 4V 200000 a NEMA Type:5 H x 5V 125000 a C. 10% Maximum Candela 133333 10°/n Maximum Candela 63333 59°H x 57 0V 74°H x 74°V L 66667 41667 50%Maximum Candela 50%Maximum Candela ti 22°Hx19°V D 300 Hx31°V 90 0-gp -6D 30 0 30 60 90 c -90 -60 -30 0 30 60 Degrees Degrees Z TV 1500M GP/HD6 125000 04 Test No. 1195020591 104167 155000 Lumens 83333 d _ NEMA Type:5 H x 6 V 62500 v; 10%Maximum Candela o a1ss7 100 0H x 101°V �.. v U 50% Maximum Candela 20633 3L 54'H x 54 0 V 0-90 60 -30 0 30 60 90 U Degrees i d C N 0 m Z m c a� >_ L U fTS a+ Q Notes 1 For electrical chatacterlstics,consult cutdootte(hrilcal data specifications on www.lithania.com. 2 Testedto currentlESandNNAstandardsunderstabilizedlaboratory condit ions.various operating factors can cause differences behveen laboratory and actual field measurements.Dimensions and specifications are based on the most current data and are subject to change. 3 Photometric data for other distrbutions can be accessed fromwww.lithonia.com. f®L/THON/A L/GHT/NG TV-M-S .Ar)"cuftyBrand6 Company OUTDODR: Onelithonialyday conyei&GA30012 Phmte: 770.822.9000 Fix:77D-9181209 vntiw.fithomm.rorn c' 1989-2014 kouily Brands Iighlin0, In(;. All uuhLS remeived. Rev 1311fii14 Packet Pg. 124 5 G tla}, fA L/THON/A LIOHT/NG� Catalog Number g S 3 8—DDB FEATURES & SPECIFICATIONS Notes BASKETBALL . Type INTENDED USE For steel or concrete poles. Round Bullhorn CONSTRUCTION Steel:Body is.golvanized steel tube(per ASTM A-123)constructed from A500 BS Grade B steel.Welding follows industry standards best practices.Arms are galvanized after fabrication. Must specify finish.Optional polyester powder and red primer paint finishes available. INSTALLATION STEEL(BS)ROUND BULLHORN Mounting hardware included. N C d E d O L E L a N d C (See next page for dimensions and drawings.) O Z ORDERING INFORMATION Lead times will vary depending on options selected.Consult with your sales representative. M Example: BS28 GALV c Series Tenon slipfitter F Finish' L BS28 2 in line (blank) T20 2-1/2"I.D. Standard colors BS29 2 at 90° T25 3-111V I.D. DDB Dark bronze O U BS32 3 at 120° T35 4-1/4"I.D. DWH White BS38 3inline DBL Black d BS38X 3 in line! DNA Natural aluminum BS39 3 at 90° GALV Galvanized steel (� BS48 4 in line Primer finish m BS49 4 at 90° DPRM Red primer Z Architectural colors (powder finish)z ' m C d E t V R Q NOTES; 1 Center tenon has extended height. 2 Additional sizes available;consult factory. 3 Finish must be specified.Additional colors available;see www,lithonia.com/areheolors or the Architectural Colors brochure(Form No.794.3), Outdoor Sheet#:Pole-BS Packet Pg" 125 BS Bullhorn, Steel, Fiberglass or Concrete Poles � cID Bnn T 2-1/YCG.)SJlndcW � • 4VI'Ta. r QAdW e 2-0li'CD.i.I51.nMluie Z.IT SL 9V IyP asvovae.e GRtiwiu va:,enN.cs. B948 liawdif�')C 5,T45,' -JI?ile•I4.. dl+ BS28 U) BS49 c m E m Y120' CE PLC. d C BS32 BS38 BS38X z N BS (Bullhorn - Steel) M Nominal Dimensions Bracket Max.fixture EPA Max,fixture ANSI C136.3 Lithonia Lighting arm length fin.) Bracket weight fL,@ 100 mph weight fibs.) (1995)class = Catalog Number (ft) A B C EPA(it') fibs) wil.3 gusts per arm rating @ 80 mph IMPORTANT. L •These specifica• O BS28 1-1/2 18 14 3 1,0 20 7.3 150 - ,., Lions are intended V BS28 T25 1-1/2 18 14 3 1.0 22 7.3 150 - for general purposes tLC BS28 T35 1-1/2 18 14 3 1.0 25 7.3 150 only. Lithonia Light- _ ing reserves the right BS29 2 24 14 3. 1.0 20 7.3 150 - to change material 0 BS29 T25 2 24 14 3 1.0. 22 7.3 150 or design, without prior notice,in a con- R BS29 T35 . 2 24 . . 14 3 1.0 25 7.3 . . 150 tinuing effort to up- d BS32 .2 24 14 3 1.3 33 4.7 150 _ grade its products. BS32 T25 .2 24 14 3 1.3 35 4,7 150 - CAUTION: BS32 T35 2 24 14 3 1.3. 39 4.7 150 - Z •The arms described BS38 2.1/2 30 14 3 1.6 31 4.7 150 herein are designed , BS38 T25 2-1/2 30 14 3 1.6 33 4.7 150 for applications al areas of normal m BS38 T35 2-1/2 .. 30 14 3 1 1,6 37 4.7 150 winds. Consult the factory prior to the ++ BS38X 2-1%2 30 18 3 1.7 34 4.7 150 design of systems to BS38X TA 2-1/2 30 18 3 1,7 36 4.7 150 be mounted on BS38X TM 2-1/2 30 18 3 1.7 40 4.7 150 structures such as bridges or buildings, V BS39 2 24 14 3 1.3 33 4.7 150 or areas known to BS39 T25 2 24 14 3 1.3 35 4.7 150 have abnormal winds Q such as airports or BS39 T35 2 24 14 3 1.3 39 4.7 150 coastal areas. Fail- BS48 4 30 14 3 2.3 44 3.4 125 the to consider these factors in the BS48 T25 4 30 14 3 2.3 46 3.4 125 system design could BS48 T35 4 30 14 3 2.3 55 3.4 125 result in the failure of the pole or mast BS49 2 24 14 3 1.6 43 3.5 150 - arm, and conse- BS49 T25 2 24 14 3 1.6 45, 3.5 150 y personal in- jury ury o orr property dam- BS49 T35 2 24 14 3 1.6 47 3.5 150 age. fA L/THON/A L/GHT/NG� Lithonia Lighting Outdoor An"cuiityBrandsCompany One Lithonia Way,Conyers,GA 30012 Phone:770.922-SDOO Fex:770-918.1209 Sheet#:Pole-BS 0)2010 Acuity Brands Lighting,Inc.All rights reserved.9/1jlD naom.lithonia.com Packet Pg;.126 5G.d fA L/T"VIV A LIGHT/NGF ra'at RTS 30 8-0B T20 DDB Number Plates FEATURES&SPECIFICATIONS INTENDED USE—Round tapered steel general purpose pole for up to 50-foot mounting heights. Type (ONSTRUCTION—Weldable-grade hot-rolled,commercial-quality carbon steel tubing with a minimum BASKETBALL POLES.J yield of 55,000 psi.Uniform wall thickness of 11-gauge(0.1196")or 7-gauge(0.1793").Shafts are one-piece construction with a full-length longitudinal high-frequency electric tesistance weld and conform to ASTM A595 Grade-Aspecifcations.Round in cross-section having a uniform taper of approxlmately.l4"per foot. Anchor Base Poles Anchor base is fabricated from hot-rolled carbon steel plate that conforms to ASTM A36 that meets or exceeds a minimum yield 00 6,000 psi.Base plate and shaft are circumferentially welded top and bottom. Rectangular reinforced handhDle having nominal dimensions of 3 x 5"for 5.9"shaft and oval shaped 4 x RTS 6.5"for all other shafts.Cover with attachment screws included.Handhole is located 18"above the base. Weatherproof,removable top cap provided with all drill-mount poles. Fasteners aie high-strength galvanized,zinc-plated or stainless steel. Fin i5h:Musts pecifyfihish. ROUN D TAPERED STEEL N Grounding:Provision located inside hand hole rim.Gmunding hardware is not included(provided by others). Anchor bolts:Top portion of anchor bolt is galvanized perASTMA-153.Made ofsteel rod having minimum E yield strength of 55,000 psi. Each anchor bolt is furnished with two hex nuts and two flat washers. O WARRANTY—1-year limited warranty.Compietewarrantyterms located at: O wwwaciiitybrands.com/CustomerResources/Terms and conditions.aspxpsi. Note:Specifications subject to change without notice. Y Actual performance may differ as a result of end-user environmentand application. is 0.. N O C Lead times will vary depending on options selected.Consult with your sales representative. Example:RTS 306-6BDM19 DDB Z RTS C14 Nominal fixture Nominal shaft base Series mountingheight size/wallthickness Mounting' Options. Finish" A* RTS 20-50 feet (See back page.) Tenonmountin0 Shipped installed Standard colors C (See back page.) PT Open top L/AB Less anchor rbolts DD8 Dark bronze N T20 2-3/8"O.D.(2"NPS)l FBC Full base cover DWH White L O T25 2-718"O.D.(2-112"NPS)' VD Vibration damper DBL Black v T30 3-1 12"O.D.(3"NPS)7 TP Tamperproof DMB Medium bronze cu rL+ T35 4"O.D.(3-112"NPS)7 Hi-185xx Horizontal arm bracket 0 DNA L Natural aluminum C fixture)s•' GALV Galvanized finish O Drill mountino' (� DM19 1 at90' FDLxx Festoon outlet less electricals Ciassiccolors DM28 2 at 180' CPL12xx 112"coupling' DSS Sandstone as DtA28Pl 2 at l80'with one side plugged CPL34xx 314"couplings DGC Charcoal gray _ DM29 2 at 90'7 CPL1xx I"coupling` DTG Tennis green 0 NPL12xx 1/2"threaded nipple` g DBR Sri hired m DM32 3 at 120"' DM39 3at9011 NPL34xx 314"threaded nipple` D5B Steel blue Z DM49 4at90'1 NPLixx 1"threaded nipples Architectural color.(powder finish CSX/DSX/AERIS""/OMERO`Drill mounting' EHHxx Extrahandhole3' MAEX MatchexistiingI m DM28AS Zat180° USPOM United States pointof C manufacture' ax DM29AS 2at90" IC Interior coating" E DM32AS 3at120" C U DM39A5 3 at 90" DM49AS 4 at 901' Q AERIS"'Suspend drill mounting"' DMxxAST_ OMERO`Suspend drill mountin0'" DMxxMRT NOTES: _ 1. When ordering tenon mounting and drill mormting for the samepole,folbsv this example:Dt828;T20.The For2nd"x": SpecifyodenlationfromhandLule(A,B,C,{} combination includes a required extra handhole. Refer to the Handhole Orientation diagram on page 3. 2. N/A with RTS 255-9B,RTS 306-B,RTS 357-30.RTS 397.8Bbecause pale top is too small. 6. horizoatalarmisl8"x2-316"O.D.tenon standard. 3. The drilling template to he used for aparlicularlumimire depends an the luminaire that isased.Refer otire 7, Combination oftenon-top and drill maantindudes extra handhole. Technical Data Section of the OcRdoor Binder for Drilling lemplates. 8. Must add original order number. 4. Insert'•1"or"2"to designate fixture size,e.g.DM19ASTZ. 9. Use when mill certifications aretegnire.d. 5. 5pedfylocationandorieatatio)When ordering option. 10. Provides enhancedturrusionresistante. For isi"x' Specify the height in feet above baseofpole. 11. Additional colors ivailabl"P.e wvimlithoria.cornlatch(OID[Sor Architectural Colors brochure(form No.794.3). Example:5ft=5 and 2011=20 Powder finish standard. OUTDDDR PULE-RTS Packet Pg. 127 RTS Round Tapered Steel Poles TECHNICAL INFORMATION EPA(ft2)with 1.3 gust s Nominal Pole Shaft Size Max. Max, Max. Bolt Size Approximate CatalogNumher mountht.(ft) (in xft) Wall Thick(in) Gauge 80 mph weight 90 mph weight 100 mph weight BoltCirde(in} (in.x in.x in.) ship(lbs.) RTS 20 5-9B 20 S.9 x 3.1 x 20 0.120 11 19.3 482 15.1 377 12.2 305 9 1 x 36 x 4 140 RTS206.5B 20 6.5x3.7x20 0.120 11 24.2 605 19.3 482 15.6 390 9.5 1x36x4 160 RTS 255.98 25 5.9x2Ax15 0.120 11 125 312 9.9 241 8 200 9 1x36x4 155 RTS 257-08 25 7.0x3.5x25 0.120 it 20.3 507 16.2 405 13.1 327 1 10 1x36x4 200 RTS 25 7-OF 25 1.0 x 3.5 x 25 0.179 7 30.5 760 24 625 19.8 495 10 1 x 36 x 4 280 N RTS 306.6B 30 6.6 x2.4 x30 0.120 11 11.7 292 9.3 232 7.5 187 9.5 1x36x4 200 C d RT5308.0B 30 8.0x3.8x30 0.120 11 18.9 473 14.9 313 12 300 11 1x36x4 265 RT5308-OF 30 8.0x3.8x30 0.179 7 33.5 838 27 675 22 550 11 1-1/4x42x6 380 0. CL RTS 357-36 35 7.3x2.4x35 0.126 11. 11.2 280 8.9_ 222 7.1 177 10.5 1x36x4 250 E Y RTS 358-5B 35 8.5x3.6x35 0.120 11 18.9 472 151 377 1Z.2 305 11.5 1x36x4 315 CL RT5359.5B 35 9.5x4.6x35 0.120 11 23.2 .580 18.2 455 14.5. 363 13 1 x 3 6 x4 370 C RTS397.BB 39 7.8x2.4x39 0.120 11 10.7 267 8.5 .211 6.6 165 11 1x36 x4 285 Z Z RT5344.OB 39 9.Ox3.6x39 0.120 11 17.2 430 13.5 338 10.8 270, 12.5 1x36x4 355 " r N RTS399-OF 39 9.0 x3.6x39 0,119 7 28.5 715 23 575 19 475 12.5 1-1/4x42x6 515 M RTS 4510.06 45 10.0 x 3.7 x 45 0.120 11 17.4 435 13.5 . 338 10.6 265 13.5 1 x 36 x 4 450 U .� C RTS 4510-0F 45 10.0 x 3.7 x 45 0.179 7 28.5 715 23 575 19 475 13.5 1 114 x 42 x 6 650 L RTS 5010.06 50 10.0 x 3.0 x 50 0.120 11 13.2 330 10.6 265 8.3 209 13.5 1 x 36 x 4 475 V RTS 5010-0F 50 10.Ox3.0 x50 0.179 7 20.5 512 16.5 412 13.6 340 13.5 HAx42x6 680 aL, C RTS 5011-OF 50 11.0x3.Ox50 0.179 7 29.9. 748 23.5 588 18.6 465 15 1.114x42x6 812 0 U RTS5013-OF 50 13.0x6.Ox50 0.179 7 50.4 1260 39.7, 992 31.4 785 17 1-11464x6 1020 m d RTS 5013-OM 50 13.0 x.6.0 x 5C 0.239 3 b9.2 1730 55 1375 44.2 1105 17.5 1.3/4 x 84 x 6 1335 N 0 m Z m r.+ C d E t U t4 Z Q ®_® CITRON/�4 L/GHT/NG' 110``-h1` 4n��cuity��an;l Ca;lpany O(17f1DOR: One(ithonu.My Congers.C;T 30012 Phone:770-9K 9UU0 Far.::10.981-12U° 1�^,n,.liihania.enm 2010.2012 Acuity Braatls.LigP:liog,btc.A rinhts iesewed. Rev.1U11U.' Packet Pg. 128 5.G.d RTS Round Tapered Steel Poles BASE DETAIL POLE DATA Shaftbasesite Boti L3�: Base Templatedescription Anchor boll drde square description 5.9"B 9" 3.1/2'-4-114" 10" A13TEMPLATEPJ50075 . AB36-0 6.5''B 9-112" 3112 41/4" W-1/2" ABTEMPLATE"ri50074 AB36-0 \ 7.0"B 10" 3-1/2"-4-114" 10-7/8" ABTEMPLATEPJ50077 AB36-0 7.0"E 10" 3-112"-4-114" 10-718" ABTEMPLATEP150076 A036-0 \1y 6.6"B 9-1/2' 3-112"-4-1/4" 10-1l2" ABTEMPLATEP150078 AB36.0 A � 8.01, 11" 3-1/2"-4-1/4" 11-112" ABTEMPLATEPJ50079 AB36-0 8.0"F 11" 4.1/2"-5-1/4" 11-112' ABTEMPLATEP150080 AB42-0 7.3''B 10-1/2" 31/2"-4114" 11-114" ABTEMPLATEN50091 A636-0 oD E 8S"B 11-1/2" 3-1/2"-4.1/2" 12" ABTEMPLATEP150082 AB36.0 95"B 13" 3-1/2"-4-1/2" 13" ABTEMPLATEP150083 AB360 C> B CL 7.8''8 11" 3-314"-4.1/2" 11-1/2" ABTEMPLATE WOW AB36-0 E 9.0"8 12-112" 3-3/4"-4-1/2" 12-3/8" ABTEMPLATEPJ50085 AB36-0 L Co 9.0"F 12-1/2" 4-1/2"-5-1/4" 12-318" ABTEMPLATEPJ50086 AB42-0 CL I 4— C �� I 10.0"B 13-1/2" 3-3/4"-4-1/2" 14" ABTEMPLATEP150087 A536-0 N I C 10.0"F 13-1/2" 4-112'-5-114" 14" ABTEMPLATEM50088 AB420 Z IMPORTANT: NOTES: Ilsese specifications are intended for general purposes only.Lithonia lighting reserves the rightto change 1 Bolt«r<les have+!-12"roleranre. 04 material or design,vjithout prior notice,ina continuing effort to upqrJe its preducts4 2 For poles larger than 10"consuhfanory, M V � C i O V R w HANDHOLE ORIENTATION o U C IMPORTANT INSTALLATION 140TES: i Do not erect poles wiinoul having fixtures installed. Factory-supplled templates must be used � 0 g when setting anchor bolts.Lithoniawillnot accept claim for incorrect anchorage place- m mem due to failure to use Lithonia Lighting z factory templates. a If poles are stored outside,all protective -a A wrapping must be removed immediately Handhole upon delivery to prevent finish damage, Co r E U R y Q OFA LIMCA&A L/GHT/NG` .OLE-RiS A0"CUAVBIa-10_C0177P:Vy 0t TDOnR: One Lltllnni,Vlrc'•' Conyers,6A 30012 phone:770-922-11001) Fax:7'0-981-120P ,n:r Jithnnia mn :i 2010.2012 hniiq Bran n!Linhtin6.Inc.Al rights receimd. Rel'.10/10?12 Packet Pg. 129 P N •N T N 75 O rO m m C¢7w c, LJ LL41 U aa)i v N0 000 N fo p = QOtDO J �— L C 0 c JO00 C c cu 4 m0 P c �' � � � Lo � ,-� ,� •� C .. �cf� N p N t0 � 10t0 O � O ayJ N V O a) GOO � %D %D � N N + O 00 f0 .— J OM L O w N i i > Q� O LLJ E O v > ou 000 z p � c •� �. aa; '� � O .O C Y f0 N ,� W " -4 �-1 ri Q o aT+ O O O a� i O C c J aLML fasts �o U ._ p +� a Ln o� w O fn Ln a p tn z rnUl L > c�iv=i > uQ > aQQmm r N C: `� J c fu o C! J A W J N •C M J M d kD p C UC70 zC) 00 a+ O cy QOO +' c 0 ,Ln-f .Lo-1 vLn-1 N LL tVC > >> I L N O F F- � N co 000 C a C NOOQ C) U X p m .� N r 00 fo . n d, c > N 0 r1 r1 N +N +N N M d to CL ++ +,�-f +N co+ +N +N D Q O t% z +m +N +V-N +N +- :a N +� +0 +N +� }M +� +N ^ m Q) � �.. O p +� +� +N +0 '00 +m +M +M M = 0 E ri .�.J Cl Oti .. +N +N + C1 X + +M +M + +mQ .. c_ M w M N O IC +d +fM � . Y V) N N N N + +M�+� + +N +� +ko +M +d. Vv Ln N N N' +M +M Ln +M' (�+M ro QM N +N +N +� +N +M +M +N�+M +N � n rl 0 1� C) C7 M W U. U no Packet Pg. 130 c d a� o L Q E L (Q a .. 7 N tD L 0 V L o r V L d ''finn V Z 1 W ... cu y Y Packet Pg. 131 Ul y C d O L Q E N - d N tD . ' L 7-M ' W W E ' V Q Packet Pg. 132 0 'K i t �9's oet amid Setz�i � 'g.-: � isi 5't�tsuti b+nTizipa `.�ei:or411idpat{'w Teti 1119+y1�'L4�1:{la�c'4#gstur, 1 '• Epp • • u RFP F-15-14 Nunez Park Improvements 4 SAD Bern r ih0 xn November 25, 2014 in SUBJECT: REQUEST FOR PROPOSAL (RFP) F-15-14 c a� E The City of San Bernardino (City) invites Quotes from qualified vendors for: y 0 L Nunez Park Design/Build Improvements E Parties interested in obtaining a complete copy of this RFP F-15-14 may do so by accessing the a City of San Bernardino Web Page at www.sbcitV.org City Hall > Finance > Request for Bids, N beginning November 25, 2014, or by faxing their request to (909) 384-5346, attention Vanessa Slouka. Please include the following information in your request: name and address of firm; z name, telephone and facsimile number of contact person; specify RFP F-15-14. toT N Copies of the RFP may also be obtained by calling Vanessa Slouka (909) 384-5346, or in person at City Hall, 300 N. "D" St., 4th Floor, Finance Department, San Bernardino, CA 92418. CL From the issuance date of this Request for Proposal until a Vendor is selected and the selection N is announced, Proposers are not permitted to communicate with any City staff or officials c regarding this procurement, other than during interviews, demonstrations, andlor site visits, _J except at the direction of Vanessa Slouka, Accounting Assistant, the designated representative N of the City of San Bernardino. Contact with anyone not designated will result in elimination from the bid process. N v Mandatary Pre-Bid Conference: A mandatory Pre-Bid meeting at City Hall including an on-site m job walk will be held on December 2, 2014, at 10:00 A.M. at 1717 W. 5th Street, San Bernardino CA 92410. This meeting is to serve as a pre-bid review for prospective bidders. All E prospective bidders must attend the entire Pre-Bid Conference/Job Walk to be eligible to bid on CU this project. Late arrivals will not be accepted. Q Closing Date: Quotes must be submitted at or before 3:00 PM, PST, December 11, 2014 at the address listed above. Issuance of this RFP and/or receipt of Proposal does not commit the City to award a contract. Sincerely, Vanessa Slouka Accounting Assistant 1 Packet Pg. 134 5.G.e RFP F-15-I4 Nunez Park Improvements SECTION t. INSTRUCTIONS TO BIDDER(S) w c a� E 0 L CLC G Y L a N N C Z T N 10 CL CD M d f4 U N C f� J N �L U) m E s R r Q 2 Packet Pg. 135 I S.G.e UP F-15-14 Nunez Park Improvements City of San Bernardino, Finance Department Purchasing Division RFP F-15-14 Nunez Park Design/Build Improvements Bid Documents to Be Returned References © Completed Technical Specifications— right-hand column (City Form) c a� E Signed Price Form (City Form) 0 L One (1) signed original of Quote in a SEALED ENVELOPE E Z Two (2) copies of signed Quote in a SEALED ENVELOPE a N Authorized Binding Signature(s) Z 1v Verifications of Addenda Received (City Form) Foss T- 04 Gj Listing of Proposed Subcontractor, if applicable (City Form) lv Forms a� c. © Affidavit of Non-Collusion N c F/A 120 Day Minimum Proposal Validity Statement"General Specifications#4 as N FA Insurance Certificates Cn Copy of Contractor License or other appropriate licenses, permits, qualifications -2 and approvals that are legally required to provide services, and that such m licenses and approvals shall be maintained throughout the term of this Contract. 11.Tech Specs& General Specifications#35 a> E t U Offeror(s) are requested to submit this checklist completed with all bid documents. This Q list may not be inclusive of all documents needed to submit your Proposal. Please refer to entire packet for additional documents. 3 Packet Pg. 136 5.G.e RFP F-15-14 Nunez Park Improvements I. GENERAL INSTRUCTIONS TO BIBBER(S) A. Mandatory Pre-Proposal Conference and Job Walk A mandatory Pre-Bid meeting including an on-site job walk will be held on December 2, 2014, at 10:00 A.M., at 1717 W. 5th Street, San Bernardino, California 92410. This meeting is to serve as a pre-bid review for prospective bidders. All prospective bidders must attend the entire pre-bid conference/Job Walk to be eligible to bid on this project. B. Examination of Proposal Documents r 1. By submitting a proposal, the Offeror(s) represents that it has thoroughly examined and become familiar with the items required under this RFP and > that it is capable of quality performance to achieve the City's objectives. Q E 2. The City reserves the right to remove from its mailing list for future RFPs, for an undetermined period of time, the name of any Offeror(s) for failure a to accept a contract, failure to respond to two (2) consecutive RFPs and/or N unsatisfactory performance. Please note that a "No Proposal" is considered a response. Z N C. Addenda a� Any City changes to the requirements will be made by written addendum to this CZ RFP. Any written addenda issued pertaining to this RFP shall be incorporated into the terms and conditions of any resulting Purchase Order. The City will not CU be bound to any modifications to or deviations from the requirements set forth in -' this RFP as the result of oral instruction. N �L All Addendums will be posted to our website at www.sbcity.org > City Hall > Cn Finance > Request for Bids. For automatic electronic notifications, please visit -� our website and sign-up for SB Connect. m E D. Clarifications 1. Examination of Documents a Should a Bidder(s) require clarifications of this Proposal, the Bidder(s) shall notify the City in writing in accordance with Section D.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 Proposal. 4 Packet Pg. 137 UP F-15-14 Nunez Park Improvements 2. Submitting Requests a. All questions, clarifications or comments shall be put in writing and must be received by the City no later than 3:00 PM December 4, 2014 and be addressed as follows: City of San Bernardino 300 North "D" Street 4th floor, Attn: Vanessa Slouka San Bernardino, CA 92418 b. The exterior envelope or email subject line of all requests for clarifications, questions and comments must be clearly labeled, E "Not an Offer." The City is not responsible for failure to respond to > a request that has not been labeled as such. a E The City will also accept questions sent by facsimile machines or email, however, all faxed or emailed questions must be received by a. the City no later than 3:00 PM, PST, December 4, 2014 Send facsimile transmissions to (909) 384-5043, attention Vanessa Slouka, and emails to slouka va@sbcity.org z N C. Inquiries received after 3:00 PM December 4, 2014 will not be accepted. Q. 3. City Responses Responses from the City will be communicated in writing to all recipients of this RFP, by a posting to our website, www.sbcity.org by the close of L business December 9, 2014. Cn For automatic electronic notifications, please visit our Homepage and register for SB Connect. If you are not registered for SB Connect, you may 0° view or download any Addenda at www.sbcitv.orq > City Hall > Finance > Request for Bids. E U E. Submission of Proposals a 1. Date and Time All Proposals are to be submitted to City of San Bernardino, Attention: Vanessa Slouka. Proposals received after 3:00 PM PST, December 11, 2014, will be rejected by the City as non-responsive. 5 Packet Pg. 138 5.G.e RFP F-15-14 Nunez Park improvements 2. Address Proposals shall be addressed as follows: City of San Bernardino 300 North D Street Finance Department—4th Floor Attn: Vanessa Slouka San Bernardino, CA 92418 N Proposals may be delivered in person to the Finance Department, 4th floor of the above address. E 3. Identification of Proposals ° a E Offeror(s) shall submit a SEALED proposal package consisting of: Y �a CL (a) One (1) signed original of Proposal c (b) Two (2) copies of Proposal Z N The proposal package shall be addressed as shown above, bearing the Offeror(s) name and address and clearly marked on the outside of the envelop as follows: N "RFP F-15-14 Nunez Park" J 4. Acceptance of Proposals N a. The City reserves the right to accept or reject any and all N Proposals, or any item or part thereof, or to waive any informalities -� or irregularities in Proposals. m b. The City reserves the right to withdraw this RFP at any time without E prior notice and the City makes no representations that any contract will be awarded to any Bidder(s) responding to this RFP. Q C. The City reserves the right to postpone proposal opening for its own convenience. d. Faxed or emailed Proposals will not be accepted. 6 Packet Pg. 139 RFP F-15-14 Nunez Park Improvements F. Pre-Contractual Expenses Pre-contractual expenses are defined as expenses incurred by the Offeror(s) in: 1. Preparing its proposal in response to this RFP; 2. Submitting that proposal to City; 3. Negotiating with City any matter related to this proposal; or 4. Any other expenses incurred by the Bidder(s) prior to date of award, if any, of the Agreement. E a� The City shall not, in any event, be liable for any pre-contractual expenses a L incurred by Bidder(s) in the preparation of its proposal. Bidder(s) shall not include E any such expenses as part of its proposal. CL G. Contract Award Issuance of this RFP and receipt of Proposals does not commit the City to award z a Purchase Order/ Contract. The City reserves the right to postpone proposal N opening for its own convenience, to accept or reject any or all Proposals received in response to this RFP, and to negotiate with other than the selected Bidder(s) should negotiations with the selected Bidder(s) be terminated. The City also reserves the right to apportion the award among two or more BIDDERfS). c A signed Vendor (Contractor) / Consultant Service Agreement (VSA/CSA), along with a pre-performance meeting, outlining additional terms and conditions relating N to performance, warranty, materials, goods, services, or other items as deemed necessary by the City, may be required prior to the commencement of the job. Cn Refer to Exhibit F. -a 'm H. Acceptance of Order E The successful Offeror(s) will be required to accept a Purchase Order in accordance with and including as a part thereof the published Request for Proposals, and the RFP documents including all requirements, conditions and specifications contained therein, with no exceptions other than those specifically listed in the written purchase order. 7 Packet Pg. 140 RFP F-15-14 • Nunez Park Improvements t. Business License The City's Business Ordinance requires that a Business doing business with the City, obtain and maintain a valid City Business Registration Certificate during the terms of the Agreement. Bidder agrees to obtain such Certificate prior to undertaking any work under this Agreement. J. Local Vendor Preference The City of San Bernardino gives any formal or informal bid submitted by a local bidder a one percent (1%) credit for goods and materials, where labor and/or N installation is incidental; and a five percent(5%) credit on Contractual services, for comparison purposes with other bidders, as authorized in the San Bernardino E Municipal Code Section 3.04.125, and Executive Order 2003-1, respectively. c CL For the purposes of this section, "local bidders" shall be bidders for which the point E of sale of the goods, materials, or services shall be within the City limits of San Y Bernardino. a. N d C Z T N to ch U Q U N C n3 J U N C m C 4) E U w Q 8 Packet Pg 141 RFP F-15-14 Nunez Park Improvements SECTION H. SUMMARY OF WORK& PRELIMINARY SPECIFICATIONS w c a� a� 0 0. E L a N d C Z N �O M d SZ RS V ' V1 l4 " J N C co m r C E V r a 9 Packet Pg. 142 S.G.e RFP F-15-14 Nunez Park Improvements SUMMARY OF WORK & PRELIMINARY SPECIFICATIONS PART 1 - GENERAL 1.01 Site Location A. The project is located at Nunez Park, San Bernardino, California. This is an existing park that is well used. The address of the park is: 1717 5t' Street San Bernardino, CA 92410 y c a� 1.02 Summary of Work 0 L A. The contract includes all design, labor, materials, equipment and service for the C construction and testing of the items indicated in Attachment A-1 "Itemized Bid Y Proposal for Design/Build — Bid Schedule I —On-Site Improvements". a This work generally includes: N 1. Removing and replacing baseball field lights on the west baseball field. z 2. Installing a full court high school size basketball court and two half courts 3. Installing site pavement, walkways and lighting. 4. Installing upgraded site electrical. 5. Improve Restroom #1 to a usable condition. a 6. Modify landscaping and irrigation to work around the planned hardscape y improvements. _ 7. Re-roof and paint Building #1, #2 and #3. a� This is a Design/Build project and the work shown herein is based on the desires of the Parks Department. It is the contractor's responsibility to provide the best Cn design and construction based on these preliminary guidelines. 'm It will be expected that the selected contractor will have regular progress meetings with owner to verify project progress and specifications. U Items indicated and numbered on the Bid Schedule correspond to a Conceptual Site Plan and Section 09020 Site Photos. 10 Packet Pg. 143 5.G.e RFP P-15-14 Nunez Park Improvements 1.03 Demolition Guidelines Demolition of existing landscape shall take place within the following guidelines: A. All existing trees and shrubs to remain per plan shall be protected in-place. No mechanical trenching shall occur within the drip line of existing trees to remain. Hand trenching is required around roots. If roots more than one inch in diameter are needed to be cut or removed the contractor shall contact a certified arborist or landscape architect prior to execution. B. All trees and shrubs to be removed shall be removed o completely by grubbing out stumps and roots and C disposing off-site. Protect existing irrigation to remain while — removing vegetation. a C. The contractor is solely responsible for the safety of the general public is regards to maintaining a clean, hazard Z free work site. Rubbish and debris shall be promptly removed throughout the project and all sidewalks, gutters, to and roads shall be kept clean and orderly. L D. Repair any damaged irrigation component per irrigation 0 rehabilitation notes. c E. All existing irrigation to be removed shall be returned to the city by the contractor. Cap lines as necessary and adjust heads as required to insure 100% coverage and minimize overspray. U) 'm u 1.04 Site Work E A. Basketball court slab will be 6" min. concrete with reinforcing. B. Basketball post and appurtenances shall be similar to Belson Outdoors TF7173, Q TF7175 & TF7178 or equal. C. Chain-link fence will be APWA Standard or better. D. All concrete work will be APWA or better. E. Care shall be taken during demolition. Contractor responsible for repairing or replacing any items damaged during demolition. 11 Packet Pg. 144 S.G.e RFP F-15-14 Nunez Park Improvements Paint Scope of Work 1. Visit the site and document conditions of all existing structures to be painted. 2. Power wash exterior of structures indicated to be repainted including metal doors/gates and grills, etc. to remove all peeling paint and dirt build-up and prepare surfaces for installation of primer and finish coat of paint. Roofing Scope of Work 1. Visit the site and document conditions of all existing structures to be reroofed. Remove existing composition shingle roofing, flashing and underiayment and evaluate the existing substrate to assure that plywood N sheathing is sound before installation of new roofing. Provide new underlayment, 24 ga. flashing and composition E shingles roofing by GAF or Certainteed or approved equal c with a 30 year minimum warranty. a E - Y L 1.05 Site Electrical a N d A. Description of electrical items to be included in bid for baseball field Z replacement: N 1. Completely removed sports field light fixtures, crossarms, poles, bases and M conductors from existing 200' baseball field on west side of site. CL 2. Provide new sports field lighting for existing 200' baseball field to meet Owner's requirements for recommended lighting levels. The lighting system shall be Musco to match City standards. Lighting system shall be designed to minimize or J reduce any potential light spillover or light and glare impacts to adjacent uses. The Contractor shall provide necessary documentation that quantitatively L demonstrates no light-related impacts to adjacent properties. 3. Coordinate new sports pole locations on west side of field with SCE to meet all requirements of installing sports pole near existing SCE overhead high voltage lines. 00 4. Remove existing single phase sub-panel in building basement and provide new 120/208V 3-phase, 4-wire sub-panel for new sports field lighting. Provide E required circuit breakers in new sub-panel for existing circuits of other item on site to remain. a 5. Provide new conduit from new sub-panel to each new sports field pole. 6. Coordinate with existing time switch manufacturer of baseball field for capacity and compatibility with new sports field lighting. Provide all required devices for complete interconnection of new lighting to existing time switch. 7. Provide One-line diagram to include , lighting control schematic, panel schedules, pull box details, conduit trench detail, control cabinet details, equipment elevations and other detail as needed to property construct the facility. 8. Submission of a base pole design and associated construction details, specifications and structural calculations. 12 Packet Pg. 145 5.G.e, y RFP F-15-14 Nunez Park Improvements B. Description of electrical items to be included in bid for new basketball courts and walkways: 1. Tap bus of existing 800A 120/208V. 3-phase, 4-wire metered service located west of existing east baseball field and provide new sub-panel. 2. Provide new 100A 120/208V. 3-phase, 4-wire NEMA 3R sub-panel with 100A/3P main circuit breaker, required circuit breakers for new lighting/controls, contactors and one 4-channel electronic time switch. Mount new sub-panel to side of existing gear. 3. Provide LED court lighting and required on/off controls for new full size basketball court to meet Owner's requirements for recommended lighting levels. .4. Provide LED court lighting and required on/off controls for two new basketball E half courts to meet Owner's requirements for recommended lighting levels. o 5. Provide security LED post top walkway lighting and required controls for new a walkways from the existing parking lot to new courts to meet illumination levels E required by City code. L 6. Provide One-line diagram to include , lighting control schematic, panel a schedules, pull box details, conduit trench detail, control cabinet details, equipment elevations and other detail as needed to property construct the facility. Z 7. Submission of a base pole, gear base design and associated construction details and specifications. N 8. Provide design and all required documents to meet current Title 24 calculations M for outdoor lighting. CL CU 1.06 Restroom #1 Improvements 1. Visit the site and document conditions of an existing CMU block 1,100 SF restroom /storage facility. Facility use consist of a women's restroom with 3 L water closets and 2 lavatories and a men's restroom with 1 water closet, 2 3 urinals and 2 lavatories. Cn 2. Evaluate current status of code and ADA compliance and bring the facility into code compliance. 0° 3. Sand blast interior and exterior of CMU block restroom /storage structure including concrete slab, metal doors/gates and grills, etc. to remove all paint E and dirt build-up and prepare surfaces for installation of new seal coat and epoxy coating. a 4. Remove and replace surface mounted light fixtures with vandal resistant surface mounted light fixtures. 5. Remove and replace toilet partitions with new plastic High density polyethylene (HDPE) toilet partitions by Bradley Corp or approved equal. Configuration and number of partition to match existing layout and shall comply with current code. 6. Remove and replace all water closets, urinals and lavatories with new stainless steel vandal resistant plumbing fixtures by Acorn or approved equal. Fixtures as listed below. 13 Packet Pg. 146 5.G.e RFP F-15-14 Nunez Park Improvements WC- 1 (Total required 2) Water Closet: ADA floor mounted, flush valve, 1.28 GPF, Siphon jet elongated bowl, floor outlet, ADA height, 304 stainless steel. Sloan flush valve optima system sensor operated with wall box for concealed installation. WC - 2 (Total required 2)Water Closet: Standard height floor mounted, flush valve, 1.28 GPF, Siphon jet elongated bowl, floor outlet, ADA height, 304 stainless steel. Sloan flush valve optima system sensor operated with wall box for concealed installation. U — 1 (Total required 2) Urinal: Wall mounted, flush valve, straddle type, washout, ADA height, 304 stainless steel. Sloan flush valve optima system sensor operated with wall box for concealed installation. L— 1 (Total required 4) Lavatory and Faucet: Wall mounted, 304 stainless steel, bowl 14" x 12" x 5" deep, overall 20" x 22", ADA height. 304 stainless steel lay. E overflow with lavatory carrier, grid strainer Sloan optima system sensor operated o lavatory faucet. Provide box with lockable cover for concealed installation. Trap I enclosure. E L 7. Remove and replace all restroom accessories including grab bars, toilet a paper dispenser, paper towel dispenser and mount to meet current code requirements. Z 1.07 Landscaping and Irrigation M CITY OF SAN BERNARDINO INSPECTIONS NOTES: a cu Irrigation system c 1. Inspections shall be performed by a park and recreation department representative at the following: L c a) Depth of irrigation trenching, sleeving, mainline, lateral lines (prior to burial), `n valve installation and irrigation head assembly. m b) Pressure test of irrigation mainline (150 psi for 2 hours). E s c) Coverage test and final acceptance. r r.. a 2. Do not allow or cause the above items to be buried prior to inspection and approval of the park department representative. A 24-hour notice shall be given prior to anticipated inspections. Contact the landscape section at (909) 384-5217 or 384-5314. 14 Packet Pg. 147 RFP F-I5-14 Nunez Park Improvements Landscaping 1) Inspections shall be performed by a park and recreation department representative at the following: a) Upon completion of finished grade, soil preparation and final rake out. b) When trees and shrubs are spotted for planting, with one example of planting hole for trees and shrubs. Provide samples of plant fertilizer. c) Final inspection when planting and all other specified work has been completed. E 2) A 24-hour notice shall be given prior to anticipated inspections. o contact the landscape section at(909) 384-5217 or 384-5314. a E IRRIGATION REHABILITATION SPECIFICATIONS L a 1. Contractor to perform a complete irrigation check including coverage test prior to beginning work to assess scope of work. Repair system as necessary to ensure Z all new planting to receive adequate water. 10 N 2. Repair irrigation system of leaks, missing and broken heads, missing and broken M nozzles, broken pipes and fittings, replace defective solenoids, wiring, valves, etc. Final irrigation to achieve 100% coverage without leakage. N Irrigation system to be automatic and programmed for time of least evaporation. a� 3. All new mainline to be Schedule 40 pipe. (n 4. All lateral lines to be Schedule 40 pipe. `n 5. No machine trenching shall occur within drip lines of existing trees. Hand dig and 0° install pipe without cutting roots. a� E 6. Backfill trenches and compact soil to meet existing adjacent grades and to equal compaction of adjacent undisturbed soil. Plants to be replanted or replaced as a necessary. 7. All new pipe and control wires to have minimum soil coverage of 12". 8. Valves shall be centered with-in the line it serves. 9. Each valve is to operate separately on and automated irrigation controller system. or A 25 Packet Pg. 148 S.G.e RFP F-15-14 Nunez Park Improvements 10.Replacement valves and sprinkler to match existing type used. 11.All sprinkler heads are to provide head to head coverage. Add heads as necessary to insure 100% coverage. Heads should be installed in a triangular pattern. 12.Use low gallon age nozzles whenever possible. 13.Use 4" pop-up heads in lawn area. 14.Use 12" pop-up heads in shrub/ground cover areas. 15.Remove any shrub heads on fixed risers and replace with pop-up heads. Fixed E risers are acceptable only when adjacent to a wall, fence or building. o L Q 16.Adjust all nozzles to insure proper coverage and minimize over spray onto E buildings, fence, walks, streets, etc. co a 17.Check system for coverage before backfilling any trenches. 18.Comply with all local codes for replacement or repair of any backflow prevention z device. N M 19.All new or replaced heads are to be on double swing joints. a Ca 20.All threaded connections to be made with Teflon tape. y _ 21.All electrical connections to be waterproof connections. Electrical tape is not J acceptable. L _ 22.Use check valves to eliminate low sprinkler head drainage. Cn 23.Valve lawn and ground cover/shrub areas separately. _ 24.Install rainfall shutoff system per manufacturer's direction. s U 2 IRRIGATION RETROFIT NOTES: w Q 1. Retrofitted and new (impact or spray head) irrigation systems to be installed shall facilitate full 100% head to head coverage. All existing irrigation effected by new construction within the project site shall be evaluated and replaced or repaired, as needed, to facilitate full 100 % coverage. Some existing heads and/or lateral lines may need relocation to provide appropriate spacing to reduce overspray or over watering. Existing systems shall be retained and protected in-place. Damage done to any existing irrigation at project site during construction shall be repaired at the contractor's expense, 16 Packet Pg. 149 5.G:e RFP F-15-14 Nunez Park Improvements 2. Contractor shall wire new and existing valves to new automatic irrigation controller"Smart controller". Contractor to calculate total number of irrigation stations necessary and install controller to accommodate both new and existing valves. 3. New valves shall be connected to existing mainline nearest to the new system components. Contractor to be responsible for locating mainline in field. 4. All pipe under asphalt or concrete to be sleeved. 5. Any heads on galvanized risers above grade throughout the project site to be replaces with pop-up heads. E 6. Contractor shall install CHECK drain valves TO ELIMINATE LOW HEAD °CL DRAINAGE and quick couplers as needed in all retrofit and new systems. E Y L 7. Contractor shall verify backflow prevention and install new backflow if necessary. a N d 8. All new and retrofit equipment shall match existing type and brand or per city Z direction. T N 9. All new irrigation components are to be installed in accordance to City of San Bernardino codes as well as industry standards. a PLANTING REHABILITATION SPECIFICATIONS: _ 1. Finish grade landscape areas to achieve smooth and continuous contours and so a that the finish grade is 1" below paved surfaces. 2n 2. Do not change grades (cut or fill) with in drip lines of mature trees by more than N 6". m 3. Replace trees removed during construction of new facilities at a 3:1 ratio. Plant 24" box of species removed or as directed by city. E 4. Replace shrubs removed during construction of new facilities at a 4:1 ratio. With 5 gallon of species removed or as directed by city. a 5. Aerate existing lawn at locations IMPACTED BY NEW CONSTRUCTION over seed area with "Pro Sports Field Elite" By Stover Seeds 10 lbs. per 1000 SQ. FT. SEE HYDROSEED SPECS. 17 rrrr Packet Pg. 150 S.G.e RFP F-15-14 Nunez Park Improvements 6. New turf areas to be seeded at 12 lbs. per 1000 sq. Ft. "PRO SPORTS FIELD ELITE". SEE HYDROSEED SPECS. 7. All planting to be installed per City of San Bernardino details and specs. 8. Maintenance period and guarantee to be 360 days. i N r.+ Project construction must be completed by March 31, 2015 E 0 L Q E L ca a N N C 7 Z r N Cl) d CL fC U N C R J d N �L Cn W .F+ d " E U w Q 18 Packet Pg. 151 5.G.e RFP F-15-14 Nunez Park Improvements SECTION III. PRICE FORMS Y c E a� 0 L Q E ' L a N N C 3 Z T N M N CL ca U N 'C C fC J N N �L v/ ' W E U R Y Y Q 19 Packet Pg. 152 5.G.e RFP F-15-14 Nunez Park Improvements PRICE FORM REQUEST FOR QUOTES: RFP F-15-14 DESCRIPTION OF RFP: NUNEZ PARK DESIGN/BUILD IMPROVEMENTS COMPANY NAME: (10 k,1 CL L.kASckge Co , 1PL ADDRESS: 2,0 CC.kQ-V QTO-mac T E �'Aw•t-A �s SP411N�s,, Cam. Q0�7p o E L a. PRINT NAME OF AUTHORIZED I/1� dyi '�nnAA REPRESENTATIVE 1�(� 1� Vy jk(LT i067-_ P, S► Z CL Igo a- 110 &A-y s PRICE FORM - N (next 3 pages) RFP F-15-14 E U r+ r a 20 Packet Pg. 153 5.G:e RFP F-15-14 Nunez Park Improvements ATTACHMENT: A-1 ITEMIZED BID PROPOSAL FOR DESIGN/BUILD - BID SCHEDULE I -ON-SITE IMPROVEMENTS MM v, 1 Mobilization / Demobilization LS 7777 a SWPPP Preparation and E 2 1 Implementation LS 3r 78`(• 1 0 L CL 's.-`}} 4 t gJ _ '3.yyut�'•..rr ,�' Z P "lip) E L a Remove existing baseball field 3 towers and lights- 7 EA 90 z 4 Remove chainlink fence. 87 LF 104f 417 Remove&dispose existing o 5 concrete and/or asphalt. 3,500 SF f,3( /, SAS•b o Remove existing turf and irrigation lines for proposed 6 basketball courts. 17,800 SF • qq ,�3a•00 Remove 178 S.F. block restroom building and terminate all N 7 utilities. AC pave to match. 1 EA Protect existing mature trees in- 8 place. LS 5qo• 9 Protect existing utilities in-place. LS a?o 3.yy m c Install full court complete w 'c 10 concrete basketball court. 1 EA 013.0 S a Install half-court complete 11 concrete basketball court. 2 EA 2Y, 00&-53 qfj 013,O'S Install additional concrete paving 12 around basketball courts. 8,400 SF Install 2'-3' retaining wall with concrete seating along north 13 side of basketball courts. 218 LF 16k,0 T-'rEcout 10 mna � � Na (3g5� VN4�_ CovcA s-ra_ er $l0 -_t-Tev^A 10 and OD(� 3V13ST►T—Twr.� Packet Pg. 154 RFP F-15-14 Nunez Park Improvements Install 12' chainlink fence for 14 basketball courts. 680 !.F Install site concrete E walks 15 and paving. 9,400 SF -Remove and Replacricade 1 EA 16 ate. /. Remove and replace existing 14 EA 17 vinyl barricades. Type I slurry seal and re-stripe 2,900 SF 18 existin basketball court. y Type I slurry seal existing / asphalt surfaces south of E 19 community center build'in 8,900 SF o 20 Install concrete is-nic tables. 4 EA Q Crack seal,Type I slurry seal, re- E paint, re-stripe tennis court. Install new net and locking a 21 mechanisms. 6,600 SF Install trash enclosure per City Z 22 Standard. 1 EA N CO Repair A.C. parking lot paving at / southwest corner of northerly 23 arkin lot. 3,900 SF Verify handicap parking stall compliance and site paths of 24 travel. Improve as necessa N Type II slurry seal and re-stripe 25 north parkin lot. 43,300 SF / cn Type 11 slurry seal and re-stripe 26 southwest parkin lot. 43,400 SF m c Install Musco (or equal) baseball field monopole with lights.West 33 35q,8$ r�-$��{�q'S� 27 baseball field. 4 EA a Install conduit and conductors to lights from panel.Tie into existing timer.West baseball ' LS 28 field. Remove and replace panel in basement for baseball field ?f 29 li htin . 1201208V 3-phase. 22 Packet Pg. 155 5.G.e RFP F-I5-14 Nunez Park Improvements Install new basketball court n 30 lighting and site poles and lights. 8 EA ��� Install conduit and conductors to ti 31 lig hts from new panel. LS �i3d x'00 " Install controls per owners 32 requirements. 1 EA 35`�° Install new 200A, 120/208V 3- 33 phase service for site lights. 1 EA 7 03. 1-14 ?03,gq 34 Install 100A pedestal. 1 EA 9 Aa.kD V040 1_(M'M,- Waol E Remove and replace damaged c plumbing and electrical fixtures a in-kind in both women's and /` E men's.Verify and meet ADA / Y 35 compliance. 1,100 SF a Prepare and paint all publicly c accessible walls with anti-graffiti 36 aint. 1,100 SF / z r Install vandal proof doors and 37 locks on all exterior doors. 3 EA a) CL Remove and replace partitions with vandal proof partitions in 38 both women's and men's. LS 1 st�'S`r fn ^Implement an aggressive vector = -control protocol to remove cn ground squirrels and gophers in -a the project areas and adjacent m 39 irrigated fields. 144,000 SF Repair and re-design irrigation L piping, control wires and sprinklers so as to maintain Q irrigated fields around (�3� 3 OS-3� 40 improvement areas. LS .� Install appropriate "Smart' 'irrigation controller per parks / department staff 41 recommendations. LS tat o T_r`w& L4 1'h1�lN c��t'C COO 23 Packet Pg. 156 5.G.e RFP F-15-14 Nunez Park Improvements Connect wiring to irrigation control and program controller. Provide manuals and training to 42 parks department staff. LS Anticipated amount of -construction water to be used 43 (quantity only) AC.FT. N Y E 44 Building#1 Re-roof. 1,200 SF 0 45 Building #2 Re-roof. 11,000 SF l E 46 Building #3 Re-roof. 900 SF Y Building #1 Re-paint exterior / a 47 with graffitiproof paint. 1,200 SF Building #2 Re-paint exterior Z 48 with graffiti proof paint. 11,000 SF Building #3 Re-paint exterior 49 with graffiti proof paint. 900 SF v U N C R5 J Complete Plans, Specifications, N and Estimates (PS&E) Package 50 for this Bid Schedule LS Grading, Improvements and B&S Permits Allowance(Direct m 51 Reimbursement) LS xxxxxxxxxxxx $40,000.00 E TOTAL BASE BID OF SCHEDULE I &49, q1q, o$ Q NAME OF CONTRACTOR: SQPfL 5E (AN,JGCA LE Ca, . 24 Packet Pg. 157 RFP F-15-14 Nunez Park Improvements ANNUAL PURCHASE ORDER Are there any other additional or incidental costs that will be required by your firm in order to meet the requirements of the Proposal Specifications? Yes ! o (circle one). If you answered "Yes," please provide detail of said additional costs: a� Please indicate any elements of the Technical Specifications that cannot be met by your firm: (31 k3 1:-f K In ana ll ua 13�5� �f,d Co�cnEz� E Ccfl sr !D N 13 cD LTtwl ' O r��-c�-r� c (00 CA klt Lkp,�L Ahu s Z Have you included in your bid all informational items and forms as requested? Y No (circle one). If you answered "No", please explain: a� U y .a _ f4 J d N _ This offer shall remain firm for 120 days from RFP close date. (n Terms and conditions as set forth in this RFP apply to this bid. E Cash discount allowable: % days; unless otherwise stated, payment r terms are: Net thirty (30) days. _ In signing this bid, Bidder warrants that all certifications and documents y requested herein are attached and properly completed and signed. a From time to time, the City may issue one or more addenda to this RFP. Below, please indicate all Addenda to this RFP received by your firm, and the date said Addenda was/were received. 25 Packet Pg. 158 RFP F-15-14 Nunez Park Improvements Verification of Addenda Received: Addenda No: ` Received on: Z'1 Addenda No: Received on: Addenda No: Received on: AUTHORIZED SIGNATURE: ell Y PRINT SIGNER'S NAME &TITLE: KkNtNP_o E a� 0 L CL E DATE SIGNED: L a COMPANY NAME &ADDRESS: 1z52 CL04L S1. " a� _ Z PHONE: M FAX: qt(1 -lU(o2- a EMAIL: _ J d N IF SUBMITTING A "NO BID", PLEASE STATE REQSON(S) BELOW: �� t�t� Tr��-S cu���-r Q� corn�c`-rya f�.► �•s.dq�t- m _ E Y Q 26 Packet Pg. 159 5.G.e RFP F-15-14 Nunez Park Improvements SUBCONTRACTOR'S LIST As required by California 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 N 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. E 0 L Q. DIVISION OF NAME OF FIRM OR LOCATION WORK OR CONTRACTOR CITY - Y TRADE n. PIMIUA" AUN&O. P 100_ (Lw t a& CA-. lots. �l4SL (� �os�C't� B4 dIWIAJ r �4��0� tau k �o C� f.-•' z r,4_C�k"CAJ, G. 1-El�l'CbP 0 CGItJICAI s+c S N Naacltt�� CR r ' CsC AL &tJ S(&P caRQ C14 �l..e�•rte-coat_ is f E t.�c [it c- l-F l G lEt.�ud �-. NCt co c coN,��c�w►� too t�t�t_s Ca . Q d ti Co t ►� Mo i rlJk t u C TE t"Ai�_� GtJL O, CFA• U U N C C4 J d N Print Name Signature of Bidder 'm w Company Name: 1C UPP_kS6 LP, scA,n6 c . l 2 SZ o CLIk�t t� S-r 11 t- Address: S�r�K a. S�Rtw�s Q 0 cam?o a 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. 27 Packet Pg. 160 i 5.G.e RFP F-15-14 Nunez park Improvements NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO In accordance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of perjury: That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with RFP F-15-14. E 0 L CL E Business Name o N(Zk S E Lx i �Sck o z 12'5;-7i IL Business Address Sh4y cto b7� _ z Signature of bidder X �- N tD M d U Place of Residence J Subscribed and sworn before me this day of 20� L _ cn Notary Public in and for the County of L �eS State of California. m 1°� 1 . My commission expires: 20 E� U f0 w a NANCY AA Commission#1979238 Z° o Notary Public-California p Z Los Angeles County My Comm.Expires Jun 19,2016 28 Packet Pg.161 RFP F-15-14 Nunez Park Improvements SECTION IV. GENERAL SPECIFICATIONS N C d E d O L Q. E Y L a - N d C Z T N ' M d Q t4 U N C Rf J d W 'C C 7 to m C d U a 29 i RFP F-15-14 Nunez Park Improvements IV. GENERAL SPECIFICATIONS i. Each proposal shall be in accordance with Request for Proposal (RFP) F-15-14. All specifications are minimum. Offeror(s) are expected to meet or exceed these specifications as written. Offeror(s) shall attach to their proposal a complete detailed itemization and explanation for each and every deviation or variation from the RFP specifications and requirements. Conditional Quotes, or those that take exception to the RFP specifications and requirements, may be considered non-responsive and may be rejected. 2. The City reserves the right to accept or reject any and ail Quotes and to award a contract to the Offeror(s) whom best meets the City's requirements. This may include waiver of minor irregularities or discrepancies, or nonconformity to specifications in appropriate circumstances. Purchase shall be on a best buy basis E after due consideration of all relevant factors, including but not limited to, o workmanship, accessibility of parts and service, known evidence of manufacturer's Q responsibility and record, durability and known operational record of product and E suitability as well as conformity to City needs and requirements. in all cases the best interest of the City shall prevail in all contract awards. a 3. The City of San Bernardino reserves the right to purchase more or less than the c quantities specified at unit prices proposal. Z 4. Quotes shall be firm offers, subject to acceptance or rejection within 120 days minimum of the opening thereof. N s. Regular dealer. No Offeror(s) shall be acceptable who is not a reputable manufacturer or dealer of such items as submitted for proposal consideration. 6. All materials, workmanship and finish entering into the construction of the equipment M must be of the best of these respective kinds and must conform to the character of the equipment and the service for which it is intended to be used and shall be produced by use of the current manufacturing processes. "Seconds", factory rejects, J and substandard goods are not acceptable. L 7. Each Offeror(s) shall submit with their proposal a copy of the proposed product specifications, complete detailed drawings, and other descriptive matter in sufficient Cn detail to.clearly describe the equipment, materials and parts offered. -� s. .Manufacturer and/or Contractor shall defend any and all suits and assume all liability n 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 E equipment or any item furnished under the contract. 9. Each Offeror(s) must state in their proposal the guaranteed delivery date of product a and/or services 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. Contractor shall prosecute the work continuously and diligently and shall deliver the items at the earliest possible date following the award of the contract. lo. Each Offeror(s) shall list in their proposal all factory, manufacturer's and/or dealer's warranty and/or guarantee coverage and shall submit such written documents evidencing the same attached to the proposal. 30 Packet Pg. 163 5.G.e RFP F-15-14 Nunez Park Improvements 11. Successful Bidder(s) (Contractor) shall furnish and deliver to the City complete equipment as proposed 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 shall be fully prepaid), and shall include all discounts. Proposal shall include California sales tax, where applicable, (effective January 1, 2413) computed at the rate of 8.25%, this will normally be shown as a separate line item on the price form. 13. City shall make payment within thirty (30) days after the complete delivery and acceptance of the specified items by the City of San Bernardino and receipt of the Contractor's priced invoice. 14. All "standard equipment" is included in any proposal. BIDDER(S) furnishing Quotes under these specifications shall supply all items advertised as "standard" equipment even if such items are not stipulated in the specifications, unless otherwise clearly E accepted in the proposal. o 1s. The items which the Offeror(s) proposes to furnish the City must comply in all Q respects with the appropriate safety regulations of all regulatory commissions of the E Federal Government and the State of California, whether such safety features and/or Y items have been specifically outlined in these specifications or not. n 1s. Contractor delivering equipment pursuant to these RFP 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 Z Contractor shall be required to correct the same at their own expense. N 17. By submitting a proposal, each Offeror(s) agrees that in the event complete delivery M is not made within the time or times set forth pursuant to this specification, damage will be sustained by the City, and that it is, and will be impractical and extremely CU difficult to, ascertain the actual damage which the City will sustain in the event of and a by reason of such delay. 1e. In case the delivery of the items under this contract is delayed due to strikes, -' injunctions, government controls, or by reason of any cause or circumstance beyond N the control of the Contractor, the time for delivery may be extended (in the City's 3 sole discretion) by a number of days to be determined in each instance by mutual written agreement between the Contractor and the Purchasing Division of the City of -San Bernardino. The City shall not unreasonably refuse such extension. m 1g. Contract. Each proposal shall be submitted and received with the understanding that CD acceptance by the City of San Bernardino of proposal in response to this solicitation E shall constitute a contract between the Contractor and the City. This shall bind the U Contractor to furnish and deliver at the prices proposed and in complete accordance with all provisions of RFP F-15-14. In most cases the basis of award will be the a City's standard purchase order that may or may not incorporate this solicitation by reference. 31 Packet Pg. 164 i RFP F-15-14 Nunez Park Improvements 20. Prohibited interest. No member, officer, or employee of the City or of any agency of - the City during his tenure or for one year thereafter shall have any interest, direct or indirect in this contract or the proceeds thereof. Furthermore, the parties hereto covenant and agree that to their knowledge no board member, officer or employee of the City has any interest, whether contractual, non-contractual, 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 1120) of Division 4 of Title I of the Government Code of the State of N California. 21. One Document. These specifications, the Request for Proposals, RFP F-15-14, the Contractor's proposal, any written agreement executed by the parties, the purchase order and all documents referred to in the complete specifications and purchase a order, and all written modifications of said documents shall be construed together as E one document. Anything called for in any one of said documents shall be deemed to L be required equally as if called for in all. Anything necessary to complete the work n properly shall be performed by the contractor, whether specifically set out in the a 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 z section shall be construed as applying to all sections. N 22. The City of San Bernardino reserves the right to accept or reject any and all Quotes. M 23. Prompt payment. Each Offeror(s) may stipulate in their proposal a percentage prompt payment discount to be taken by the City in the event the City makes CU payment to the Contractor within ten (10) working days of receipt of material and a approval of invoice. For the purpose of this provision, payment is deemed to be made on the date of mailing of the City check. NOTE: prompt payment discounts will only be used during proposal evaluation in the case of ties. A 24. Inquiries. Technical questions may be sent via fax to 909-384-5346, or email: slouka va(d_)sbcity.orq. The answers to material questions will be provided in writing co by Addendum(s) to all potential Offeror(s) by a posting to the City's website. 25. -Proposal/Fee Schedules. No proposal will be acceptable unless fees/prices are m submitted on the pricing forms furnished by the contractor heFein, and all required forms are completed and included with proposal. Deliver all Quotes, SIGNED and E SEALED, to the Finance Department at 300 North "D" Street, 4'" Floor, City Hall, a San Bernardino, California 92418. CLEARLY MARK THE RFP SPECIFICATION TITLE: Nunez Park Design/Build Improvements RFP F-15-14 ON THE OUTSIDE a OF THE ENVELOPE. 26. Time. All Quotes must be received in the Purchasing Division no later than 3,00 PM, PST, December 11,2014, where at such time and said place Quotes will be publicly opened, examined and declared. Any proposal may be withdrawn by Offeror(s) prior to the above scheduled time for the opening of Quotes. Any proposal received after that time and date specified shall NOT be considered. 32 Packet Pg. 165 RFP F-15-14 Nunez Park Improvements s5. By submitting a proposal, Offeror(s) warrants that any and all licenses and/or certifications required by law, statute, code or ordinance in performing under the scope and specifications of this RFP are currently held by Offeror(s), and are valid and in full force and effect. Copies or legitimate proof of such licensure and/or certification shall be included in Offeror(s)'s response. Proposals lacking copies and/or proof of said licenses and/or certifications may be deemed non- responsive and may be reiected. 36. Once the award has been made and prior to the commencement of the job, the City's Municipal Code (M.C. 5.04.005) requires that a Business doing business with N the City; obtain and maintain a valid City Business Registration Certificate during the term of the Agreement. E 37. Vendor(Contractor)/Consultant services agreement(s) (VSA/CSA). A signed o vendor/Consultant service agreement may be required between both parties prior to Q commencement of the job. E L R CL N N C 3 Z f N �D M N E Q U y C fC J d N L N Q E U f6 a 34 Packet Pg. 166 5Ge AC Ra CERTIFICATE CIF LIABILITY INSURANCE °1210912014° THIS CERTIFICATE IS ISSUED AS A MATTI R OF INFORMATION ONLY AND CONFFRS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY Oft NEGATIVELY AMr:WD, EXTEND OR ALTER TWE COVrRPAGE AFFORDED BY THE POLICIES 13ELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIWD REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT., If tha certlflcato holdet 18 an ADDITIONAL INSURED,the pollcy(les)must 1;indorsed. If SUBROGATION IS WAIVED,subject to the terms and condfttons of the policy,certain policies may require On endomemanL A statement on this certificate dons not confor rights to the certificate noldar In lieu of such ondorsemen4s). CON PRODUdot STATE FARM INSURANCE NAME: DEANNA LUIS ACOSTA AGENCY PHONE at,.gio�37.955 w i Lc,No►:31a 3 pa69 IsfateFam 11441 A I LANTIC AVE ADDRESS: ESS: @pW, LYNWOOD,CA 90262 INSURG 8 AFFORDING COVERAGE NAICA INSURFJI A State Fnrm General Insumnco Company 85157 INBURSD SUNRISE LANDSCAPING CO INSURERS: 12520 CLARK ST INSURERO; $ANTA FE SPRINGS, CA 90670 INSURER D: INSURER E i INSURER F t COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: N THIS IS TO CERTIFY THAT TH6 POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED 70 THE INSURED NAMED ABOVE FOR THE POLICY PERIDD 0 INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT IITH RESPECT TO WHICH TH16 E OWNFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE PQ41CIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, d EXCLUSION$AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BERN REDUCED BY PAID CLAIMS. > rverz LTR 0 TE OF INSUFNNCB R IDD MMfDDNrfY CL COMMERCIAL GENERAL uA910TY EACH OCCURRENCE S E CVJMS.MAD-c ❑OCCUR EMISE8 Ee pcsurre ure} S i MED EXP(Arty OM paaxgt} 5 M CL PER^ NALBADVINJURY 5 N r3EN1.AGGREGATE LIMIITAPPLIES PER: GENERAL AGGREIL ATE $ C POLICY❑JECQT El Loc PRpD TS-OOMP/pPACG S OTHER: S AMMM381LE Lt=LtY 355 3571420.76A 09/20/2014 03/30/2915 - MBI�gaSINOW LIMIT a 1,099,000 N ANY AUTO 355 3569-C20.7$A 091201201,4 03!2012015 SLY INJURY(Per careen) S M A TM SCHEDULED SOLY INJURY(Peraoddwd) a AUTOS dZI 356 2419-C20.75A 09/20/2014 03/2012015 PROP a a) HIRED AUTOS AO3 356 2423-C20.75A 11512012014 03/2012015 Por mx aom fDelluclibte CDRtplC011 s soo U UMSRpLUV LlA9 OCCl1R EACH OCCURRENCE S 'a EX9E98 LIAR CLAIMS-MADE AbOFtEGATt DID Lgmampto. —I W"KER$COMPENSATION AND EMPLOY]:W LIABU i1Y Y r B ATtrrE >?♦} L ANY PROPRIETORIPARTNERiF-X0CVME OFF10ER/MEMSER EXCLU EDT NIA E.L.EACH ACCIDENT S C (Manddtory In NH) 01,0189A81:-FA EMPLOYE b fn Ifyet dd- bev OC RIPTION DF OPERATIONS below E.L.IXSFASC-PDLiCY LIMB 6 E a+ C DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101.Addttlonal RMnmro SchoM110,may be aUeahed N more epA o It requlgod) E 2.006 FORD F650 5D DUMP-3FRNF55E35V384a67 v 2005 FORD F450 SD UTILITY-1 FDXF46PSSE029864 1985 ZEIMAN TRAILER- ZP12160 Q 1976�ZEIMAN TRAILER-2218831 CERTIFICATE HOLDER CANCELLATION CITY OF SAN 13ERNARDINO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANGELL0 13EFo IRR 300 NORTH 17 ST. THE EXPIRATION DATE THER60F NOTICE WILL BE DELIVERED IN SAN MERNARDINO,CA 9241$ ACCORDANCE WITH THE MLiCY n TONS_ AUTHORIZED REP TATIVE -xO14 AGORA CORPORATION.All rights morvod, ACORD 25(2014101) The ACORD name and logo are reg)stored marks of ACORD 1001496 137,849,9 02-042014 Packet Pg. 167 T ® ? DATE(Mh11DDNM) ,4CC?R o CERTIFICATE OF LIABILITY INSURANCE 12109!2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the pollcy(les)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certlflcate holder in lieu of such endorsement(s). PRODUCER CONTACT - NAME: Michael Ruiz(2921346) WCN o EK„ 562-466.9109 FAX Noy: 12631 Imperial Hwy Ste F210 Ao R1Ess: s t INSURERS AFFORDING COVERAGE NAIC# Santa Fe Springs CA 90670-6786 INSURERA: Truck Insurance Exchange 21709 INSURED INSURER 8: Farmers Insurance Exchange 21652 SUNRISE LANDSCAPE CO,INC INSURER c: Mid Century Insurance Company. 21687 12520'ClarkSt } INSURER D: INSURER E; Santa Fe Springs CA 90670 + INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: y THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS a) CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, O EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Q 1NSR ADUL 5 BR POL(CY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE NSR WVD POLICY NUMBER MM/DDfYYYY I (MMIDWYYYYJ E GENERAL LIABILITY EACH OCCURRENCE $ Y D MAGE TO RE TED L- COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ CLAIMS-MADE OCCUR MED EXP(Any one person) $ N PERSONAL&ADVINJURY $ GENERAL AGGREGATE $. - Z GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPICPAGG $ PRO- $ POLICY LOC COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY Ea eccldent Cl) ANY AUTO - < BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ALL AUTOS NON-OWNED PROPERTY DAMAGE $ f4 HIRED AUTOS AUTOS Per accident U) $. C UMBRELLA LIAR OCCUR - - - EACH OCCURRENCE $ EXCESS LIAO AGGREGATES $ CLAIMS•MADE � DED RETENTION$ $ to WORKERS COMPENSATION WCSTATIU OTH- DRY AND EMPLOYERS'LIABILITY YIN 1 I FR ANY PROPRIETORIPARTNERIEXECUTIVE - E.L.EACH ACCIDENT $ 1,000,000 N C OFFICERIMEMBER EXCLUDED? NIA A09476058 12/09/2014 12/09!2015 - (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under - DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000.000 m C tY E DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD ICl,Additional Remarks Schedule,If more space is roquired) S V Certificate holder is listed as Additional insured on the named Insured's general liability policy, ; r Waiver of Subrogation applies in favor of the certificate holder on the workers compensation policy. Q a 6 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF SAN BERNARDINO THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 300 N D STREET ACCORDANCE WITH THE POLICY PROVISIONS. SAN BERNARDINO,CA 92418 AUTHORIZED REPRE ENTAT ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Packet Pg.168 5.G.e Nunez Park—City of San Bernardino RFP—Landscape Architectural Services PROJECT SCHEDULE December 2014 08 Mon. Musco Lighting Ballfield— Little League Standards 50 FC infield/30 FC outfield Illumination Summary & Equipment Layout Pole Foundation Design January 2015 05 Mon. City Council Contract Award Y 06 Tue. Project Team Meeting, Site Visit, and Meeting with City staff 07 Wed. Begin Contract Document (PS & E) Preparation E 0 16 Fri. 95% Contract Document completion and plan submittal Q E 23 Fri. City Plan Review Completed (95%) Y Order Electrical & Lighting Equipment (4-6 weeks) a N d 30 Fri. 100% Contract Document completion and plan submittal Z February N 06 Fri. City Plan Approval (100%) and Building Permits 09 Mon. Begin Demolition, Grading, and Electrical Renovation 16 Mon. Begin Concrete Walkways and Basketball Courts c J 23 Mon. Begin Irrigation System and Electrical Conduit Construction N L _ March co 02 Mon. Begin Ballfield Light Pole Footings .� m 06 Fri. Delivery of Electrical & Lighting Equipment 09 Mon. Begin Installation of Electrical & Lighting Equipment (2 weeks) 23 Mon. Complete Installation of Electrical & Lighting Equipment 26 Thu. Site Walk-Through and Preparation of Construction 'Punch List' 30 Mon. Construction Site `Walk-Through' and City Project Acceptance 31 Tue. State Agency `Walk-Through' and Project Acceptance Prepared by: V2C Group, Inc. A Multi-Disciplinary Firm Packet Pg. 169 5.G.e .�I 1�. 4•� '1 ' L � 8 -13 C L ID o i ft i.p E Y, 8 m �Z WE�oa N .4.�h N O c N N �_ O�h 4n1 m m in n 0n m fl. E rn_ oi tA ,ti �' 'QO 'Q Q � mNDJ A ry E oat «o Cn i2 m xv `gyp °° c 12 �n `m-° E c N ; c r .- C pp �� i N oO 17 1 0 C`l� N O c Y y'H O tp Ol m R X a d Q� Ln M N t!1 N of O V Y F y N L A �NI1 rl c-1 O N OO 00 x�-i N C ci' C u� G1 p N N aC m 0 C:) o o m v o z V! 0 E _ - _m -3 v m TOyi- 3 rn E O E N L bo 06 C C C C y u r-1- - y C.O Ol Q L y U O y E E � Ev) m L° L° f gr c > vY, x ? 000 c -aa u ZQ Z N2 j > XC���..� a:� ~2_E �y-.Cm � vmi p, Cy cpG 'O m �'� a s m v v ar £4 y 3 E d c Gy 6 N xk .� c ¢ m z '� c 9a = c o n m s y c al o m • �a W ,� d ro Z �,'E '� �.Q N H d @ 'tl '° N !.i c E w z Q� � w R C7 z � u o c U-N' • �. (7 l7 _.. Q Q 3 O C N E 1 > O N L w � A E CV' L Ot d N °c CO +0 (D ®-----o -- 0 w 7 z®�-------------------- ®� e a _ C14 CD B Cl* `i- � � p a o N C) r � r CD <- CA M T L C ® i O- C% C'a, C k Cq C% of E tz 8 () i M 8 y m cs� C% C% � z O rn sgo 0 00 1 o cv gJ fA M 00 Ln O N It CO (D B 8 1 ++ y =._..,-...la-'-'-_F1 ',. ti 1 rM T CO d 0) CD i N rr Mro 0 0 � ..: L i r i i 1 O O O p T Q) T 1,- (D N OD (fl '�'• M C% C� �. i �1 � (0, s t U� 1 AV Q f 1 7 l() lf) d' (D O w e-" ;;CO i� [f) .(D 1 i 1 CD 00 to n ('7....._.._.- ....._...... ........Ca .....`CA 1 1 c�3 tq go ° ----------- --°---� 3Wf- s-md.�o-m1.nm®.o.e®.,,m®-o®®m.oa..ava..m - --- b 3 T }�- * fT] ,t91 Q RE a z O - a w z a a mm L o o ¢ Packet Pg. 170 5.G.e u � TO E ; m �NNO t `m 8 rn m E , ., a a yRs a y vii E zw $, .; m N N Z KGX O a� a oD _y' C; S, N�- 00 � t/1 oRC c � i � z < '' on c� aim w `� o ° wa e- o� ° �� a r 3 a� '..�6 . :� � N- dN 00 �N � G � a • �� O� mN v E 0 `o y — d b C3 o $ m m �S HE 2 u y n c S a)`n 4 N ,F a a 1 O C d C y 0 N 41 U O 2•- W L'� > ?r .♦m m E m �5 0 U u R R-O 0 4 rn�$ s' °2 • a C • . U '� • R..• m 3 SC fiif Q E > > ro O N L Q. b E C OFT Y M' L OL w w -- CO d c N ' Z � o 0 o e-CN a to r' v I ® I Q. cu f L cu c J � � d > O L N / U) ca :j d N E E I f ca R� iy} U �NCFi CL f_._..._._.__......._.._.. .........— ..................._..............._.._._,........____..1.....__....._....__._._......_._._...� LO o m Imo-- y� i� ,ZZ w _z w J Q U N b Packet Pg. 171 5.G.e 2 Nunez Park—City of San Bernardino RFP--Landscape Architectural Services PROJECT TEAM V2C GROUP, INC. has assembled an experienced and local (San Bernardino) group of professional firms to address the unique needs of this project. The project manager, Mr. Anthony M. Mendoza, a registered landscape architect, has 30 years of public works project and construction management experience. The design team includes the civil engineering firm that provided the Conceptual Site Plan and is most familiar with the project scope of work. In addition, we have coordinated the lighting design with Musco Lighting and their Illumination Summary and Equipment Layout have been included in this submittal and is the basis for our design effort. The project team is listed below. as PROJECT TEAM MEMBERS E d 0 Project Management& Landscape Architecture V2C GROUP, INC. E 0. 3410 La Sierra Avenue, #F372 L R Riverside, CA 92503 0- (951) 784-9602 m Anthony M. Mendoza, RLA#2474 z Project Manager/Landscape Architect/Park Planner N Civil Engineering M Joseph E. Bonadiman &Associates, Inc. a 234 North Arrowhead Avenue San Bernardino, CA 92408 (909) 885-3806 Edward J. Bonadiman, M.B.A., P.L.S. a� N Geotechnical Engineering Hilltop Geotechnical, Inc. vn 786 S. Gifford Avenue -� San.Bernardino, CA 92408 m (909) 890-9079 Mark E. Hulett 0 Electrical Engineering w Design West Engineering Q 275 W. Hospitality Lane, Suite 100 San Bernardino, CA 92408 (909) 890-3700 Leo Maya Mr. Mendoza will provide daily contact with the City project manager, handle contract administration, management preparation of contract documents (plans, specifications, and estimates), process documents for agency approval, conduct weekly construction meetings, oversee project team site observations, and prepare meeting minute notes. Prepared by:V2C Group, Inc. A Multi-Disciplinary Firm Packet Pg. 172 5.G.e �2 Nunez Park-City of San Bernardino RFP-Landscape Architectural Services PROJECT MANAGEMENT& LANDSCAPE ARCHITECTURE V2C GROUP, INC. 3410 La Sierra Avenue, #F372 Riverside, CA 92503 (951) 784-9602 Anthony M. Mendoza, RLA#2474 Project Manager/Landscape Architect/Park Planner r a� E a� 0 L 0- E Y L N d C 3 Z r N tD M Q. f3 V N G lC J d N �L Cl) W W E V V a Prepared by: V2C Group, Inc. A Multi-Disciplinary Firm Packet Pg. 173 5.G.e 2< Nunez Paris—City of San Bernardino RFP—Landscape Architectural Services STATEMENT OF QUALIFICATIONS 11 iA< 'ABOUT V2C GROUP INC.' V2C GROUP, INC. was formed in 1992 and is located in r Riverside, CA. V2C provides professional Landscape .Y Architectural Design I Management, before, during and after the design stage. What puts V2C above other firms is our utmost commitment to help you, our client, achieve your goals. c Your goals and objectives are the most important aspect of the project. They define the scope of our work and set the > standards by which the results are measured. a The principals and team members at V2C have focused on E enhancing the experience and resources required to L accomplish your project. By providing a team of a { >'' professional consultants to meet your specific needs, and c -_ yw continuing to refine our systems and methodologies, we strive to maintain the confidence of our clients and their z needs. N - Understanding the priorities and then balancing the needs, objectives and existing resources of the owner, is V2C's a 3 first step in all project design I development. N ! INTRODUCTION V2C GROUP, INC_ is owned and managed by its founding n principal Mr. Anthony M. Mendoza, RLA#2474. He has c „ over 30 years experience in the planning, design, N construction administration and maintenance management ?° of various types of public and private landscape m architectural projects. They are committed to providing m_ client oriented service in a cost effective manner. Their vast experience stems from many years of providing s design, project management and construction m „Y administration for large multi-disciplinary projects. Q Our approach is based on a cooperative team effort where our professionals take a leadership role to evaluate and develop appropriate design and administration solutions. We recognize that strong project management is essential to the success of a project and only Principals assume this +ts, r15 i u rtr� t, responsibility. This commitment to our clients is to assure needs are met and contact is provided at critical f milestones in the project. Prepared by:V2C Group, Inc. A Multi-Disciplinary Firm Packet Pg. 174 5.G.e M. Nunez Park—City of San Bernardino RFP—Landscape Architectural Services V2C GROUP, INC. provides comprehensive services from conceptual planning and design, through construction and culminating with maintenance administration. Planning and design efforts are strengthened by comprehensive knowledge of constructability based on field experience. Each principal assumes primary responsibility for each aspect of a project. All members of the team have been selected for their comprehensive experience and longstanding commitment to providing quality professional service. Each member has worked with principals of the firm for a considerable time ranging from 10 to 20 years. This long-term business relationship assures consistency in approach and quality of service. c QUALIFICATIONS E a� V2C GROUP, INC's. group of master planning, design and construction administration a professionals was formed to provide an efficient approach to meeting the needs and goals of E clients. The team consists of landscape architects, planners, construction administrators, architects and engineers. Our group is comprised of qualified professionals with vast a experience in their field of practice. All members have strong public agency and private a development design / technical backgrounds as well as construction / maintenance management experience. Z Services provided by V2C GROUP, INC. Master Planning Construction Administration and Management Parks &Trails Master Planning Bid Packaging &Assistance N Feasibility Studies Contract Administration = Capital Improvement Planning Constructability Review Site Observations & Inspections N Landscape Architecture Landscape Maintenance Management Park Planning and Design Contract Administration Streetscapes Site Management m Public Buildings and Civic Centers r School and College Campuses City Contract Services ADA Compliance Capital Improvement Planning E Residential /Multi-Family Housing Plan Checking Commercial /Business/ Industrial Design Construction Administration & Management Specialty Manuals Landscape Maintenance Management Design Guidelines Maintenance Manuals Facilities Evaluation Serving our clients is V2C GROUP, INC.'s top priority. In doing so, we provide locations to serve Orange, Los Angeles, Riverside and San Bernardino Counties. Prepared by: V2C Group, Inc. A Multi-Disciplinary Firm Packet Pg. 175 S.G.e Nunez Park—City of San Bernardino RFP—Landscape Architectural Services Feature Projects: Centennial Park(JARPD) Horseshoe Lake(JARPD) Mystic Canyon Park (Chino Hills) Sunrise Park (Palm Springs) Butterfield Parks (Chino Hills) Victoria Park (Palm Springs) Park ADA Renovations (Chino Hills) Koch Park (Placentia) Coachella Park(Coachella) Kraemer Park (Placentia) Mecca Community Park(CVRPD) Los Vaqueros Park(Placentia) Belmont Park (Orange) Tuffree Park (Placentia) El Modena Park (Orange) Park ADA Renovations (Placentia) Baristo Park (Palm Springs) Ganesha Park- Picnic Pavilion Area (Pomona) Demuth Park(Palm Springs) Ganesha Park- Playground /Court Area (Pomona) Highland Park (Palm Springs) Lincoln Park(Riverside) E Ruth Hardy Park (Palm Springs) Topanga Scenic Overlook(State of California) o L Q d f I E %'t fnt f77�'E.f - a 3 Z : k 5�" tY i;yi ,"ovwcS d CL CU N + 7 C � y I i r:� it � .c"JQXk2I��t3��t'�1�'}���a r tF�t`�� ���t)ft;5�7' Y•' � p SS f L 1 W t. -�^`mil=M'Hio Y�]rd✓#.. !v E t V a f +t •ilk;• 1k Prepared by:V2C Group, Inc. A Multi-Disciplinary Firm Packet Pg. 176 Nunez Park—City of San Bernardino RFP—Landscape Architectural Services L JURUPA AREA RECREATION &PARK DISTRICT CENTENNIAL PARK- Master Plan /Construction Documents/Construction Management Design of a 26-acre soccer field complex in a county flood control basin, This park includes a soccer field complex of (4) large regulation sized fields that provide for multiple overlay configurations for various age groups. Improvements in the basin include (2) picnic shelters, barbecue areas, and an accessible walkway from a gravel parking lot to the picnic structures. Open play and picnic areas are provided throughout the complex for group gatherings. Parking lots and vehicular circulation is provided on the perimeter banks of the flood control basin with vehicular access to the bottom for accessible parking stalls. The program restriction of no permanent structures or trees within the basin was met while accomplishing the objective of providing a viable and versatile balance of park elements within the large slope boundary of the basin. Perimeter landscape treatments provide a coordinated theme of palms, trees and shrub areas that identifies the park boundaries from nearby streets and neighborhoods. E CD Estimated Cost-$ 3,200,000 c L Q HORSESHOE LAKE PARK- Master Plan E Design of a 13-acre passive neighborhood park. Park features include a senior garden area Y with seating arbors, children's playground, (3) group picnic structures, and recreational exercise a stations. The park is designed with a meandering walk along the perimeter of the park and N along the large horseshoe-shaped depression that was once a lake that held irrigation water. ; The park also contains an equestrian staging area that provides access to the nearby Santa z Ana River trails system. Park elements include several individual picnic areas, a restroom N building, and park maintenance facilities. The walkway features benches for seating and security lighting. A special element of the park is the large expanse of open play areas Q scattered throughout the site. Estimated Cost- $2,763,000 C U N CITY OF TORRANCE c Park Expansion—Master Plan/Construction Documents/Construction Administration _J Phase 2 expansion and park renovations at Lago Seco Park. Improvements include a new community garden with 120 garden plots, facilities for storage and community seating areas. Expansion of the park involves a new soccer field, open space area, basketball courts, Cn walkways and lighting. Renovations include reconstruction of group picnic areas. Estimated Cost-$ 680,000 u c CITY OF PLACENTIA Park Renovations (1993-2004) Design improvements at McFadden Park for new facilities. Improvements include basketball w courts, handball courts, playgrounds, seating areas, walkways, lighting, Head Start children's a playground and compound, and open space. Construction Costs - $ 525,000 Playground Renovations Renovation of eight (8) park playgrounds and design of two (2) others for physically challenged children. Design focused on maximum participation of all children on play structure features and "like" experiences on elements such as slides and swings. Accessibility is achieved through use of rubber play surfaces, therapeutic transfer stations and steps, and waiting areas for wheelchairs. All site designs provide safe fall zones and clearance per the U.S, Consumer Product Safety Commission "Handbook for Public Playground Safety". Construction Costs -$ 1,000,000 Prepared by:V2C Group, Inc. A Multi-Disciplinary Firm Packet Pg. 177 ;2 Nunez Park-City of San Bernardino RFP-Landscape Architectural Services MAGNOLIA AVENUE - Riverside County Economic Development Agency Design of 2 % mile redevelopment corridor between the cities of Corona and Riverside. Design features large expanses of decorative paving and shrub masses, and accent tree plantings. Special detail paving and flowering trees are provided at each intersection. This theme unifies a wide range of commercial, industrial, and residential areas. Construction costs -$ 3.5 M SR-60 FREEWAY INTERCHANGE LANDSCAPE - Riverside County Economic Dev. Agency Design of landscape improvements for six (6) intersections on SR-60 in Riverside County. Improvements are for twenty (20) freeway on-ramp and off-ramp landscape areas. The landscape theme features a linear serpentine placement of California Fan palm trees on both sides of the freeway, accent flowering Crape Myrtles and river rock paving at on-ramp areas, large California Peppers and sprawling ground covers in large open areas, and linear planting of E shrubs along each ramp. Estimated construction costs- $2.5 M 0 C. SILVER SPUR ROAD -City of Rolling Hills Estates E Design of 1 mile of median and parkway renovations. Existing trees are utilized to maintain a mature appearance within this commercial district. Medians feature a balanced combination of n hardscape, turf, and shrub areas. Median nose areas feature special tree uplighting that a enhance the evening atmosphere of this commercial corridor. Parkway areas are planted to complement the median design. Construction costs-$650,000 Z r N M Q f4 V N C fC J d N L U) E V a Prepared by:V2C Group, Inc. A Multi-Disciplinary Firm Packet Pg. 178 5.G.e Nunez Park—City of San Bernardino RFP—Landscape Architectural Services LIST OF REFERENCES Reference No. 1 Customer Name: Jurupa Area Recreation and Park District Contact Individual: Dan Rodriquez Phone No.: (951) 361-2090 Address: 4810 Pedley Road Jurupa Valley CA 92509 Contract Amount: $160,000.00 Year: 2004-2012 Description of work done:Provide conceptual drawings and master plan for(2) Parks. Prepare 10-year Update to Park and Recreation Master Plan including trails element. Prepare construction documents and provide construction management for Centennial Park £ Soccer Complex Phases 1-7 $ 1.6M infrastructure improvements ($3.2M). 0 L Reference No. 2 E Customer Name: City of Rolling Hills Estates Y Contact Individual: Andy Clark Phone No.: (310) 377-1577 a Address: 4045 Palos Verde Drive North, Rolling Hills Estates, CA 90274 Contract Amount: $25,000.00 Year: 2003/2004 z Description of work done:ADA Compliance Capital Improvement Program N M Reference No. 3 Customer Name: Town of Apple Valley Contact Individual: Jennifer Clarke Phone No.: (760) 240-7884 y Address: 14955 Dale Evans Parkway, Apple Valley, CA 92307 = J Contract Amount: $20,370.00 Year: 2004 y Description of work done.Provided site plans for (10) parks and Master Plan of (3) Community Parks in Reference No. 4 m Customer Name: City of Moreno Valley Contact Individual: Ralph Scharffenberg Phone No.: (951) 413-3472 Address: 14177 Frederick Street, Moreno Valley, CA 92552 E t m Contract Amount: $200,000.00 Year: 2000-2008 Q Description of work done: Plan Checking and Special Assignment Projects Reference No. 5 Customer Name: City of Placentia Contact Individual: Stephen Pischel Phone No.: (714) 993-8184 Address: 401 East Chapman Avenue, Placentia, CA 92870 Contract Amount: $13,310.00 Year: 2003 Description of work done: Design improvements at McFadden Park for new facilities Prepared by:V2C Group, Inc. A Multi-Disciplinary Firm Packet Pg. 179 5.G.e 2" Nunez Park—City of San Bernardino RFP—Landscape Architectural Services e ANTHONY M. MENDOZA, RLA President V2C Group, Inc. EDUCATION: Bachelor of Science Landscape Architecture California State Polytechnic University, Pomona Pomona, California EXPERIENCE: V2C GROUP, INC. Landscape Architect/ Park Planner c a� REGISTRATION: LANDSCAPE ARCHITECT ;_ California#2474 0 L Q PROFESSIONAL Member, American Society of Landscape Architects, ASLA E AFFILIATIONS: -Y n. QUALIFICATIONS &RESPONSIBILITIES: a Mr. Mendoza has a wide range of experience in both the private and public sectors as a consultant working in both small office and corporate environments. His portfolio z includes commercial, industrial, housing and recreational planning for private sector clients. N Services provided to public agencies include master planning, feasibility studies, capital M improvement planning, design administration, plan checking, and design and construction administration. Public works projects in his portfolio are neighborhood and community parks, C regional and state parks, streetscapes, public housing, senior citizen centers and community N center renovations. �a Notable experience includes: N PARKS AND RECREATION MASTER PLANS Citywide and District-wide Park and Recreation Master Plan for City of San Clemente, Jurupa Area Recreation & Park District, and Coachella Valley Recreation & Park District. 'm Prepare 10-year update to Park and Recreation Master Plans for Jurupa Area Recreation & u Park District and Coachella Valley Recreation & Park District. Complete planning efforts for Master Plan of Parks & Recreation Services document for Town of Apple Valley. Prepared site plans for (10) existing neighborhood parks and prepared Master Q Plans for James Woody Community Park, Brewster Community Park, and Horsemen's Community Park. Floor plans and elevations were prepared for expansion of the James Woody Community Center. Master Plan Implementation Strategies were identified including a Capital Improvement Plan with costs for implementation. MAGNOLIA AVENUE- Riverside County Economic Development Agency Design of 2 '/ mile redevelopment corridor between the cities of Corona and Riverside. Design features large expanses of decorative paving and shrub masses, and accent tree plantings. Special detail paving and flowering trees are provided at each intersection. This theme unifies a wide range of commercial, industrial, and residential areas. Construction costs- $ 3.5 M Prepared by: V2C Group, Inc. A Multi-Disciplinary Firm Packet Pg. 180 5 2 Nunez Park-City of San Bernardino RFP-Landscape Architectural Services ROBERT A. GARCIA, RLA Landscape Architect V2C Group, Inc. EDUCATION: Bachelor of Science Landscape Architecture California State Polytechnic University, Pomona Pomona, California EXPERIENCE: V2C GROUP, INC. Landscape Architect y REGISTRATION: LANDSCAPE ARCHITECT California#3934 E 0 PROFESSIONAL 0. AFFILIATIONS: E L iL N QUALIFICATIONS & RESPONSIBILITIES: Mr. Garcia's experience in landscape architecture includes preliminary design, construction z document preparation, specifications, irrigation design, and construction administration. Design N expertise ranges from neighborhood to large recreational parks, streetscapes, trails systems, M school sites, equestrian facilities, and public buildings. 0. Notable experience includes: c • City of Anaheim-Disney Resort Area Medians/Parkway _J • City of Dana Point-Community Park Rehab Design N • City of Indio-Median Island Design C • City of Long Beach-Community Park Rehab Design • City of Ontario-Civic Center Remodel Design -a • City of Rancho Mirage-Median Islands, New and Rehabilitation Design m • City of San Juan Capistrano-Los Rios Park • City of Yorba Linda-Sports Parks, City Parks, Median Island, Equestrian Design E • Fillmore Unified School District-High School Rehab Design • Riverside Unified School District- North High School Irrigation Design Q • City of Irvine-Windrow Park Rehabilitation Design • Sierra Dawn Estates, Clubhouse Landscape Renovation-City of Hemet • Spectrum Engineering-County of Riverside Verizon Cell Sites • Project Dimensions/Construction Management- Burris Basin - City of Anaheim Mr. Garcia has 27 years of landscape architectural experience with public and private sector projects. He has worked as a consultant on many public agency efforts and is familiar with the unique needs of public works facilities. Prepared by: V2C Group, Inc. A Multi-Disciplinary Firm Packet Pg. 181 5.G.e G Nunez Park—City of San Bernardino RFP—Landscape Architectural Services CIVIL ENGINEERING Joseph E. Bonadiman &Associates, Inc. 234 North Arrowhead Avenue San Bernardino, CA 92408 (909) 885-3806 Edward J. Bonadiman, M.B.A., P.L.S. c a� E a� 0 L CL E L CU a N d C 7 Z T N M d Q. Rf U N C J f/1 C cn C d L U Y .1d Q Prepared by: V2C Group, Inc. A Multi-Disciplinary Firm Packet Pg. 182 oseph E.Bonadiman&Associates,Inc.(JBA)is dedicated not only to superior professional services,but also to its clients.By recognizing the needs of our clients first,we are able to more full appreciate the scope of an large or small. We have Y a PP P any g served Southern California since 1941,and our attention to p 4I detail brings back repeat clients,year after year. cif � 'iyt t+ {4 �MU . third We are now into our rd generation of Bonadimans,and wish only to 1x� continue our proud tradition. p. �'9igt ii 3J3 rt`n L�fr?l�� �rj y-MNVn�f�:k. 5�J Summary Profile JBA has provided professional Civil Engineering and Land Surveying services to r.+ Southern California since 1941. For over three generations,we have had unparalleled a success in residential and commercial development(including Master Plans),public E a?' d works,hydrology and hydraulics(including Master Drainage Plans),aerial and field > sure and base feasibility analyses,Geographic Information Systems ° eying PP tY Y �P CL .. engin g, Examples of our major (GIS), witness consultin and forensic eerie ( ) Pert g' professional accomplishments include the following: L Location Project ors,'� ,� , ,fk.�}} •,: �,�';���� 11 ' Ontario international Airport Ontario,CA Chavez Ravine(L.A.Dodgers Stadium)Engineering/Design Los Angeles,CA y r Yr •` l Edwards Air Force Base 110-Mile Boundary/Retracement Survey San Bernardino County,CA M p Q Champions Park EngineeringlDesign Inyo County,CA 0) N. '• $23.5 Million Old Castle Concrete Block Manufacturing Plant Fontana,CA N 23 Miles of 48"Water Transmission Main Line Design San Bernardino,CA ��Y 5,100 Acre Drainage Master Plan Victorville,CA m r�y ? Hydrographic Survey for the United States Navy Long Beach,CA �....... .: ju Ac to I 900 Square Mile Marine Base Survey San Bernardino County,CA Vii. �' `,• 70 Miles of Misoellaneous-Size Water Transmission Main Line Design Phelan,CA m W7 c JBA's technical capabilities include the full spectrum of AutoDesk Land Development b software applications,all ESRI AreView GIS applications,HEGRASMC-6,the t ` FLO-2D Floodplain Analysis program,and GPS,as well as various graphic design cc >: and reprographics capabilities. JBA's sister company,CivilDesiga®Corporation, Q develops industry-standard hydrology and hydraulics software commercially and for a.. in-house use. R. The firm currently employs Project Managers,Civil Engineers,Hydrologists, Professional Land Surveyors,Design Technicians,GIS Analysts,survey crews,and administrative personnel.All of our employees are well versed in their respective areas of expertise. I:1MarkelingUSAWarketing Materials\Statement of Qualifications\Section 1•Company Joseph E.Bonadiman&Associates,Inc.Statement of Qualifications 1-1 Profile.doc Packet Pg. 183 SECTION 1 -COMPANY PROFILE5.G.e _• a JBA operates a corporate office in the Civic Center area of San Bernardino,CA,within walling distance of most major County and City of San Bernardino departments, -� centered in this location is our dedicated Water Resources Department and our dedicated GIS Department. History Joseph E.Bonadiman,RE,founded JBA in 1941. For half a century,Mr.Bonadiman cleared the way for H homes factories airports,parks and schools and numbered the design ofthe Ontario International Airport and other massive development projects 1 rnr-) _ �; � = among his professional successes. y © \ s. Mr.Bonadiman served the community as a member a_ ! ofthe San Bemardino County Coun Air Pollution Control Y v District and chairman of the San Bernardino Valley IL r ? Municipal Water District(SBVMWD). As a charter E ar member ofthe California Society of Professional c Engineers,Los Angeles Chapter,he was a Privileged J ,hE Bosnrav,,.r,,PE Q. Member of that society and earned the Community E o ? Service Award from the American Society of Civil Engineers(ASCE). Y U Mr.Bonadiman's son,Joseph S.C.Bonadiman,PE.,became President ofthe firni in (L 1979. Under his direction,JBA formed its sister company,CivilDesign®Corporation, _ k L-21 t and developed the CIVILCADD®suite of Civil Engineering software applications. In Z 1985,Dennis W.Jackson,P.E.joined the firm and expanded CivilDesign's development efforts to include the hydrology and hydraulics applications that have N ILO " � J r become industry standards and are used by hundreds ofprofessionals in the public as -- f� well as private sectors. m r Joseph S.C.Bonadhm's son,Edward J.Bonadiman,P.L.S,became President of ' =;�;r+ ti;•:>. -� sr- JBA in 2004. His leadership has allowed the film to include various new and emergent technologies in its portfolio,such as geospatial analysis and three- dimensional hydrology and hydraulics modeling. Even with these advancements, _Vr)t however,the firm has not lost focus on the core competencies that have been L L= inshurnental to its success. In an ever-evolving industry,JBA has remained true to its �/� � original mission:superior service and an unwavering dedication to its clients. N, ..y-rby. ."�•" tlx :'✓>7f4 r1'! � •{}. Primary a Y! Stre gffi s W Since 1941,the fundamental strengths ofour firm have consistently served as the basis for our professional success,which has in turn resulted in the success of our clients. s ti'•�w ! These strengths include: 1. Professional Experience t, JBA has successfully completed virtually every type of Civil Engineering , ) design/development project,including large-scale residential and commercial G ' developments,public works projects,hydraulic analyses,hydrology studies/hydrology .. .. . . ..is:� •:. :, master plans,water/wastewater systems modeling and analysis,feasibility studies, aerial and field survey projects,and Geographic Information System(GIS)design and development. This broad spectrum of work has given JBA a wealth of knowledge that -.� 1AMarketingUBAlMarketin9 Materials\Statement of QualificalionslSection 1-Company y Joseph E.Bonadlnlafl&Associates,Inc.SlatetTtmtlt of Qualifications 1-2 Profile.doc Packet Pg. 184 SECTION . -. 5.G.e ' has proven extremely beneficial in successful project research,management,and budgeting, Our employees,who bring their own personal expertise,qualifications and creative F : approach to each project,augment the solid foundation ofour firm's experience. Our k r, project team members are carefully selected based on their diverse individual abilities, in order to provide the best task to-talent match to meet the specific needs of our clients. Abridged resumes for key JBA personnel can be found in Section 10. The academic xrt achievements,professional registrations,and years ofprofessional experience ofkey t �&��a r, �•� personnel are summarized as follows: �?�jr(i�1�irL�..�,'t .. ttr` 5 l.n a ka. f nr kit,i tl.g ei}4.I�� Air}4� ���tSti�,�XrrA n�/�SEbur,��,{tktr ak�yt.,J� Years Professional Z­­?a?F:`t•ji�l^a n Y b, •:rY-'i.t Y r'v�x,k r.i h�"x.c},.,�v,:3R'1.�t?:?.,.m•.�r„,r>t4 S�!Z 4 i},?`I sL r.)�t;7c:F a r w--4yr yY.�;ru1` (yF. •iA A 1u� %t; `�i�n�,E?,l�+, tiir�I.P`•• �3`�5'l'tik5ia�.•u ti-.?J ri J• �vr.r&t j'"�7 r%Wikt{``✓�t�'Fu r ffi••r.?ra- u i 1�.'�"•i,w.y'}r.,.. Ra�aY,�'7,}rL,.glf��dr�i:f�Sj� '�f�r 1 ' ./ , {^.`f'�r .. ,.:..t k:M :... - � r.E,,. �` ..! ..!` M p:.:,<n.. :.71. L.r.":,•� N Edward J.Bonadiman,P.L.S. B.A.Management Professional Land 20 � �r,�)y+w President MBA. Surveyor E �i }'Z11.. •.q JrY'G':.•+:s, h Y 5 .s ).151"..L-.I:. t-4 V t �k�ini r "N" "t r-t Y6`4 a xT 3 f 4 •i .r dF S C 4 , , e+s i �. ?r .. E ;_. . ' ../?..•: . ' .,. ,';..s .,.i.e..::<�.F)rt',�i..,,+..."u'>'r, k�yr3a5.$,f ...,s ra.�,.SA�Tt„ :� .;k ..!r'� CL Dennis W.Jackson,P.E. E Senior Water Resources B.S.Civil Engineering Civil Engineer 30 Y Engineer f (L J.7.5tanton,P.E.,L S.1.T. g S.Civil Engineering Civil Engineer 15 4N) Associate Project Engineer c Z 2. Effective Project Mauagement t- N 0�� Strop and effective project management is the key to communication and the g l j nanag Y rr, � ultimately successful completion of any project. JBA understands the vital importance �krpr of diligent management of application/submittal deadlines,budgetary constraints, R review meetings with public agencies,and the acquisition of permits. o As such,we have implemented various project management protocols to guarantee the efficiency and cost-effectiveness of our projects. These protocols include,as appropriate,single-source contacts between client and JBA personnel,dedicated A ;t; L ?' Quality Assurance/Control and Project Oversight personnel,utilization of enterprise level project management software and dedicated project inttanets/k'TPs,document Cn control to track applications,submittals,and revisions,and meetings coordination to keep our clients as well-informed as possible. Client Relationships = Our company focus has always been,and will continue to be,on our clients. JBA is proud to have long history of repeat work partnerships with its diverse group of clients, m We believe that this is due to our ability to meet the needs of our clients regardless of Q the size of the projea As such,our portfolio of work ranges from single-lot surveys to 1,240-lot subdivisions and master plan developments. 3. Public Agency Relationships JBA's excellent professional relationships with various public agencies and municipalities throughout Southern Califomiahave continued to be essential to the ClMarketingUBAlMarketing MatenalslStatement of Qualifications\Section 1-Company .Joseph E.Bonadiman&Associates,Inc.Statement of Qualifications 1-3 Profile.doc Packet Pg. 185 • • -• 5.G.e success of our firm's projects. Throughout the last six decades,these relationships have been fostered in three primary ways: Successful Public Works Projects JBA has a firm commitment to serving the needs of municipal agencies throughout Southern California. We have completed numerous successful public works projects working closely with public agencies,and these projects have led to long-standing contacts and relationships. A select list of our Public Agency References can be found in Section 5. Consulting Engineer Services Throughout the years,many JBA personnel have served as Consulting Engineers for municipalities and/or have held Civil Engineering positions at public agencies in the past. These experiences have given our staff an intimate understanding ofthe inner workings of public works engineering,and have led to close relationships with public N agency staff: N Sofhvare Development&Support E JBA's affiliate corporation,CiviWesign®,has been involved in the development of o hydrology and hydraulics software for over two decades. Our software has been CL approved for use in hydrology/hydraulics studies by the counties of San Bernardino, E Riverside,Orange,San Diego,Kern,and Los Angeles,CalTrans,and EEMA. L- cc These agencies also actively use our software,which we provide them at reduced a. charge,in addition to free technical support As a result our software development helps us continue our active working relationships with these agencies. Z 4. Technical Capabilities&Resources N The Civil Engineering and Land Surveying industries are reliant upon cutting-edge CO technology to continually advance the accuracy and efficiency ofprofessional engineers and surveyors. As such,JBA has made every effort to implement all CL emergent technologies. Our design staff utilizes the latest versions of all industry- N standard design software. Beginning with our in-house CivilCADDO software developed in 1979,we have taken advantage of other applications such as AutoDesk's Land Development Desktop/Civil 31)suite of design software,ESRI's ArcGIS N applications and extensions,The U.S.Army Corps ofEngineers HEC-RAS/I EC-6 L c applications,and the FLO-21)floodplain analysis application. Our survey department N is equally well equipped,utilizing the most advanced total stations,electronic levels, r and GPS systems available on the market .° m Our in-house sister software development company, CivilDesign®Corporation,p rovides JBA with a comprehensive suite of civil engineering software,including r, hydrology/hydraulics applications that are considered by many to be industry-standard. Many ofJBA s water a resources engineers have also been involved in the actual development of our hydrology/hydraulics software and C I V I L D E S i G N' Sunwa,e. ,Cngr- .,. OY Iapi- .. routinely assist other firms and public agencies nationwide I regarding effective use of the software. A comprehensive list of our technical capabilities,resources,and equipment can be found in Appendix B. 1AMarketingUSAWarketing Materials\Statement of QualificationslSection 1-Company Joseph E.Sonadiman&Associates,Inc.Statement of Qualifications 1-4 Profile.doc Packet Pg. 186 Recent Awards&Acknowledgements Throughout its history,JBA and its employees have received numerous awards and acknowledgements for its achievements in the various disciplines of Civil Engineering. Recent awards include: AwardlAcknowledgement Joseph S.C.Bonadiman,P.E.-ASCE'Engineer of the Year 2005-2006 ASCE'Honorable Mention-Outstanding Project of the Year2 2004-2005 ' 5•. r;.�Y?4 xl Sp��,2ri�l,�,yrt ''J L } ..y�i. . Dennis W.Jackson,P.E.-ASCE'Engineer of the Year 2003-2004 'San Bernardino/Riverside Counties Branch z Presented to JBA&San Bernardino County Flood Control District for Emergency Basins Repair Project Core Competencies E We have an the remaining sections of this SOQ to reflect our core competencies, o .1 L as follows: CL Residential Development(see Section 2) Y L • Industrial/Commercial Development(see Section 3) a N • Mobile Home&Recreational Vehicle(F V.)Park Development (see Section 4) z • Municipal Services(see Section-5) N . Water Resources Engineering(see Section 6 M • Land Surveying&Mapping(see Section 7) a -_ - Feasibility,Planning&Geographic Information Systems(GIS) vii I h.,„ " r� �'""- • (see Section 8) Cz -r. ,--,- Forensic Engineering&Expert Witness (see Section 9) 4, Included in each of the above-referenced sections are select lists of Example Projects in M �r = and Client References specific to the core competency in question. ca InTiiiies We welcome any inquires from potential clients as to the qualifications, E .�'•3i ` ;. - !� experience, and capabilities of our firm. Please contact JBA using the ol � - following methods: .! Telephone: (909)885-3806 E-Mail: info @bonadiman.com Facsimile: (909)381-1721 Web: www.bonadiman.com C IaMarketingUBAWarketing Materiats\Statement of QualiGcationSkSeCtOn 1-Company Joseph E•Bonadiman&Associates,Inc.Statement of Qualifications 1.5 Profle.doc Packet Pg. 187 2 Nunez Park—City of San Bernardino RFP—Landscape Architectural Services GEOTECHNICAL ENGINEERING Hilltop Geotechnical, Inc. 786 S. Gifford Avenue San Bemardino, CA 92408 (909)890-9079 Mark E. Hulett N r d E O L Q. E L CL N N C 3 Z r N CD M d Q t4 V N .a C t4 J N N 'C C N m C d E S V cc r-+ a Prepared by:V2C Group, Inc. A Multi-Disciplinary Firm Packet Pg. 188 Our Mission Statement Our mission at Hilltop Geotechnical, Inc. is simply to provide our clients with innovative professionals who produce cost-effective and efficient solutions to the Geologic and Engineering challenges that face today's Builders. ] ry4 riltu�+ta`� r,r 7 Hilltop Geotechnical, Inc. (HGI) is a professional consulting firm committed to providing Geotechnical, Geologic, N t Environmental and Construction Testing � f > services for the construction industry, Q developers, and professionals associated with land development. _ a { N HGI can provide a wide range of services for today's builder. Formed in 1992, Z we benefit from a staff of professional geologists, engineers and managers who N have many years of design and construction testing and inspection experience for the residential builder, and/or commercial and industrial developer. N HGI=s management staff has been involved in the building industry for the past 30 years. Our personnel brings over 100 years' experience specific to N Southern California. N HGI=s overall team experience reflects expertise in the following fields of m Geotechnical Engineering, Materials Engineering, Construction Testing Services, Engineering Geology, Mining Geology, and Environmental Assessment Evaluation. This variety of expertise has been used for client a support of many projects for residential, commercial, industrial and public works construction. HGI appreciates your consideration of our services. We look forward for the opportunity to work together and earn your business. HILLTOP GEOTECHNICAL, INC. Packet Pg. 189 5.G.e GEOTECHNICAL SERVICES +ni. '`:�'.:• 'Yl::��i�.�i��.'".IY�:i i:4Frij w4 eAr�+''): HGI performs subsurface exploration and analysis for geotechnical design criteria _ for residential commercial and industrial s developments, public works, and other engineered projects and provides recommendations and design criteria for grading, foundations and other elements of a project. HGI's team consists of staff, project, and senior level engineers, working with top geologists with strong academic and consulting experience. HGI is strongly committed to our rigorous in-house L training program and frequent interactions with academic and research C agencies. Y (. HGI's team of experienced, registered geotechnical engineers and geologists can effectively analyze and design remedial measures to mitigate geotechnical z constraints on a project. N M Common G-eotechnical Engineering Services provided: Q ❑ Geotechnical Feasibility Study ❑ Liquefaction Study -J An ❑ Due Diligence Property Evaluation ❑ 'Third Party Review ❑ Site Investigation ❑ Soil Cement Design U) ❑ Shallow Foundation Design ❑ Shoring Recommendation m • Deep Foundation Design ❑ Retaining Mall Design • Building Distress Evaluation ❑ Earthquake Engineering • Fault Evaluation ❑ Seismic Hazard Analysis a • Litigation Consulting ❑ Pavement Design • Grading and Foundation Plan Review ❑ Immix Design Review ❑ Soil Improvement & Modification Study ❑ Seismic Hazard & Ground Lotion Study HILLTOP GEOTECUMCAL, INC. Packet Pg. 190 LIST OF REFERENCES Putte Homes,Inc. Contact Person: Bob Paradise 1351 Pomona Road,Suite 200 Phone: 909-271-5709 Corona,CA 92882 Joseph E.Bonadiman&Associates,Inc. Contact Person: Ed Bonadiuman 588 W.6`h Street Phone: 909-885-3806 San Bernardino,CA 92410 City of Highland Contact Person: Joe Hughes 27215 Baseline Avenue Phone: 909-864-6861 Highland,CA 92346 in in City of San Bernardino Contact Pei-son: Robert Sepulveda E 300 North"D"Street,Yd Floor Phone: 909-384-5167 � San Bernardino,CA 92418-6001 ° Q. E Counts•of Sara Bernardino A & E Department Contact Person: Paul DeArmond ,L 385 N rth Arrowhead Avenue,3r"J Floor Phone: 909-838-5209 � a San Bernardino,CA 92415 City'of Loma Linda Contact Pei-son: Jarb Thaipejr z 25541 Barton Road Phone: 909-799-4401 Loma Linda,CA 92354 M K Hovnanian Homes Contact Person: Steve Schebarth a 2525 Canopus Drive Phone: 951-272-9000 N i Irvine,CA 92612 _ ca J K B Home Contact Persona: Shawn Travis a, 36310 Inland Valley Daive Phone: 858-518-6414 Mn Wildomar,CA 92595 City-of Riverside Public Works Depart Contact Person: Danny Seink 3900 Main Street,3"' Floor Phone: 951-826-5889 M Riverside,CA 92522 E Countv of San Bernardino Special Districts Contact Person: hill Mahancy U 157 West Fifth Street Phone: 951-316-7308 Q San Bernardino,CA 92408 EI-Co Contractors Contact Person: John Wiles 1995 Nolan Street Phone: 909-887-2610 San Bernardino,CA 92407 City of Redlands Municipai Utilities Department Contact Persona: Greg Brooks 35 Cajon Street,Smite 15A Phone: 909-798-750004 P.O. Boy:3005 Redlands,CA 92373 HILLTOP GEOTECBMCAL, INC. Packet Pg. 191 5.G.e SAN BERNARDINO OFFICE—786 S.GIFFORD AVENUE,SAN BERNARDINO,CA 92408 in.hulettafiacotech.com or hilltops=iijiaeotech.com(909)890-9079 FAX(909)890-9055 HILLTOP GEGfECHMCAtL IHf ORPORATE0 MARK It ULETT, President EDUCATION to California State University,Los Angeles,B.S.,Geology 1982 at Pasadena City College,Pasadena A.A.,Physical Science, 1979 E a> University of California,Riverside o Hazardous Materials Management Program tZ Principles of Hazardous Materials Management E Analytical Chemistry Y L CL PROFESSIONAL REGISTRATION N Professional Geologist,California Certified Engineering Geologist,California Z CERTIFICATES N Seismic Hazard Analysis Guidelines for Analyzing&Mitigating Landslides M Engineer In Training,California Health and Safety for Hazardous Waste Workers(40-Hr OSHA Training) Hazmat Chemical Identification System Groundwater Monitoring Well installation = Nuclear Density Gauge M at PRINCIPAL EXPERIENCE cn Mr.Hulett has more than 25 years of experience in the engineering geology and geotechnical industry. During m this time he has obtained a strong background in geologic and geophysical investigations. This experience has been invaluable for many types of projects including residential,commercial and industrial structures, on both flatland and hillside properties. Mr. Hulett has also performed distress investigations for residential and commercial development and site evaluations for storage tanks, small dam sites, pipelines and public works ,a w projects. His diverse experience also includes conducting and overseeing field mapping, subsurface Q investigations, hazardous waste assessments, fault studies, groundwater investigations, percolation studies, rippability studies, aggregate studies, mining feasibility studies, and landslide investigations. Mr. Hulett is often involved with overall job and/or agency coordination. Mr.Hulett has responsibility for the overall management, administration, and operation of the Corporation as well as the Geology and Environmental Divisions for the Corporation. Duties include professional client development, proposal preparation, report preparation and review, the scheduling and direction of field operations relating to geologic and environmental HILLTOP GEOTECFMCAL, INC. Packet Pg. 192 PROJECT EXPERIENCE Geotechnical Experience: Geologic analysis, groundwater study,rippability evaluation and construction monitoring services for a large residential development,Summit Pointe,Riverside,California. Geotechnical investigation, project management and construction monitoring services for numerous master planned residential developments. Project management, construction monitoring and infiltrometer testing for hydrologic conductivity of fill materials,Victorville Landfill,San Bernardino County,California. Geologic field and construction monitoring services for a large commercial development"Rancho California Business Park",Rancho California,California. Geotechnical Evaluation and liquefaction analysis for a 50 acre commercial development,Colton,California. U) c Geotechnical feasibility study for a 20 square mile residential/commercial development,Searles Ranch,Hemet, California. 0 Geotechnical feasibility study for a 5,000 acre development in Beaumont,California. E Geotechnical feasibility study for on-site retention basins, Las Flores Ranch, Apple Valley area, San L Bernardino County,California. n. N d Geotechnical investigation and construction monitoring for the Days Inn Hotel,Riverside,California. Z Geotechnical investigation and construction monitoring services for the Tomas Rivera Elementary School and Amelia Earhart Middle School. N to M k Groundwater monitoring and seismic monitoring for the New Lake Arrowhead Dam, Lake Arrowhead, Q. California. ca Geotechnical investigation for the Crestline Elementary School and LOE Middle School, Rim of the World c cc School District,San Bernardino County,California. a� Soil investigation, percolation studies, construction monitoring services and project management for a large retirement community including approximately 8,000 homes, three golf courses, three recreation centers and N associated infrastructure,Del Webb Sun City,Palm Desert,California. Site characterization, report review and field exploration for numerous litigation projects for plaintiff and m defense. c m E s Fault Study Experience: Fault evaluation and project feasibility analysis along a complex area of the San Andreas Fault system for a Q 2,800 acre development in Coachella, geologic mapping, aerial photo analysis, geomorphic analysis and 5,000 -feet of subsurface trenching. Fault Study, trench logging and analysis for a large residential development in the Desert Haven area of the Coachella Valley. Geologic mapping,trench logging and analysis for a 600-acre residential development within the Cucamonga Fault Zone,Etiwanda area,San Bernardino County,California. Fault evaluation along the San Andreas Fault and seismic induced landslide investigation for a residential development in Highland,San Bernardino County,California. HILLTOP GEOTECHNICAL, INC. Packet Pg. 193 Nunez Park—City of San Bernardino RFP—Landscape Architectural Services ELECTRICAL ENGINEERING Design West Engineering 275 W. Hospitality Lane, Suite 100 San Bernardino, CA 92408 (909)890-3700 Leo Maya a� E a� 0 L Q E L a N d _ 3 Z r N d Q R U N _ IC J N N �L _ Cn m _ E V a Prepared by: V2C Group, Inc, A Multi-Disciplinary Firm Packet Pg. 194 Design West Engineering - Firm Profile Company History and Culture Design West Engineering is a full-service Mechanical, Electrical, Plumbing, and Energy Consulting Firm. We are founded on the philosophy of providing second-to-none service. Established in 2000 and centered on this idea,we have quickly grown to become one of the Southern California's most prominent MEP firms. We offer a diversified range of practical experience in governmental, healthcare, educational, and private building sectors. Our highly qualified and innovative engineers work closely together in this multi-disciplined environment. Each is familiar with the overall project requirements in addition to specific areas of expertise. Because of our commitment to second-to-none service, we have become recognized in this industry for our commitment to forward thinking innovation and environmental sensibility. We offer you the most up-to-date expertise in the latest technologies to maximize your projects potential. Together, we approach your project and its difficult challenges using smart designs, efficient systems, and cost effective solutions tailored to environmental concerns, long term needs,and practical construct@ bi lity. E 0 L Services CL E Mechanical Engineering Energy Engineering L HVAC Energy Usage a Central Plant Energy Generation N Plumbing Fire Protection Specialized Services Z Commissioning Electrical Engineering Building Information Modeling Electrical Layout Pre-Construction Clash Detection Lighting Green Building Consultation Low Voltage Systems Integrated Project Delivery Method Contact information c Design West Engineering Robert Cronk- Principal N Ext.203-rcronk @designwesteng.com 275 W. Hospitality Lane,Suite 100 San Bernardino,CA 92408 Mark Galle - Principal Ext.202-mgalle @designwesteng.com Tel: (909)890-3700 m Fax: (909) 890-3770 Steven Johnson -Senior Mechanical Engineer Ext. 223-sjohnson @designwesteng.com 402 W. Broadway,Suite 400 Leonard Maya -Senior Electrical Engineer San Diego, CA 92101 Ext.212-Imaya @designwesteng.com Tel: (619)321-6905 a Jeremy Richard - Business Development Web Address:www.designwesteng.com Ext.229-jrichard @designwesteng.com Small Business Certification Design West Engineering is a certified Small Business Enterprise (SBE)with the state Department of General Services, reference number 47289. � - 1 ., 4,^ rs>A• �: P s• i .. .na. .- - •.���7 ��> 'i ar t , ��.+ �i§ �'j�,��.C3 R 4 .z`r . : e.. _ _ '., .. �. a e.:e:, V.. ,., .a<<"__,e��.���^rxcN_i.�3s r .:..: .:�� •a; .. Packet Pg. 195 5.G.e Design blest Engineering - Relative Experience Parks and Park Facilities Vista Hermosa Park in San Clemente Bagdouma Park in Coachella ` "E'. Sports lighting design for baseball fields,4 soccer ' r _ fields, 4 tennis courts, a football field, 2,800 feet ,{ of pathway lighting,and street lighting upgrades. Irj' r La Paz Park in Laguna Niguel n Complete Electrical design for a new aquatic center and sports lighting design for 3 baseball fields, 6 soccer fields, a football field, and design for a N 147kW solar photovoltaic system. c a� E Ruben Ayala Park in Chino New park complete with 3 baseball fields, 2 soccer ° fields,a skate park,and restrooms. New park complete with 6 baseball fields, pathway C• E lighting and various parking lot lighting. Arroyo Park in Thousand Palms New park design with 2 baseball fields, 3,000 feet Costa Mesa Farm Sports Complex a L of pathway lighting and 3 restroom buildings. Sports lighting design for 4 soccer fields. Z Ford Park in Bell Gardens Yucaipa Regional Soccer Complex Sports lighting design for 4 soccer fields. N s N F rj;s` Vista Community Sports Complex : t r n 1� f4 v'. i (� CD ntr Sports lighting design at 6 soccer fields,2 baseball t fields, plus walkway and parking lot fighting. Mile Square Park in Fountain Valley Sports lighting design for 3 baseball fields and 4 Plotted on one square mile, design included sports soccer fields. «� lighting at 12 baseball fields,4,000 feet of pathway lighting, a 9,000 square foot community building Ronald Reagan Sports Complex in Temecula and various parking lot lighting upgrades. Design for 10 baseball and 2 soccer fields. a Apple Valley BMX Park in Apple Valley Live Oak Park in Temple City Lighting design for a new BMX and skate park MEP design for 2,200 square foot concession including a restroom building. building remodel and new site lighting throughout. Hacienda Park in Desert Hot Springs Carlson Park in Riverside Design for security lighting for walkway, parking lot Electrical design for the addition of security lighting lighting, and Skate Park. to the existing walkway trail and dog park Packet Pg. 196 Design West Engineering -m relative Experience Parks and Park Facilities El Camino Real Park in City of Orange El Carsso Park in San Fernando Valley Complete MEP design for multiple restroom and Electrical design for Phase II expansion of existing community buildings (both remodel and new community park including electrical power and construction). lighting to a football/soccer field, 4 basketball courts, 2 handball courts, restroom/concession River Park in Santa Clarita buildings, new parking lot and walkways, and play Plumbing plans with specifications for the new equipment throughout the Phase 11 areas. restroom building designed to LEER standards. Los Rios Park in San Juan Capistrano Dotson Park in Stanton N 4/ �ff 1 �,Av i O 'a r Q E ,444,—M Design for security lighting along all walkways and New community park in the historic Los Rios restroom building. Community off the oldest functional street in the a state. Lighting and all elements were carefully Villegas Park in Riverside specified to suite this special location and provide Lighting design for walkways, basketball court and an educational experience regarding the z stage area. community history. N 0 Dateland Park in Coachella State Street Park in City of South Gate Electrical design for a new linier park under high a , voltage lines including walkway security fixtures with height limitations, and restroom building. Ca J Pioneer Park in Lucerne Valley d Security lighting for walkway and shelter areas. Plumbing and Electrical plans with specifications L for the restroom remodel including the location of Dr. Carreon Park in Indio new floor drains and upgrade of light fixtures. Security lighting for walkway and shelter areas. 2 Temple Park in South El Monte 00 Wayne Ruble Sports Field in Fontana Mechanical and Plumbing design fora Sports lighting for a single football field, including a concession/ restroom building and stand alone E scoreboard and snack shop building. restroom building. Dunmore Park in Glendale Q Miles Park in Indio Electrical design for a renovation to existing park Security lighting for walkway and shelter areas. including new security walkway lighting with Tamarind Park in Fontana photometric scan to meet City lighting ordinance. All park walkway lighting systems. Maryland Avenue Park in Glendale Electrical design for a new community park Johnny Carson in Burbank including security lighting, utility coordination and Plumbing design for restroom building remodel. design for new electrical service. l Packet Pg. 197 Design Vilest Engineering - Key Personnel Park and Park Facilities Team Roy Morales- Project Manager Roy as project manager will act as a primary point of contact for the architect and university in matter pertaining to this forthcoming project. He will ensure that customer service and communication is at the level that Design West is known for delivering. As senior electrical designer, he is in charge of developing the :::. preliminary one line diagram for utilities submittal, review the 100% DD for compliance with NEC and local code. Roy joined the Design West team after working several years with Dream Engineering when the company was bought out c in 2009. Roy brought with him expertise and relationships with many of the local Parks and Recreation agencies after providing years of reliable design and service to this clientele. His experience includes design for buildings,sports fields,street N lighting, electrical distribution, communications distribution (copper&fiber optic), c commercial buildings, industrial buildings, large residential units and energy E conservation projects. Some of Roy's most notable work is with various athletics facilities all across Southern California. o L Q E Leo Maya,P.E.,LEED AP BD+C-Senior Electrical Engineer Y With over 18 years of design and project management experience, Leo Maya has a. worked on a wide array of projects including large commercial and industrial a buildings,health care and institutional facilities,data centers,sports field lighting, street and area lighting, golf course electrical systems, custom residences, and Z various dry utility designs. Mr. Maya joined the Design West team in 2005 and in t- 2009 took overthe responsibility of runningthe electrical production. Apart from M standard electrical and lighting design,he oversees the electrical BIM design team; solar photovoltaic design; specialized analyses including arc flash, coordination Q studies and load flow evaluation; all low voltage applications including fire alarm, v security,data and signal,and A/V systems. His continuing education in the field of -tea the electrical engineering and lighting design, along with his membership and a board position for the IESNA (illuminating Engineers Society of North America) keep him up to date with the latest lighting and energy efficient technologies. 2 Beyond his technical prowess, it is Mr. Maya's dedication to maintaining long-term client relationships and his diverse background that have made him such a N valuable asset to the Design West tearn. This dedication to customer service is -a evident in the work ethic and the character displayed by his whole team. 6 c Q Steven Johnson, P.E. -Senior Mechanical Engineer E Steven oversees the Mechanical Department ensuring that each project manager ' is maintaining the quality of design and level of service that Design West is known Q 4 :-- for.He received his degree in Mechanical Engineeringfrom Cal Poly and maintains r P.E. licenses for 6 states. He manages and oversees Mechanical and Plumbing of virtually every type and for every sector of the industry.Steven joined Design West in 2002 proving himself a competent and successful Project Manager and in 2007 took over the responsibility of managing the day to day production of his department from the founding Principals.He is passionate to see forward thinking design implemented into our projects through the most up-to-date technologies. Energetic and resourceful, he brings to his job an unparalleled knowledge of the industry and complete dedication to his clients. T� , g4? rya �'' 'i '�.,. ,2 +�" p�t•G'Y�'t }.3'.'��,) i 1 Packet Pg. 198 5.G.e Sunrise Landscape Co., Inc. General Engineering Lic.#266132 12/10/2014 Page 1 of 1 LETTER OF EXPERTISE w _ E Sunrise Landscape Co., Inc.,Iocated in Southern California's Los Angeles suburbs, is c a full general contracting company,founded in 1970.. Sunrise Landscape Co., Inc.'s a three principals have over 45 years of experience,specializing in areas such as: E commercial landscaping, concrete,grading and paving,water distribution, demolition,and more. °- N d SATUS/LOCATION: Sunrise Landscape Co.,Inc,is a corporation licensed and z certified in the state of California. The business is located at 12520 Clark Street, Santa Fe Springs, California 90670. N PRINCIPALS:Sunrise Landscape Co., Inc. is owned by three working partners, a Ramiro Martinez (President), Eleanor Martinez (Secretary),and Danny Martinez U (Treasurer). LICENSE: Sunrise Landscape Co., Inc. holds a valid state of California contractors license, No.266132;classifications are as follows: "A" (General Engineering C Contractor),"C-12 (Earthwork and Paving), "C-27" (Landscaping),"C-42" cn (Sanitation System),and"D-44" [Sprinkler(Not Fire Protection)/Sub-Surface Drip Irrigation]. m INSURANCE/BOND:Insurance agent is Stong Insurance Services. Bonding company is Thee Ohio Casualty Insurance (California"A"rated). CERTIFICATION: Sunrise Landscape Co.,Inc.is SBE certified by the California Department of General Services. FINANCIAL: Accountant/CPA firm is David Trotter&Associates, David Trotter (562) 907-2345. Please contact if financial condition is desired. SUMMARY: Sunrise Landscape Co., Inc. is a full service company. The company's experience encompasses many public works'projects-including cities and school districts. Sunrise Landscape Co.,Inc.will produce professional quality work in a respectable and cost effective manner. Packet Pa. 199 5.G.e N _ N E d State Of Califomia 0 0 % RIDNTRACTORS STATE LICENSE BOARD '' Q. Consamcr ACTIVE LICENSE E Altairs ,- 266132 E CORP v SUNRISE LANDSCAPE CO INC N a� z �«..� .,A C12 C27 C42 C61/D44 Idd&h6, N �. 08/31/2015 www.cslb.ca.gov a ca U N _ t4 J d N •L _ V/ W _ E U r+ a Packet Pg. 200 OWNER: Metropolitan Water Dist. Of So.Calif. Budget: 1,960,000.00 700 North Alameda Street Los Angeles, Ca. 90012 PROJECT: Diamond Valley Lake East Landscaping Manager: Tim Gamble Phase I Scope Grading, Concrete, irrigation, Landscape Phone: (951)926-7031 OWNER: Saddleback Valley Unif. Sch. Dist. Budget: $480,000.00 25631 Peter A Hartman Way Mission Viejo, Ca. 92691 PROJECT: Field Renovations at Glen Yermo& Manager: Ken Sardone Lomarena Schools c Scope Grading, Irrigation, Landscape Phone: (949)586-1234 E a� 0 CL E OWNER: Pomona Unified School District Budget: $505,000.00 800 South Garey Ave. Pomona, CA. 91769 a. N N C PROJECT: Facility Improvements at 14 Manager: Ava Hill z School Sites#19(08-09)FP N 0 Scope Grading, Irrigation, Landscape Phone: (909)397-4800 CL V C R OWNER: Valverde Unified Sch. Dist. Budget:g $700,000.00 � 975 West Morgan St. Perris, CA. 92751 -J d PROJECT: Playground/Drinking Fountains Manager: Leonard at Various School Sites cn Scope Playgrounds, Drinking Foun, Concrete Phone: (951)940-6136 m ADA Modifications a� OWNER: Jurupa Area Rec. and Park Dist. Budget: $1,200,000.00 4810 Pedley Road �g Riverside Calif, 92509 a PROJECT: Centennial Park Manager: Anthony Mendoza Scope Soccer Fields, Parking Lot, Electrical, Phone: (909) 518-4090 Concrete SUpeASE LAwu scAOL Co, - ric. S�Ntc� �� SpRtu6S, C4. C( Packet Pg.201 OWNER: City of Rolling Hills Estates Budget: 250,000.00 4045 Palos Verdes Drive North Rolling Hills Estates, CA. PROJECT: Ernie Howlett Park Renovation Manager: Andy Clark Scope Regrade, Irrigation, Landscaping Phone: (310)377-1577 OWNER: City of Compton Budget: 310,000.00 205 Willowbrooke Ave Rolling Hills Estates, CA. PROJECT: Oaks Park Manager: Bobby Boyce c Scope Regrade, Irrigation, Landscaping Phone: (310)605-5519 E Concrete,Asphalt, Electrical Ligthing 0 L Q. E OWNER: Irvine Unified School District Budget: 640,000.00 L 5050 Barranca Parkway a Irvine, CA. 92604-4652 N Q PROJECT: Oak Creek Elem. School Manager: Spencer Jordan z N Scope Grading, Landscaping, Irrigation Phone: (949)936-5311 d CL �a OWNER: City of West Covina Budget: 520,000.00 J 1444 W. Garvey Ave. m West Covina, CA. 91793 L c PROJECT: Parks Irrigation Projects Manager: Mike Randazzo PP-05204 -a m Scope Irigation Systems Phone: (626) 705-5713 c a� E OWNER: San Jacinto Sch. Dist. Budget: 240,000.00 Q 905 Industrial Way San Jacinto, Ca. 92582 PROJECT: Monte Vista School Field Manager: Bob Cornell PP-22845-0 Scope Grading, Concrete, Irrigation, Landscape Phone: (909) 654-7769 Packet Pg.202 L. S.G.e r,3^G?Rikr Piz S l y. VICES ((i I Dec 13,2012 Supplier#52824 SUNRISE LANDSCAPE CO INC 12520 CLARK ST f j SANTA FE SPRINGS CA 90670 j I t Dear Business Person: Congratulations on your Small Business(SB)certification with the State of California. Your 1 compete in the State's goal to spend 25 percent of its annual contracting dollars with small SB receives a five percent bid preference on applicable solicitations.This certification also I penalties for late payment of undisputed invoices.You may purchase a rubber stamp by cc Payment Rubber Stamp Order form at i+yww.documents das ca ciovlpd/smalibusMpstam�r� ! j or to verify certification status,visit wwWw%)rocure dgs ca gov. Certification Period ! From Dec 13,2012 to Dec 31,2014 o I Business Types I E I Construction 1i Y ( Conflict of Interest for Current and Former State Employees ! CL Prior to contract award,agencies will assure the vendor is in compliance With Public Contr6 N I seq,addressing conflict of interest for State employees or former employees. Annual Submission Requirement Z I ( Submit copies of the ENTIRE federal tax return to the Office of Small Business and DVBE I been granted a tax filing extension with the Internal Revenue Service,submit a copy of the v I financial statements;then, submit a copy of the tax return once filed. If you have employee: M Employment Development Department's"Quarterly Contribution Return and Report of Wac 1 DE9C). If you have out-of-state employees,submit the employee documentation comparat f Q, annual submissions also apply to all affiliated businesses. cts ! Maintaining Your Online Certified Firm Profile n Visit U n eprocure dgs ca gov/default htm to update your certification profile.You may report c mailing and principal office address;contact information;keywords and service areas;United Nati to i Services Codes,North American Industry Classification System(applicable only to Manufacturers). This certification may be impacted if you update information beyond the afi l changes by mail,complete a"Certification Information Change"form located at i www.documents das a govlpd/SmallbLrs/certchanae ndf. Certification Renewal Please complete an online application at www-er)rooure.dCja,ca.gov 90 days prior to the exf ca you receive a renewal notice. If you hold dual certifications,SB and DVBE certifications,yo i certifications at the same time. Please contact us at 500.559.5529,916.375.4940 or by em ! _ 1 if you have any questions. aD j Sincerely, E I , � U m r I Q Office of Small Business and DVBE Services E I PROCUREMENT DIVISION-Small Business&DVBE Services I State of California IState Consumer Servic i I 707 3rd Street 1st Floor, Room 400 1 West Sacramento, CA 95605 1 t 916.375.4940 f 916.375.495 http://us-mg4.mall.yahoo.com/neo/launch Page 2 of c Packet Pg. 203 121 BIDSYN-C SEE 1*91 Iva'qW Support IBM CALIFORNIA PROFILE BidSync Supplier Name Sunrise Landscape Co Inc Supplier Number 52824 Legal Business Name SUNRISE LANDSCAPE CO INC DBA Business Name SUNRISE LANDSCAPE CO INC Address 12520 CLARK ST Phone (562) 946-3055 SANTA FE SPRINGS, CA 90670 FAX (562) 941-4862 Email SLCI1161yahoo cam Number of Employees 5 Business Types Construction m E Service Areas Los An > Angeles, Orange, Riverside, San Bernardino, San Diego, Keywords LANDSCAPING IRRIGATION CONCRETE GRADING ASPHALT CL Construction License Types A - General Engineering E Classifications 701717 - Irrigation CL View Options View Application N Edit Options a) p Amend Aoolication I Register as Disabled Veteran Business Enterarise !DVBE) Z Active Certifications Re inter as Disabled Ve ran Business Enterprise DVBE N TYPE STATUS STATUS HATE FROM TO Ac-r""ONS SB (Micro) Approved Dec 13, 2012 Dec 13, 2012 Dec 31, 2014 a� CL U Certification History ETYPE STATUS STATUS DATE FROM TO m (Micro) Expired Nov 1, 2009 Mar 4, 2008 Oct 31, 2009 Home Bid Search Bids orders Toot's Privacv Terms Logou -a Customer Support- vendorsu000rt(a)bidsvnc com or 1-800-990-933, Copyright© 1999-2012- BldSync, LLC. All rights reserved, y E t U R r w a https;Il www,bidsync.com/DPXBisCASB?ac=listcerts Page 1 of i Packet Pg. 204 MacKenzie Electric, Inc. Electrical Contracting and Engineering Lic.#664395 12/9/14 Page 1 of 2 LETTER OF EXPERTISE MacKenzie Electric Inc.,located in Southern California's inland Empire,is a fall service electrical construction company,founded in January of 1993. MacKenzie Electric Inc.'s three principals have over 70 years of combined experience,specializing in two specific electrical areas: LIGHTING PROJECTS such as ball field lighting,parks,parking lots,street lights, signage and infrastructure,along with INDUSTRIAL PROJECTS as in waste water and fresh E water reclamation plants,co-generation,pump stations,and various production environments. > MacKenzie Electric Inc.has successfully completed numerous design build,"tuna key"projects Q throughout the Southern California areas. E L STATUS/LOCATION:MacKenzie Electric Inc. is a corporation certified in the State of a California. Our business address is 7933 Palm Avenue,Highland, California 92346. PRINCIPALS: MacKenzie Electric Inc. is owned by three working partners;Patrick MacKenzie z (President,)Denis MacKenzie(Secretary/Treasurer,)and Joe Walburn(Vice President.) M LICENSE: MacKenzie Electric Inc.holds a valid State of California Contractor License, a #664395,classification"C-10"(Electrical)&"B"(General Building Contractor.) AFFILIATES: MacKenzie Electric Inc.is signatory with San Bernardino County's electrical union,IBEW Local 477, as well as with Locals 11,440 and 441 (Los Angeles,Riverside and Orange counties.) _ INSURANCE/BOND: Our insurance agent is PJA Insurance Services, and our Bonding `n Company is Inland Surety(California rated AAA). m CERTIFICATION. We are SBE and DBE certified. Our California DBE certification number is a 42024, as issued by the Metropolitan Transportation Authority. U tC r FINANCIAL: Our accountant/CPA firm is The Law Offices of Stephen Workman P.C.,Steve a Workman(909)792-1145. Please contract if desired for financial condition. SUMMARY: MacKenzie Electric Inc. is a full service company. Our work encompasses the full line of Industrial and Commercial electrical contracting services,including design build. MacKenzie Electric Inc.'s goal is to be prompt,responsive,responsible,and reliable,and to serve the Owner and General Contractor with the utmost professionalism. 7933 Palm Ave. Highland,Ca.92346 (909)862-9906/FAX(909)862-9907 Packet Pg. 205 l MacKenzie Electric, Inc. Electrical Contracting and Engineering Lic.#664395 Page 2 of 2 Key Personnel for LA Metro Design—Build,Division 2-5-9 Uuaradc Patrick MacKenzie: j • EDUCATION: Bachelor of Science Degree in Business from the University of Cal-Poly Pomona, Class of 1977. Completed a four-year electrical apprenticeship through the International Brotherhood of Electrical Workers,Local 477 from 1977 through 1981. Worked in the electrical trade as a journeyman,foreman and superintendent from 1981 through 1993. Owner and President of MacKenzie Electric Inc.from 1993 to present. Holds a valid California State Contractor License#876364,classification"C10" E (Electrical)and is also the"B"(General Contracting)license qualifier on our company o license#664395. a • DUTIES: Execution of contract. Lay-out and design the lighting with electrical engineer. E Prepare electrical drawings. Prepare electrical submittals. Purchase of all large package products and systems. Prepare production schedule. Oversee insurance documents, a certify payroll and project related documentation. Prepare monthly billing and invoices. Z Joseph Walborn: T • EDUCATION: Completed a four-year electrical apprenticeship through the International c Brotherhood of Electrical Workers,Local 477 from 1981 through 1985.Worked in the electrical trade as a journeyman and foreman from 1985 through 1993. Owner and Vice a President of MacKenzie Electric Inc.from 1993 to present. Holds a valid California State N Contractor License#900734,classification"CIO", • DUTIES: Project manager. Obtaining city license and building permits. Overseeing the daily work schedule,manpower and supervising the project foremen. Procuring general N materials and coordinating deliveries. Initiating&tracking project"Request for Information"(RFI's). Attend weekly production meetings. In charge of all the daily cn construction progress. iL Denis MacKenzie: • EDUCATION: Completed a four-year electrical apprenticeship through the International E Brotherhood of Electrical Workers,Local 477 from 1985 through 1989.Worked in the electrical trade as a journeyman and foreman from 1989 through 1993. Owner and Q Secretary/ reasurer of MacKenzie Electric Inc.from 1993 to present. Holds a valid California State Contractor License#664395 for MacKenzie Electric,classification "C1051&"B". • DUTIES: Chief estimator. Job walks and investigating each site for requirements. Lay- out and design the electrical and lighting system with electrical engineer. Assembling the lighting package. Re-designing due to change in project conditions. 7933 Palm Ave. Highland,Ca.92346 (909)862-9906/FAX(909)862-9907 Packet Pg. 206 i - 5.G.e` i MacKenzie Electric, Inc. _ Musco Sport Field Lighting projects These are just a few of the Musco Sport Lighting projects that MacKenzie Electric has installed. We have probably installed over 80 Musco installations. Please call Mike Marchetti,Musco's Southern Regional Manager,at(800)659-0017,for references. If you require additional references,please notify us. •- '' _ •. Arrowhead Credit Union Park X0,,q ect Name.,.,;:Indio Golf Course Lighting 280 S.E Street,San Bernardino,CA Lpclation '::83040 Avenue 42,Indio,CA Owner.: '•• City of San Bernardino w':.:d.eC. :. ;City of Indio 1 . ompletiori btg,Apr-58 �toinpletion 4te November-07 IV aleie:t';°::::.;$657,000.00ti?�al.lte; $1,588,424.00 )Contact;. ;.: ;)Bob Matich(909)382-7400bnact :. ::;.:': Mark Hodnick(760)391-4005 h' :.:Fax(909)382-0191 " ` ; Fax(760)399-4173 :,'Email: rmatich@matichcorp.com Email: mhodnick @indio.org �oject Ni3[rie1;?t}Farm Sports Complex ;jest Name':: ::;Westminster High School Stadium �ceation:; :1 ;;:`=2750 Fairview Rd.,Costa Mesa,GA t pbation 14325 Goldenwest,Westminster,CA ¢City of Costa Mesa Hiner :..''., Huntington Beach Union HS District tirr�pletjop�tery November-07 ompletiaittate::August-09 cn „ M ,otai'Value:; -;;;'•;:,x$648,000.00 �;.?Rtaf•;:Yalue •"`.�•:$1,497,885.00 contact ;:o Bart Mejia(714)754-5291 ':Contact Ohno Cosst.Dick Brangwin(206)227.1513 0) :Fax{714)754-5028 ' ' :Fax(206)324-8063 0 Email: Bmejia @ci.costa-mesa.ca.us :� 'Email: rbrangwina@gmail.com Q N.ar ;;•:;;Vista De!Lago H.S.Stadium ComplexrQjeoxNa[Ri,¢t :,�::.EI Cerrito Sports Park ce wo on- `" X415150 Lasselle St,Moreno Valley CA sLoca(a<on ,:'`::' '°•7500 El Cerrito Road,Corona,CA N Qwii►.er; •. .."...,,,,Moreno Valley Unified School District carter. ::Redev.Agency for County of Riverside omp(etlon to,July-08 ,gmptetjpnp•i gto.,July-10 apt l ifel.'jie $1,354,090.00 �Tp#a[Value $1,870,011.00 z `i`'' WLC Arch.Jason Miller 909 987-09Q9 a `s• ValleyCrest,John Lisabeth(714)546-7975 biitoc{« •t. ....:, Miller(909) :, r Fax(909)476-6055 Fax{714}546-9524 N t Email: jmmiller@wiccs.com Via,. Email: jisabeth valleycrest.com ch leg"ftm Vemola Park aject flame' , `Redlands Park U nr60..4. O =:;.::,;.5211 Wineville Ave.,Mira Loma,CA �pc�t on 415 Dale Street,Perris,CA :. .. .. r . . • C Qwnex %: ::Redev.Agency for County of Riverside a lnrriPi :City of Per J `'S' • oiti'1etiorf,ga 'January-07 ptripletliri:;Date� September-09 _- _ ,�,": •:.R .. ., ta;: � "•$1,028,577.00atal Value;•.'' $625,800.00 N Evil 4` :k "t'Riverside Cosst,Brian Pimm(951)682.8306 Cxgntact ,,:'�,:Environmental Const.Joe Ortega(818}449.8920 Fax(951)682.8350 ;>::•,• .:: '• Fax(818)703-9072 3 `.• ,� ; •: :`Email: estimating @rivconstruaLcom Vii,.;.;,, Email: sashikas @environcoq.com , :,41.: ••k• .�ir a .�� - ^':'. M r i eGz iilai(mi ;:Reid Park Expansion roje..cE•I b:•:•.:.,...Orange County Great Park,Western Sector w 452 Marine Way,Irvine CA oc4tlon ,x`:701 Orange Street,Riverside,CA ilroic8tioti Y, E YY000. ' y City of Riverside elr' . :City of Irvine ' :0 p(0bbltj gt8,?;July-07 oet io't. e. October-13 11ta�VAltiB" �r$1,023,428.00 ' cglal•1/atu$.':•,' ' $3,453,865.00 o tit Q ritacf. . Ewing Lau(951)826-5561 s ontact Jeffrey Vallee(949)770.3423 Fax(951)826-2038 -• CeH(225)931-8070 .• ;'± : cEmail• elau@riversideca-gov z„f ;,: Email: vai[eeaGOmckllc.net •- ::i,i', i4.- �.:�is•,. ''`;�: ii00 ct ,i Ufef.; :William Rolland Stadium o:C. t1on:' Rd.,Thousand Oaks,CA VFW:i;: inner..:. :,;..•.:,•,:California Lutheran University nmpiettaiMat 11"tAl VA hjlk, :;$146,824.00 Valerie Crooks(805)493-3287 *.. Fax(805)493-3917 Email: vcrooks @caliutheran.edu Packet Pg. 207 shc>�nrn. �b�er+g�ass /ta a . . N r C N E O L Tough Play BeAt Post Basketball Backstop E $19480.00 CL N d Item Number; Z K73471 M > 5-9116"Post w/61 Extension CL N > Fan shaped white steel backboard w/double rim goal and nylon not, >Includes target w/o border. > Schedule 40 galvanized steel post. CD •L Weight: 384 lips. m E U DES CRi ION w Institutional quality backstop features a schedule 40 gaivanized steel post. s� 9/1611 post carries a limited lifetime warranty. Fan shaped steel backboard Comes with a 10 year limited warranty.Double rim goal carries a 2 year limited warranty. Nylon net. Packet Pg. 208