Loading...
HomeMy WebLinkAbout05.D- Community Development 5.D RESOLUTION (ID # 3629) DOC ID: 3629 G CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION Bid Acceptance From: Mark Persico M/CC Meeting Date: 01/20/2015 Prepared by: Brenda Leggitt, (909) 384- 5057 Dept: Community Development Ward(s): All Subject: Resolution of the Mayor and Common Council of the City of San Bernardino Authorizing the Execution of Contractor Services Agreements with Allstate Services and Enviro-Test DBA Scott Morrison & Associates for Asbestos and Lead Testing; and with Woody's Demolition, Dakeno, Inc., and Environmental Klean-Up for On-Call Demolition Services. (#3629) Current Business Registration Certificate: Yes Financial Impact: Account Budgeted Amount: $145,800 Account No. 119-180-0021-2161-5502 Account Description: CDBG Professional Contractual Balance as of: 01/07/2015 Balance after approval of this item: $20,000 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: 09/05/14 Mayor and Common Council authorized the advertisement to issue Request for Proposals for Demolition and Asbestos Removal. Background: Asbestos Contractors The Community Development Department budget provides for asbestos testing, removal, and demolition where there is a need to demolish a property. Asbestos and lead are hazardous building materials that need to be properly removed and disposed of before a property can be demolished; therefore, the department is requesting two asbestos contractors to use on a rotational basis. Demolition Contractors Demolition is needed to remove dangerous and/or substandard buildings. The Community Development Department is requesting three qualified contractors who will be available on an on-call basis. Updated: 1/14/2015 by Georgeann "Gigi" Hanna G Packet Pg. 46 S.D.. 3629 Analysis: In order to ensure the best possible price, staff contacted San Bernardino County staff to acquire the names of qualified contractors for both asbestos contractors and demolition contractors. It was also advertised in The Sun newspaper, the Chamber of Commerce, and through the City's website and SB Connect. In regards to the asbestos contractors, of the 17 vendors to receive the RFP, 8 bids were received. A vendor list and the bid summary sheet are included with this report. The two lowest asbestos bidders were: Ambient Environmental -Norco, CA Allstate Services -Corona, CA Due to the extremely low bids received from Ambient Environmental and having never worked with them, there is a concern over the validity of their bid; the next lowest bid would be Enviro-Test dba Scott Morrison & Associates out of Riverside, and they have been very responsive and reliable in previous years. Since we will be using two contractors we sent them the average cost of their bids (attached) and they accepted. In regards to the demolition contractors, of the 7 vendors to receive the RFP, 7 bids were received. A vendor list and the bid summary sheet are included with this report. The three lowest demolition bidders were: Environmental Klean-Up Riverside, CA Woody's Demolition Hesperia, CA Dakeno, Inc. Riverside, CA Due to the various unit costs, an average cost was determined for each amount and sent to all three contractors for approval and they all agreed to the average cost sheet. City Attorney Review: Supporting Documents: Resolution to Approve Asbestos Demolition Services Agreements (2) (DOC) Agrmt 3629 Allstate- Attachment "A" (PDF) Agrmt 3629 Enviro-Test- Attachment "B"(PDF) Agrmt 3629 Woody's- Attachment "C" (PDF) Agrmt 3629 Dakeno- Attachment "D" (PDF) Agrmt 3629 Environmental Klean Up- Attachment "E" (PDF) Asbestos Bid Data Sheet (DOC) Asbestos Bid Summary Sheet (XLS) Allstate Services Asbestos Contractor Agreement- Attachment "A" (DOCX) Asbestos Vendor List (DOC) Enviro-Test Asbestos Contractor Agreement- Attachement "B" (DOCX) X-15-01 (PDF) Demo Vendor List (DOC) Updated: 1/14/2015 by Georgeann "Gigi" Hanna G Packet Pg. 47 5.D 3629 ENVIRONMENTAL KLEANUP DEMOLITION CONTRACTOR AGREEMENT (DOCX) Demo Bid Data Sheet (DOC) DAKENO DEMOLITION CONTRACTOR AGREEMENT (DOCX) Demo Bid Summary Sheet(XLS) Average of 2 lowest asbestos bids (XLS) WOODY'S DEMOLITION CONTRACTOR AGREEMENT (DOCX) Average of 3 Demo Bids (XLS) Environmental Kleanup bid packet (PDF) Environmental Kleanup bid packet 2 (PDF) Dakeno bid packet (PDF) Woody's Demolition bid packet (PDF) Enviro-Test bid packet (PDF) Allstate Services bid packet (PDF) Updated: 1/14/2015 by Georgeann "Gigi" Hanna G Packet Pg.48 1 RESOLUTION NO. L 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF CONTRACTOR SERVICES c 3 AGREEMENTS WITH ALLSTATE SERVICES AND ENVIRO-TEST DBA SCOTT c 4 MORRISON & ASSOCIATES FOR ASBESTOS AND LEAD TESTING; AND WITH d WOODY'S DEMOLITION, DAKENO, INC., AND ENVIRONMENTAL KLEAN-UP ° 5 FOR ON-CALL DEMOLITION SERVICES. a 6 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE o CITY OF SAN BERNARDINO AS FOLLOWS: L o U 8 SECTION 1. The City Manager is hereby authorized and directed to execute a o N d 9 Contractor Services Agreement with Allstate Services and Enviro-Test DBA Scott Morrison & N a 10 Associates for asbestos and lead testing on an on-call basis; copies of these agreements are C4 M 11 ..► attached hereto and marked Attachments "A" and "B", respectively, and incorporated herein. 12 SECTION 2. Additionally the City Manager is hereby authorized and directed to 13 0 execute a Demolition Contractor Services Agreement with Woody's Demolition, Dakeno, Inc., 0) 14 y and Environmental Klean-Up, for on-call demolition services; copies of these agreements are 15 attached hereto and marked Attachments "C," "D" and "E," respectively, and incorporated N 16 0 17 herein. o W 18 SECTION 3. The Purchasing Manager is hereby authorized to issue a Purchase Order ° 0 19 for said services to Allstate Services, Enviro-Test DBA Scott Morrison & Associates, Woody's 20 Demolition, Dakeno, Inc., and Environmental Klean-Up in the aggregate amount of $125,000 d 0 21 for asbestos and lead testing and for on-call demolition services. C 22 SECTION 4. The authorization to execute the above-referenced agreements is c 23 rescinded if the agreements are not executed and returned to the Office of the City Clerk within o 24 sixty(60) days following the effective date of this Resolution. 25 r Q Packet Pg.49 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN L BERNARDINO AUTHORIZING THE EXECUTION OF CONTRACTOR SERVICES ° 2 AGREEMENTS WITH ALLSTATE SERVICES AND ENVIRO-TEST DBA SCOTT MORRISON & ASSOCIATES FOR ASBESTOS AND LEAD TESTING; AND WITH o 3 WOODY'S DEMOLITION, DAKENO, INC., AND ENVIRONMENTAL KLEAN-UP o 4 FOR ON-CALL DEMOLITION SERVICES. E 0 5 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and = �a 6 Common Council of the City of San Bernardino at a meeting thereof, held o U SC 7 on the day of , 2015, by the following vote, to wit: o U 8 Council Members: AYES NAYS ABSTAIN ABSENT N 9 N MARQUEZ Q 10 BARRIOS N 11 VALDIVIA 12 SHORETT ° E 13 NICKEL Q 14 N JOHNSON 15 m 16 MULVIHILL c 0 17 6 Georgeann Hanna, City Clerk o 18 N O 19 The foregoing resolution is hereby approved this day of , 2015. 20 y O 21 R. Carey Davis, Mayor Q CL City of San Bernardino Q O 22 Approved as to form: _ Gary Saenz, City Attorney ° 23 0 24 By: 25 �a Q Packet Pg. 5O Exhibit 1 CONTRACTOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND ALLSTATE SERVICES, LLC FOR ASBESTOS AND LEAD TESTING THIS AGREEMENT is made and entered into this day of , 2015 c ("Effective Date"), by and between the CITY OF SAN BERNARDINO, a charter city ("CITY"), U I and Allstate Services,LLC ("CONTRACTOR"). 0 U WITNESSETH : 0 E a� A. WHEREAS CITY ° proposes to have CONTRACTOR perform the services .a described herein below; and L B. WHEREAS, CONTRACTOR represents that it has that degree of specialized expertise contemplated within California Government Code, Section 37103, and holds all ., necessary licenses to practice and perform the services herein contemplated; and o v C. WHEREAS, CITY and CONTRACTOR desire to contract for asbestos and lead ° testing and related work; and a D. WHEREAS, no official or employee of CITY has a financial interest, within the provisions of California Government Code, Sections 1090-1092, in the subject matter of this Agreement. a NOW, THEREFORE, for and in consideration of the mutual covenants and conditions contained herein, the parties hereby agree as follows: 1.0. SERVICES PROVIDED BY CONTRACTOR Y a 1.1. Scope of Services. For the remuneration stipulated, CONTRACTOR shall provide a Proposal for Asbestos Services as described in RFQ F-15-15 and the Scope of Services _N attached hereto as Exhibit "I" and incorporated herein by this reference. If a conflict arises Q between the Scope of Services and this Professional Services Agreement (hereinafter "Agreement"),the terms of the Agreement shall govern. r E L 1.2. Professional Practices. All professional services to be provided by Q CONTRACTOR pursuant to this Agreement shall be provided by skilled personnel and in a c manner consistent with the standards of care, diligence and skill ordinarily exercised by E professional CONTRACTORs in similar fields and circumstances in accordance with sound professional practices. CONTRACTOR also warrants that it is familiar with all laws that may Q affect its performance of this Agreement and shall advise CITY of any changes in any laws that may affect CONTRACTOR's performance of this Agreement. CONTRACTOR further represents that no CITY employee will provide any services under this Agreement. 1 Packet Pg. 51 5.D.b 13. Warranty. CONTRACTOR warrants that it shall perform the services required by this Agreement in compliance with all applicable Federal and California employment laws including, but not limited to, those laws related to minimum hours and wages; occupational health and safety; fair employment and employment practices; workers' compensation insurance and safety in employment; and all other Federal, State and local laws and ordinances applicable to the services required under this Agreement. CONTRACTOR shall indemnify and hold harmless CITY from and against all claims, demands, payments, suits, actions, proceedings, and c judgments of every nature and description including reasonable attorneys' fees and costs, presented, brought, or recovered against CITY for, or on account of any liability under any of the above-mentioned laws, arising from or related to CONTRACTOR's performance under this o V Agreement. o E a� 1.4. Non-discrimination. In performing this Agreement, CONTRACTOR 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, L mental or physical disability, medical condition, marital status, sexual gender or sexual ° U orientation, except as permitted pursuant to Section 12940 of the Government Code. Violation of w this provision may result in the imposition of penalties referred to in Labor Code, Section 1735. o U 1.5 Non-Exclusive Agreement. CONTRACTOR acknowledges that CITY may enter o into agreements with other CONTRACTORs for services similar to the services that are subject to this Agreement or may have its own employees perform services similar to those services a contemplated by this Agreement. 1.6. Delegation and Assignment. This is a personal service contract, and the duties set forth herein shall not be delegated or assigned to any person or entity without the prior written Q consent of CITY. CONTRACTOR may engage a subcontractor(s) as permitted by law and may employ other personnel to perform services contemplated by this Agreement at CONTRACTOR's sole cost and expense. U c4 r r.. 1.7 Conflicts of Interest. During the term of this Agreement, CONTRACTOR shall at Q all times maintain a duty of loyalty and a fiduciary duty as to the CITY and shall not accept payment from or employment with any person or entity which will constitute a conflict of _N interest with the CITY. ¢ o� N 1.8 CITY Business Certificate. CONTRACTOR shall obtain and maintain during the M term of this Agreement, a valid CITY Business Registration Certificate pursuant to Title 5 of the E City of San Bernardino Municipal Code and any and all other licenses, permits, qualifications, Q insurance and approvals of whatever nature that are legally required of CONTRACTOR to practice its profession, skill or business. E s U 2.0. COMPENSATION AND BILLING Q 2.1. Compensation. Over the term of this Agreement, CONTRACTOR shall be paid for such services in accordance with the Bid Specifications attached as Exhibit 2. 2 Packet Pg.52 5.D.b 2.2. Additional Services. CONTRACTOR shall not receive compensation for any services provided outside the Scope of Services unless the CITY, prior to CONTRACTOR performing the additional services, approves such additional services in writing. It is specifically understood that oral requests and/or approvals of such additional services or additional compensation shall be barred and are unenforceable. 2.3. Method of Billing. CONTRACTOR may submit invoices to CITY for approval. Said invoice shall be based on the total of all CONTRACTOR's services which have been 2 cc completed to CITY's sole satisfaction. CITY shall pay CONTRACTOR's invoice within forty- five (45) days from the date CITY receives said invoice. The invoice shall describe in detail,the v services performed and the associated time for completion. Any additional services approved and o performed pursuant to this Agreement shall be designated as "Additional Services" and shall E identify the number of the authorized change order,where applicable,on all invoices. ° 2.4. Records and Audits. Records of CONTRACTOR's services relating to this y Agreement shall be maintained in accordance with generally recognized accounting principles o and shall be made available to CITY for inspection and/or audit at mutually convenient times for 2 a period of three (3)years from the Effective Date. o U 3.0. TERM AND NOTIFICATION. o a� 3.1. Term. This Agreement shall commence on the Effective Date and continue for Q three (3) years with the possibility of two 1-year extensions, unless the Agreement is previously .. terminated as provided for herein. N M 3.2 Termination. CITY or CONTRACTOR may terminate this Agreement for any a reason upon thirty (30) days written notice to the other party. In the event of termination, CONTRACTOR shall be paid the reasonable value of services rendered to the date of d termination. E s 3.3 Documents. In the event of termination of this Agreement, all documents Q prepared by CONTRACTOR in its performance of this Agreement shall be delivered to the a' CITY within ten (10) days of delivery of termination notice to CONTRACTOR, at no cost to N CITY. Any use of uncompleted documents without specific written authorization from CONTRACTOR shall be at CITY's sole risk and without liability or legal expense to N CONTRACTOR. E a _ d E r a 3 Packet Pg. 53 5.D.b 4.0. INSURANCE 4.1. Minimum Scope and Limits of Insurance. CONTRACTOR shall obtain and maintain during the term of this Agreement all of the following insurance coverages: (a) Commercial general liability, including premises-operations, products/completed operations, broad form property damage, blanket contractual liability, i independent contractors, personal injury with a policy limit of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. c 0 (b) Automobile liability for owned vehicles, hired, and non-owned vehicles, with a E policy limit of not less than One Million Dollars ($1,000,000.00), combined o single limits,per occurrence and aggregate. _ m (c) Workers' compensation insurance as required by the State of California. o 4.2. Endorsements. The commercial general liability insurance policy shall contain or be endorsed to contain the following provisions: v W (a) Additional insureds: "The City of San Bernardino and its elected and appointed N boards, officers, agents, and employees are additional insureds with respect to CONTRACTOR'S performance under this contract." Q N (b) Notice: "Said policy shall not terminate, nor shall it be materially changed or cancelled, nor the coverage reduced, until thirty (30) days after written notice is given to CITY." Q c (c) Other insurance: "Any other insurance maintained by the City of San Bernardino E shall be excess and not contributing with the insurance provided by this policy." w 4.3. Certificates of Insurance. CONTRACTOR shall provide to CITY certificates of a insurance showing the insurance coverages and required endorsements described above, in a form and content approved by CITY,prior to performing any services under this Agreement. a 4.4. Non-limiting. Nothing in this Section shall be construed as limiting in any way, o the indemnification provision contained in this Agreement, or the extent to which 2 CONTRACTOR may be held responsible for payments of damages to persons or property. 5.0. GENERAL PROVISIONS CD E 5.1. Entire Agreement. This Agreement constitutes the entire Agreement between the U parties with respect to any matter referenced herein and supersedes any and all other prior a writings and oral negotiations. This Agreement may be modified only in writing, and signed by the parties in interest at the time of such modification. The terms of this Agreement shall prevail over any inconsistent provision in any other contract document appurtenant hereto, including exhibits to this Agreement. 4 Packet Pg.54 LAW 5.2. Notices. Any notices, documents, correspondence or other communications concerning this Agreement or the work hereunder may be provided by personal delivery, facsimile or mail and shall be addressed as set forth below. Such communication shall be deemed served or delivered: a) at the time of delivery if such communication is sent by personal delivery; b) at the time of transmission if such communication is sent by facsimile; and c) 48 hours after deposit in the U.S. Mail as reflected by the official U.S. postmark if such communication is sent through regular United States mail. o r IF TO CONTRACTOR: IF TO CITY: y 0 Allstate Services, LLC City Manager o 2279 Eagle Glen Parkway, Ste.112-206 300 North "D" Street E Corona, CA 92883 San Bernardino, CA 92418 ° Telephone: (951) 245-3700 Telephone: (909) 384-5122 c Facsimile: (951) 245-3753 Facsimile: (909) 3 84-513 8 L 0 r L 5.3. Attorneys' Fees. In the event that litigation is brought by any party in connection c with this Agreement, the prevailing party shall be entitled to recover from the opposing party all v costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the o exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions, or provisions hereof. The costs, salary and expenses of the City Attorney and a members of his office in enforcing this contract on behalf of the CITY shall be considered as "attorneys' fees" for the purposes of this Agreement. N co M 5.4. Governing Law. This Agreement shall be governed by and construed under the Q laws of the State of California without giving effect to that body of laws pertaining to conflict of laws. In the event of any legal action to enforce or interpret this Agreement, the parties hereto agree that the sole and exclusive venue shall be a court of competent jurisdiction located in San Bernardino County, California. a 5.5. Assignment. CONTRACTOR shall not voluntarily or by operation of law assign, transfer, sublet or encumber all or any part of CONTRACTOR's interest in this Agreement _2 without CITY's prior written consent. Any attempted assignment, transfer, subletting or Q encumbrance shall be void and shall constitute a breach of this Agreement and cause for termination of this Agreement. Regardless of CITY's consent, no subletting or assignment shall Y release CONTRACTOR of CONTRACTOR's obligation to perform all other obligations to be performed by CONTRACTOR hereunder for the term of this Agreement. a 5.6. Indemnification and Hold Harmless. CONTRACTOR shall protect, defend, indemnify and hold harmless CITY and its elected and appointed officials, boards, commissions, officers, attorneys, agents and employees from any and all claims, losses, demands, suits, Q administrative actions, penalties, liabilities and expenses, including reasonable attorney fees, damage to property or injuries to or death of any person or persons or damages of any nature including, but not limited to, all civil claims or workers' compensation claims arising from or in any way related to CONTRACTOR's performance under this Agreement, except when caused solely by the CITY's negligence. 5 Packet Pg.55 5.D.b 5.7. Independent Contractor. CONTRACTOR, at all times while performing under this Agreement, is and shall be acting at all times as an independent contractor and not as an agent or employee of CITY. CONTRACTOR shall secure, at its expense, and be responsible for any and all payment of wages, benefits and taxes including, but not limited to, Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for CONTRACTOR and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be performed hereunder. c Neither CONTRACTOR nor its officers, agents and employees shall be entitled to receive any benefits which employees of CITY are entitled to receive and shall not be entitled to workers' compensation insurance, unemployment compensation, medical insurance, life insurance, paid ° U vacations,paid holidays, pension,profit sharing or social security on account of CONTRACTOR 0 and its officers', agents' and employees' work for the CITY. This Agreement does not create the o relationship of agent, servant, employee partnership or joint venture between the CITY and a CONTRACTOR. L 5.8 Conflict of Interest Disclosure. CONTRACTOR or its employees may be subject ° to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires L such persons to disclose financial interests that may be materially affected by the work o performed under this Agreement, and (2) prohibits such persons from making or participating in N making decisions that will have a foreseeable financial effect on such interest. ° N d .Q CONTRACTOR shall conform to all requirements of the Act. Failure to do so a constitutes a material breach and is grounds for termination of the Agreement by CITY. N tC 5.9. Responsibility for Errors. CONTRACTOR shall be responsible for its work and results under this Agreement. CONTRACTOR, when requested, shall furnish clarification and/or a explanation as may be required by the CITY's representative, regarding any services rendered under this Agreement at no additional cost to CITY. In the event that an error or omission attributable to CONTRACTOR occurs, then CONTRACTOR shall, at no cost to CITY, provide -° all other CONTRACTOR professional services necessary to rectify and correct the matter to the Y sole satisfaction of CITY and to participate in any meeting required with regard to the correction. a as 5.1 Q. Prohibited Employment. CONTRACTOR shall not employ any current employee N of CITY to perform the work under this Agreement while this Agreement is in effect. Q w N 5.11. Costs. Each party shall bear its own costs and fees incurred in the preparation and negotiation of this Agreement and in the performance of its obligations hereunder except as E expressly provided herein. 5.12. No Third Party Beneficiary Rights. This Agreement is entered into for the sole benefit of CITY and CONTRACTOR and no other parties are intended to be direct or incidental cc beneficiaries of this Agreement and no third party shall have any right in, under or to this Agreement. Q 5.13. Headings. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or b Packet Pg. 56 accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 5.14. Amendments. Only a writing executed by all of the parties hereto or their respective successors and assigns may amend this Agreement. 5.15. Waiver. The delay or failure of either party at any time to require performance or L compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No waiver of any provision of L this Agreement shall be effective unless in writing and signed by a duly authorized representative o of the party against whom enforcement of a waiver is sought. The waiver of any right or remedy o 1 with respect to any occurrence or event shall not be deemed a waiver of any right or remedy with E respect to any other occurrence or event, nor shall any waiver constitute a continuing waiver. ° 5.16. Severability. If any provision of this Agreement is determined by a court of y competent jurisdiction to be invalid or unenforceable for any reason, such determination shall not Y affect the validity or enforceability of the remaining terms and provisions hereof or of the L offending provision in any other circumstance, and the remaining provisions of this Agreement c shall remain in full force and effect. V N O 5.17. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original. All counterparts shall be construed together and shall a constitute one agreement. N 5.18. Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said Q parties and that by doing so, the parties hereto are formally bound to the provisions of this Agreement. E U R r N a.+ Q M r+ !!! E a a� E r Q 7 Packet Pg.57 5.d.b CONTRACTOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND ALLSTATE SERVICES,LLC FOR ASBESTOS AND LEAD TESTING IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and through their respective authorized officers,as of the date first above written. �a L .F+ _ 0 CITY OF SAN BERNARDINO, CONTRACTOR U A Municipal Corporation Allstate Services, LLC E 0 _ 0 Allen Parker, City Manager Signature L 0 U N O Name and Title N Q N ATTEST: M a _ a) Georgeann Hanna, City Clerk r a APPROVED AS TO FORM: y Gary D. Saenz, City Attorney Q a� N M By: E a E a 8 Packet Pg. 58 Exhibit I CONTRACTOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND ENVIRO-TEST dba SCOTT MORRISON & ASSOCIATES FOR ASBESTOS AND LEAD TESTING N L THIS AGREEMENT is made and entered into this day of , 2015 ("Effective Date"), by and between the CITY OF SA BERNARDINO, a charter city ("CITY"), L N and Enviro-Test dba Scott Morrison& Associates ("CONTRACTOR"). _ 0 U WITNESSETH : E a� 0 A. WHEREAS, CITY proposes to have CONTRACTOR perform the services described herein below; and c° N L 0 B. WHEREAS, CONTRACTOR represents that it has that degree of specialized expertise contemplated within California Government Code, Section 37103, and holds all necessary licenses to practice and perform the services herein contemplated; and 0 C. WHEREAS, CITY and CONTRACTOR desire to contract for asbestos and lead testing and related work; and -� D. WHEREAS, no official or employee of CITY has a financial interest, within the N provisions of California Government Code, Sections 1090-1092, in the subject matter of this `M° Agreement. - m NOW, THEREFORE, for and in consideration of the mutual covenants and conditions contained herein, the parties hereby agree as follows: _ �a 1.0. SERVICES PROVIDED BY CONTRACTOR Q 1.1. Scope of Services. For the remuneration stipulated, CONTRACTOR shall provide a Proposal for Contractors for Asbestos Services as described in RFQ F-15-15 and the o Scope of Services attached hereto as Exhibit "1" and incorporated herein by this reference. If a conflict arises between the Scope of Services and this Professional Services Agreement (hereinafter "Agreement"),the terms of the Agreement shall govern. M r-. 1.2. Professional Practices. All professional services to be provided by CONTRACTOR pursuant to this Agreement shall be provided by skilled personnel and in a a manner consistent with the standards of care, diligence and skill ordinarily exercised by professional CONTRACTORS in similar fields and circumstances in accordance with sound E professional practices. CONTRACTOR also warrants that it is familiar with all laws that may affect its performance of this Agreement and shall advise CITY of any changes in any laws that Q may affect CONTRACTOR's performance of this Agreement. CONTRACTOR further represents that no CITY employee will provide any services under this Agreement. I Packet Pg. 59 1.3. Warranty. CONTRACTOR warrants that it shall perform the services required by this Agreement in compliance with all applicable Federal and California employment laws including, but not limited to, those laws related to minimum hours and wages; occupational health and safety; fair employment and employment practices; workers' compensation insurance and safety in employment; and all other Federal, State and local laws and ordinances applicable to the services required under this Agreement. CONTRACTOR shall indemnify and hold L harmless CITY from and against all claims, demands, payments, suits, actions, proceedings, and ° judgments of every nature and description including reasonable attorneys' fees and costs, presented, brought, or recovered against CITY for, or on account of any liability under any of the o above-mentioned laws, arising from or related to CONTRACTOR's performance under this c Agreement. E d 0 1.4. Non-discrimination. In performing this Agreement, CONTRACTOR shall not engage in, nor permit its officers, employees or agents to engage in, discrimination in y 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 L orientation, except as permitted pursuant to Section 12940 of the Government Code. Violation of c this provision may result in the imposition of penalties referred to in Labor Code, Section 1735. c i N O 1.5 Non-Exclusive Agreement. CONTRACTOR acknowledges that CITY may enter into agreements with other CONTRACTORs for services similar to the services that are subject -� to this Agreement or may have its own employees perform services similar to those services Q contemplated by this Agreement. N 1.6. Delegation and Assignment. This is a personal service contract, and the duties set forth herein shall not be delegated or assigned to any person or entity without the prior written 0° consent of CITY. CONTRACTOR may engage a subcontractor(s) as permitted by law and may employ other personnel to perform services contemplated by this Agreement at E CONTRACTOR's sole cost and expense. 1.7 Conflicts of Interest. During the term of this Agreement, CONTRACTOR shall at all times maintain a duty of loyalty and a fiduciary duty as to the CITY and shall not accept payment from or employment with any person or entity which will constitute a conflict of ° interest with the CITY. > _ w rn 1.8 CITY Business Certificate. CONTRACTOR shall obtain and maintain during the term of this Agreement, a valid CITY Business Registration Certificate pursuant to Title 5 of the City of San Bernardino Municipal Code and any and all other licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required of CONTRACTOR to Q practice its profession, skill or business. a� E 2.0. COMPENSATION AND BILLING 2.1. Compensation. Over the term of this Agreement, CONTRACTOR shall be paid for such services in accordance with the Bid Specifications attached as Exhibit 2. 2 'Packet Pg.60 2.2. Additional Services. CONTRACTOR shall not receive compensation for any services provided outside the Scope of Services unless the CITY, prior to CONTRACTOR performing the additional services, approves such additional services in writing. It is specifically understood that oral requests and/or approvals of such additional services or additional compensation shall be barred and are unenforceable. 2.3. Method of Billing. CONTRACTOR may submit invoices to CITY for approval. 0 Said invoice shall be based on the total of all CONTRACTOR's services which have been L completed to CITY's sole satisfaction. CITY shall pay CONTRACTOR's invoice within forty- 0 five (45) days from the date CITY receives said invoice. The invoice shall describe in detail, the U services performed and the associated time for completion. Any additional services approved and E performed pursuant to this Agreement shall be designated as "Additional Services" and shall o identify the number of the authorized change order, where applicable, on all invoices. 2.4. Records and Audits. Records of CONTRACTOR's services relating to this c Agreement shall be maintained in accordance with generally recognized accounting principles and shall be made available to CITY for inspection and/or audit at mutually convenient times for a period of three (3) years from the Effective Date. 3.0. TERM AND NOTIFICATION. a� 3.1. Term. This Agreement shall commence on the Effective Date and continue for three (3) years with the possibility of two I-year extensions, unless the Agreement is previously N terminated as provided for herein. to 3.2 Termination. CITY or CONTRACTOR may terminate this Agreement for any 00 reason upon thirty (30) days written notice to the other party. In the event of termination, CONTRACTOR shall be paid the reasonable value of services rendered to the date of E termination. 3.3 Documents. In the event of termination of this Agreement, all documents Q prepared by CONTRACTOR in its performance of this Agreement shall be delivered to the F CITY within ten (10) days of delivery of termination notice to CONTRACTOR, at no cost to 6 CITY. Any use of uncompleted documents without specific written authorization from CONTRACTOR shall be at CITY's sole risk and without liability or legal expense to w CONTRACTOR. M a+ E L Q w _ d E t V t9 r+ a 3 Packet Pg.61 4.0. INSURANCE 4.1. Minimum Scope and Limits of Insurance. CONTRACTOR shall obtain and maintain during the term of this Agreement all of the following insurance coverages: (a) Commercial general liability, including premises-operations, products/completed operations, broad form property damage, blanket contractual liability, S independent contractors, personal injury with a policy limit of not less than One a Million Dollars ($1,000,000.00), combined single limits, per occurrence and o aggregate. to 0 E (b) Automobile liability for owned vehicles, hired, and non-owned vehicles, with a o policy limit of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. o L (c) Workers' compensation insurance as required by the State of California. L d+ 4.2. Endorsements. The commercial general liability insurance policy shall contain or o be endorsed to contain the following provisions: y 0 (a) Additional insureds: "The City of San Bernardino and its elected and appointed s boards, officers, agents, and employees are additional insureds with respect to CONTRACTOR'S performance under this contract." i (b) Notice: "Said policy shall not terminate, nor shall it be materially changed or cancelled, nor the coverage reduced, until thirty (30) days after written notice is m given to CITY." �- a� E (c) Other insurance: "Any other insurance maintained by the City of San Bernardino shall be excess and not contributing with the insurance provided by this policy." a 4.3. Certificates of Insurance. CONTRACTOR shall provide to CITY certificates of insurance showing the insurance coverages and required endorsements described above, in a o 6. farm and content approved by CITY, prior to performing any services under this Agreement. _ w 4.4. Non-limiting. Nothing in this Section shall be construed as limiting in any way, N the indemnification provision contained in this Agreement, or the extent to which CONTRACTOR may be held responsible for payments of damages to persons or property. E L 5.0. GENERAL PROVISIONS a w _ a� 5.1. Entire Agreement. This Agreement constitutes the entire Agreement between the E parties with respect to any matter referenced herein and supersedes any and all other prior writings and oral negotiations. This Agreement may be modified only in writing, and signed by 4 the parties in interest at the time of such modification. The terms of this Agreement shall prevail over any inconsistent provision in any other contract document appurtenant hereto, including exhibits to this Agreement. i 4 Packed Pg.62 5.2. Notices. Any notices, documents, correspondence or other communications concerning this Agreement or the work hereunder may be provided by personal delivery, facsimile or mail and shall be addressed as set forth below. Such communication shall be deemed served or delivered: a) at the time of delivery if such communication is sent by personal delivery; b) at the time of transmission if such communication is sent by facsimile; and c) 48 hours after deposit in the U.S. Mail as reflected by the official U.S. postmark if such communication is sent L through regular United States mail. .2 L IF TO CONTRACTOR: IF TO CITY: c U Enviro-Test dba Scott Morrison& Assoc. City Manager E P.O. Box 55329 300 North"D" Street o Riverside, CA 92517 San Bernardino, CA 92418 Telephone: (760) 323-7743 Telephone: (909) 384-5122 R Facsimile: none provided Facsimile: (909) 384-5138 0 0 U L 5.3. Attorneys' Fees. In the event that litigation is brought by any party in connection v with this Agreement, the prevailing party shall be entitled to recover from the opposing party all o costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, -� conditions, or provisions hereof. The costs, salary and expenses of the City Attorney and a members of his office in enforcing this contract on behalf of the CITY shall be considered as N "attorneys' fees" for the purposes of this Agreement. M 5.4. Governing Law. This Agreement shall be governed by and construed under the laws of the State of California without giving effect to that body of laws pertaining to conflict of laws. In the event of any legal action to enforce or interpret this Agreement, the parties hereto E agree that the sole and exclusive venue shall be a court of competent jurisdiction located in San Bernardino County, California. Q 5.5. Assignment. CONTRACTOR shall not voluntarily or by operation of law assign, transfer, sublet or encumber all or any part of CONTRACTOR's interest in this Agreement o 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 W termination of this Agreement. Regardless of CITY's consent, no subletting or assignment shall Cn release CONTRACTOR of CONTRACTOR's obligation to perform all other obligations to be performed by CONTRACTOR hereunder for the term of this Agreement. a 5.6. Indemnification and Hold Harmless. CONTRACTOR shall protect, defend, c indemnify and hold harmless CITY and its elected and appointed officials, boards, commissions, E officers, attorneys, agents and employees from any and all claims, losses, demands, suits, administrative actions, penalties, liabilities and expenses, including reasonable attorney fees, a damage to property or injuries to or death of any person or persons or damages of any nature including, but not limited to, all civil claims or workers' compensation claims arising from or in any way related to CONTRACTOR's performance under this Agreement, except when caused solely by the CITY's negligence. 5 Packet Pg.63 5.7. Independent Contractor. CONTRACTOR, at all times while performing under this Agreement, is and shall be acting at all times as an independent contractor and not as an agent or employee of CITY. CONTRACTOR shall secure, at its expense, and be responsible for any and all payment of wages, benefits and taxes including, but not limited to, Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for CONTRACTOR and its officers, agents, and employees, and all i business licenses, if any are required, in connection with the services to be performed hereunder. 0 Neither CONTRACTOR nor its officers, agents and employees shall be entitled to receive any benefits which employees of CITY are entitled to receive and shall not be entitled to workers' c compensation insurance, unemployment compensation, medical insurance, life insurance, paid V vacations, paid holidays, pension,profit sharing or social security on account of CONTRACTOR d and its officers', agents' and employees' work for the CITY. This Agreement does not create the o relationship of agent, servant, employee partnership or joint venture between the CITY and = CONTRACTOR. N L O 5.8 Conflict of Interest Disclosure. CONTRACTOR or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires c such persons to disclose financial interests that may be materially affected by the work v performed under this Agreement, and (2) prohibits such persons from making or participating in o making decisions that will have a foreseeable financial effect on such interest. .c CONTRACTOR shall conform to all requirements of the Act. Failure to do so Q constitutes a material breach and is grounds for termination of the Agreement by CITY. N 5.9. Responsibility for Errors. CONTRACTOR shall be responsible for its work and results under this Agreement. CONTRACTOR, when requested, shall furnish clarification and/or 00 explanation as may be required by the CIT'Y's representative, regarding any services rendered under this Agreement at no additional cost to CITY. In the event that an error or omission s attributable to CONTRACTOR occurs, then CONTRACTOR shall, at no cost to CITY, provide all other CONTRACTOR professional services necessary to rectify and correct the matter to the a sole satisfaction of CITY and to participate in any meeting required with regard to the correction. d i ~ 5.10. Prohibited Employment. CONTRACTOR shall not employ any current employee o of CITY to perform the work under this Agreement while this Agreement is in effect. a w 5.11. Costs. Each party shall bear its own costs and fees incurred in the preparation and negotiation of this Agreement and in the performance of its obligations hereunder except as expressly provided herein. E Q 5.12. No Third Party Beneficiary Rights. This Agreement is entered into for the sole benefit of CITY and CONTRACTOR and no other parties are intended to be direct or incidental E beneficiaries of this Agreement and no third party shall have any right in, under or to this 0 Agreement. I `t 5.13. Headings. Paragraphs and subparagraph headings contained in this Agreement I � are included solely for convenience and are not intended to modify, explain or to be a full or 6 Packet Pg.64 accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 5.14. Amendments. Only a writing executed by all of the parties hereto or their respective successors and assigns may amend this Agreement. U) 5.15. Waiver. The delay or failure of either party at any time to require performance or r compliance by the other of any of its obligations or agreements shall in no way be deemed a L waiver of those rights to require such performance or compliance. No waiver of any provision of o this Agreement shall be effective unless in writing and signed by a duly authorized representative U of the party against whom enforcement of a waiver is sought. The waiver of any right or remedy E with respect to any occurrence or event shall not be deemed a waiver of any right or remedy with o respect to any other occurrence or event, nor shall any waiver constitute a continuing waiver. _ a 5.16. Severabilit . if any provision of this Agreement is determined by a court of o 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 C U shall remain in full force and effect. o Y 5.17. Counterparts. This Agreement may be executed in one or more counterparts,each y of which shall be deemed an original. All counterparts shall be construed together and shall ¢ constitute one agreement. N M 5.18. Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said m parties and that by doing so, the parties hereto are formally bound to the provisions of this a Agreement. E U /// , ¢ 6 L c w N t0 M Y E L ¢ c a> E U Y Y IlI a 7 Packet Pg.65 CONTRACTOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND ENVIRO-TEST dba SCOTT MORRISON & ASSOCIATES FOR ASBESTOS AND LEAD TESTING IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and L through their respective authorized officers,as of the date first above written. 0 L b/ _ CITY OF SAN BERNARDINO, CONTRACTOR 0 A Municipal Corporation Enviro-Test dba Scott Moison&Assoc. E rr a� 0 V N L O Allen Parker, City Manager Signature L _ O U N O Name and Title a N ATTEST: M a� Georgeann Hanna, City Clerk E w APPROVED AS TO FORM: Gary D. Saenz, City Attorney ° w rn B . M r E L _ d E s 8 Packet Pg.66 Exhibit 1 DEMOLITION CONTRACTOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND WOODY'S DEMOLITION THIS AGREEMENT is made and entered into this day of , 2015 ("Effective Date"), by and between the CITY OF SAN BERNARDINO, a charter city ("CITY"), o and Woody's Demolition("CONTRACTOR"). L .F+ _ WITNESSETH : 0 0 A. WHEREAS, CITY proposes to have CONTRACTOR perform the services o described herein below; and _ �a B. WHEREAS, CONTRACTOR represents that it has that degree of specialized L expertise contemplated within California Government Code, Section 37103, and holds all 0 necessary licenses to practice and perform the services herein contemplated; and 0 C. WHEREAS, CITY and CONTRACTOR desire to contract for demolition and v y related abatement work; and N d D. WHEREAS, no official or employee of CITY has a financial interest, within the Q provisions of California Government Code, Sections 1090-1092, in the subject matter of this Agreement. M NOW, THEREFORE, for and in consideration of the mutual covenants and conditions v contained herein, the parties hereby agree as follows: as 1.0. SERVICES PROVIDED BY CONTRACTOR w 1.1. Scope of Services. For the remuneration stipulated, CONTRACTOR shall a provide a Proposal for Contractors for On-Call Demolition Services as described in RFQ X-15- ';, 01 and the Scope of Services attached hereto as Exhibit "1" and incorporated herein by this 0 reference. If a conflict arises between the Scope of Services and this Professional Services 3: Agreement(hereinafter "Agreement"),the terms of the Agreement shall govern. M 1.2. Professional Practices. All professional services to be provided by E CONTRACTOR pursuant to this Agreement shall be provided by skilled personnel and in a manner consistent with the standards of care, diligence and skill ordinarily exercised by professional CONTRACTORS in similar fields and circumstances in accordance with sound professional practices. CONTRACTOR also warrants that it is familiar with all laws that may Z affect its performance of this Agreement and shall advise CITY of any changes in any laws that may affect CONTRACTOR's performance of this Agreement. CONTRACTOR further represents that no CITY employee will provide any services under this Agreement. 1 Packet Pg. 67 1.3. Warrantv. CONTRACTOR warrants that it shall perform the services required by this Agreement in compliance with all applicable Federal and California employment laws including, but not limited to, those laws related to minimum hours and wages; occupational health and safety; fair employment and employment practices; workers' compensation insurance and safety in employment; and all other Federal, State and local laws and ordinances applicable to the services required under this Agreement. CONTRACTOR shall indemnify and hold harmless CITY from and against all claims, demands, payments, suits, actions, proceedings, and o judgments of every nature and description including reasonable attorneys' fees and costs, presented, brought, or recovered against CITY for, or on account of any liability under any of the above-mentioned laws, arising from or related to CONTRACTOR's performance under this U Agreement. 0 E as 0 1.4. Non-discrimination. In performing this Agreement, CONTRACTOR 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, o 4. mental or physical disability, medical condition, marital status, sexual gender or sexual orientation, except as permitted pursuant to Section 12940 of the Government Code. Violation of this provision may result in the imposition of penalties referred to in Labor Code, Section 1735. 0 N 1.5 Non-Exclusive Agreement. CONTRACTOR acknowledges that CITY may enter 0 into agreements with other CONTRACTORs for services similar to the services that are subject to this Agreement or may have its own employees perform services similar to those services Q contemplated by this Agreement. N M 1.6. Delegation and Assignment. This is a personal service contract, and the duties set forth herein shall not be delegated or assigned to any person or entity without the prior written v consent of CITY. CONTRACTOR may engage a subcontractor(s) as permitted by law and may employ other personnel to perform services contemplated by this Agreement at E CONTRACTOR's sole cost and expense. 1.7 Conflicts of Interest. During the term of this Agreement, CONTRACTOR shall at Q Jn all times maintain a duty of loyalty and a fiduciary duty as to the CITY and shall not accept payment from or employment with any person or entity which will constitute a conflict of o interest with the CITY. N 1.8 CITY Business Certificate. CONTRACTOR shall obtain and maintain during the M term of this Agreement, a valid CITY Business Registration Certificate pursuant to Title 5 of the E City of San Bernardino Municipal Code and any and all other licenses, permits, qualifications, a insurance and approvals of whatever nature that are legally required of CONTRACTOR to practice its profession, skill or business. E 2.0. COMPENSATION AND BILLING a 2.1. Compensation. Over the term of this Agreement, CONTRACTOR shall be paid for such services in accordance with the Bid Specifications attached as Exhibit 2. 2 2.2. Additional Services. CONTRACTOR shall not receive compensation for any services provided outside the Scope of Services unless the CITY, prior to CONTRACTOR performing the additional services, approves such additional services in writing. It is specifically understood that oral requests and/or approvals of such additional services or additional compensation shall be barred and are unenforceable. 2.3. Method of Billing. CONTRACTOR may submit invoices to CITY for approval. o Said invoice shall be based on the total of all CONTRACTOR's services which have been a completed to CITY's sole satisfaction. CITY shall pay CONTRACTOR's invoice within forty- five (45) days from the date CITY receives said invoice. The invoice shall describe in detail, the v services performed and the associated time for completion. Any additional services approved and 0 performed pursuant to this Agreement shall be designated as "Additional Services" and shall o identify the number of the authorized change order,where applicable, on all invoices. �a 2.4. Records and Audits. Records of CONTRACTOR's services relating to this L Agreement shall be maintained in accordance with generally recognized accounting principles 0 and shall be made available to CITY for inspection and/or audit at mutually convenient times for a period of three (3) years from the Effective Date. v N 3.0. TERM AND NOTIFICATION. ° U) a� 3.1. Term. This Agreement shall commence on the Effective Date and continue for Q three (3) years with the possibility of two I-year extensions, unless the Agreement is previously terminated as provided for herein. N M 3.2 Termination. CITY or CONTRACTOR may terminate this Agreement for any reason upon thirty (30) days written notice to the other party. In the event of termination, CONTRACTOR shall be paid the reasonable value of services rendered to the date of termination. 3.3 Documents. In the event of termination of this Agreement, all documents a prepared by CONTRACTOR in its performance of this Agreement shall be delivered to the CITY within ten (10) days of delivery of termination notice to CONTRACTOR, at no cost to 0 CITY. Any use of uncompleted documents without specific written authorization from CONTRACTOR shall be at CITY's sole risk and without liability or legal expense to N CONTRACTOR. M r E 4.0. INSURANCE Q a.: 4.1. Minimum Scope and Limits of Insurance. CONTRACTOR shall obtain and a maintain during the term of this Agreement all of the following insurance coverages: s (a) Commercial general liability, including premises-operations, products/completed a operations, broad form property damage, blanket contractual liability, independent contractors, personal injury with a policy limit of not less than One Million Dollars ($1,000,000.00), combined single limits, per occurrence and aggregate. 3 (b) Automobile liability for owned vehicles, hired, and non-owned vehicles, with a policy limit of not less than One Million Dollars ($1,000,000.00), combined single limits,per occurrence and aggregate. (c) Workers' compensation insurance as required by the State of California. 4.2. Endorsements. The commercial general liability insurance policy shall contain or o be endorsed to contain the following provisions: L (a) Additional insureds: "The City of San Bernardino and its elected and appointed o U boards, officers, agents, and employees are additional insureds with respect to 0 CONTRACTOR'S performance under this contract." o (b) Notice: "Said policy shall not terminate, nor shall it be materially changed or cancelled, nor the coverage reduced, until thirty (30) days after written notice is L given to CITY." L (c) Other insurance: "Any other insurance maintained by the City of San Bernardino 0 shall be excess and not contributing with the insurance provided by this policy." 0 4.3. Certificates of Insurance. CONTRACTOR shall provide to CITY certificates of insurance showing the insurance coverages and required endorsements described above, in a Q form and content approved by CITY, prior to performing any services under this Agreement. 4.4. Non-limiting. Nothing in this Section shall be construed as limiting in any way, �. the indemnification provision contained in this Agreement, or the extent to which CONTRACTOR may be held responsible for payments of damages to persons or property. c a� 5.0. GENERAL PROVISIONS s R 5.1, Entire Agreement. This Agreement constitutes the entire Agreement between the Q parties with respect to any matter referenced herein and supersedes any and all other prior y writings and oral negotiations. This Agreement may be modified only in writing, and signed by o the parties in interest at the time of such modification. The terms of this Agreement shall prevail 0 over any inconsistent provision in any other contract document appurtenant hereto, including o, CM exhibits to this Agreement. w 5.2. Notices. Any notices, documents, correspondence or other communications a, L concerning this Agreement or the work hereunder may be provided by personal delivery, a facsimile or mail and shall be addressed as set forth below. Such communication shall be deemed served or delivered: a) at the time of delivery if such communication is sent by personal delivery; E b) at the time of transmission if such communication is sent by facsimile; and c) 48 hours after deposit in the U.S. Mail as reflected by the official U.S. postmark if such communication is sent a through regular United States mail. 4 IF TO CONTRACTOR: IF TO CITY: Woody's Demolition City Manager 92438 th Avenue 300 North"D" Street Hesperia, CA92345 San Bernardino, CA 92418 Telephone: (760) 559-4567 Telephone: (909) 384-5122 Facsimile: (760) 956-7204 Facsimile: (909) 384-5138 0 Y V L 5.3. Attorneys' Fees. In the event that litigation is brought by any party in connection 0 with this Agreement, the prevailing party shall be entitled to recover from the opposing party all E costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, ° conditions, or provisions hereof. The costs, salary and expenses of the City Attorney and members of his office in enforcing this contract on behalf of the CITY shall be considered as L "attorneys' fees" for the purposes of this Agreement. L 5.4. Governing Law. This Agreement shall be governed by and construed under the o laws of the State of California without giving effect to that body of laws pertaining to conflict of laws. In the event of any legal action to enforce or interpret this Agreement, the parties hereto N agree that the sole and exclusive venue shall be a court of competent jurisdiction located in San Bernardino County, California. Q 5.5. Assignment. CONTRACTOR shall not voluntarily or by operation of law assign, or encumber all or an art of CONTRACTOR's interest in this Agreement transfer, sublet y p g without CITY's prior written consent. Any attempted assignment, transfer, subletting or v encumbrance shall be void and shall constitute a breach of this Agreement and cause for termination of this Agreement. Regardless of CITY's consent, no subletting or assignment shall release CONTRACTOR of CONTRACTOR's obligation to perform all other obligations to be performed by CONTRACTOR hereunder for the term of this Agreement. Y 5.6. Indemnification and Hold Harmless. CONTRACTOR shall protect, defend, indemnify and hold harmless CITY and its elected and appointed officials, boards, commissions, o officers, attorneys, agents and employees from any and all claims, losses, demands, suits, administrative actions, penalties, liabilities and expenses, including reasonable attorney fees, damage to property or injuries to or death of any person or persons or damages of any nature including, but not limited to, all civil claims or workers' compensation claims arising from or in E any way related to CONTRACTOR's performance under this Agreement, except when caused a solely by the CITY's negligence. c v E t �a r Q 5 5.7. Independent Contractor. CONTRACTOR, at all times while performing under this Agreement, is and shall be acting at all times as an independent contractor and not as an agent or employee of CITY. CONTRACTOR shall secure, at its expense, and be responsible for any and all payment of wages, benefits and taxes including, but not limited to, Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for CONTRACTOR and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be performed hereunder. o Neither CONTRACTOR nor its officers, agents and employees shall be entitled to receive any U benefits which employees of CITY are entitled to receive and shall not be entitled to workers' compensation insurance, unemployment compensation, medical insurance, life insurance, paid e U vacations,paid holidays, pension,profit sharing or social security on account of CONTRACTOR 0 and its officers', agents' and employees' work for the CITY. This Agreement does not create the o relationship of agent, servant, employee partnership or joint venture between the CITY and c CONTRACTOR. L 5.8 Conflict of Interest Disclosure. CONTRACTOR or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose financial interests that may be materially affected by the work U performed under this Agreement, and (2) prohibits such persons from making or participating in N making decisions that will have a foreseeable financial effect on such interest. 2 N d CONTRACTOR shall conform to all requirements of the Act. Failure to do so a constitutes a material breach and is grounds for termination of the Agreement by CITY. 5.9. Responsibility for Errors. CONTRACTOR shall be responsible for its work and results under this Agreement. CONTRACTOR,when requested, shall furnish clarification and/or v explanation as may be required by the CITY's representative, regarding any services rendered under this Agreement at no additional cost to CITY. In the event that an error or omission attributable to CONTRACTOR occurs, then CONTRACTOR shall, at no cost to CITY, provide all other CONTRACTOR professional services necessary to rectify and correct the matter to the sole satisfaction of CITY and to participate in any meeting required with regard to the correction. N 5.10. Prohibited Employment. CONTRACTOR shall not employ any current employee c of CITY to perform the work under this Agreement while this Agreement is in effect. N to 5.11. Costs. Each party shall bear its own costs and fees incurred in the preparation and negotiation of this Agreement and in the performance of its obligations hereunder except as E expressly provided herein. °' a 5.12. No Third Party Beneficiary Rights. This Agreement is entered into for the sole benefit of CITY and CONTRACTOR and no other parties are intended to be direct or incidental beneficiaries of this Agreement and no third party shall have any right in, under or to this w Agreement. a 5.13. Headin s. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or 6 accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 5.14. Amendments. Only a writing executed by all of the parties hereto or their respective successors and assigns may amend this Agreement. 5.15. Waiver. The delay or failure of either party at any time to require performance or c compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance.No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative 0 of the party against whom enforcement of a waiver is sought. The waiver of any right or remedy 0 with respect to any occurrence or event shall not be deemed a waiver of any right or remedy with 0) respect to any other occurrence or event, nor shall any waiver constitute a continuing waiver. ° 5.16. 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 0 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 c shall remain in full force and effect. 0 5.17. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original. All counterparts shall be construed together and shall Q constitute one agreement. 5.18. Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by doing so, the parties hereto are formally bound to the provisions of this Agreement. E J � Q 0 0 o� N r E i c E Q 7 Packet Pq.73 5.D.d DEMOLITION CONTRACTOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND WOODY'S DEMOLITION IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and through their respective authorized officers, as of the date first above written. N L 0 V CITY OF SAN BERNARDINO, CONTRACTOR A Municipal Corporation Woody's Demolition 0 0 E d 0 c Allen Parker, City Manager Signature L 0 R L Y 0 Name and Title U 0 m Q ATTEST: N t0 M U Georgeann Hanna, City Clerk d E �a APPROVED AS TO FORM: Q Gary D. Saenz, City Attorney 0 0 rn By- C14 M a+ E L Q d E 0 .V r.+ Q 8 Packet Pg. 74 5.D.e Exhibit I DEMOLITION CONTRACTOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND DAKENO,INC. THIS AGREEMENT is made and entered into this day of , 2015 ("Effective Date"), by and between the CITY OF SAN BERNARDINO, a charter city ("CITY"), c and Dakeno, inc. ("CONTRACTOR"). L _ WITNESSETH : c0 ° I A. WHEREAS, CITY proposes to have CONTRACTOR perform the services o described herein below; and B. WHEREAS, CONTRACTOR represents that it has that degree of specialized L expertise contemplated within California Government Code, Section 37103, and holds all ° necessary licenses to practice and perform the services herein contemplated; and L _ ° C. WHEREAS, CITY and CONTRACTOR desire to contract for demolition and v N related abatement work; and ° a� D. WHEREAS, no official or employee of CITY has a financial interest, within the a provisions of California Government Code, Sections 1090-1092, in the subject matter of this Agreement. N NOW, THEREFORE, for and in consideration of the mutual covenants and conditions o contained herein, the parties hereby agree as follows: a� 1.0. SERVICES PROVIDED BY CONTRACTOR ° w I.I. Scope of Services. For the remuneration stipulated, CONTRACTOR shall a provide a Proposal for Contractors for On-Call Demolition Services as described in RFQ X-15- °_ 01 and the Scope of Services attached hereto as Exhibit "1" and incorporated herein by this reference. If a conflict arises between the Scope of Services and this Professional Services Agreement (hereinafter "Agreement"),the terms of the Agreement shall govern. CM M 2 1.2, Professional Practices. All professional services to be provided by E L CONTRACTOR pursuant to this Agreement shall be provided by skilled personnel and in a Q manner consistent with the standards of care, diligence and skill ordinarily exercised by professional CONTRACTORs in similar fields and circumstances in accordance with sound E professional practices. CONTRACTOR also warrants that it is familiar with all laws that may affect its performance of this Agreement and shall advise CITY of any changes in any laws that may affect CONTRACTOR's performance of this Agreement. CONTRACTOR further Q represents that no CITY employee will provide any services under this Agreement. } Packet Pg.75 r.r.. 5.D.e 1.3. Warranty. CONTRACTOR warrants that it shall perform the services required by this Agreement in compliance with all applicable Federal and California employment laws including, but not limited to, those laws related to minimum hours and wages, occupational health and safety; fair employment and employment practices; workers' compensation insurance and safety in employment; and all other Federal, State and local laws and ordinances applicable to the services required under this Agreement. CONTRACTOR shall indemnify and hold harmless CITY from and against all claims, demands, payments, suits, actions, proceedings, and c judgments of every nature and description including reasonable attorneys' fees and costs, R presented, brought, or recovered against CITY for, or on account of any liability under any of the above-mentioned laws, arising from or related to CONTRACTOR's performance under this U Agreement. E a� 1.4. Non-discrimination. In performing this Agreement, CONTRACTOR 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, except as permitted pursuant to Section 12940 of the Government Code. Violation of this provision may result in the imposition of penalties referred to in Labor Code, Section 1735. o U N 1.5 Non-Exclusive Agreement. CONTRACTOR acknowledges that CITY may enter into agreements with other CONTRACTORS for services similar to the services that are subject to this Agreement or may have its own employees perform services similar to those services Q contemplated by this Agreement. N 1.6. Delegation and Assignment. This is a personal service contract, and the duties set forth herein shall not be delegated or assigned to any person or entity without the prior written o consent of CITY. CONTRACTOR may engage a subcontractor(s) as permitted by law and may employ other personnel to perform services contemplated by this Agreement at E CONTRACTOR's sole cost and expense. 1.7 Conflicts of Interest. During the term of this Agreement, CONTRACTOR shall at a all times maintain a duty of loyalty and a fiduciary duty as to the CITY and shall not accept payment from or employment with any person or entity which will constitute a conflict of interest with the CITY. ° 0) N tD 1.8 CITY Business Certificate. CONTRACTOR shall obtain and maintain during the y term of this Agreement, a valid CITY Business Registration Certificate pursuant to Title 5 of the E City of San Bernardino Municipal Code and any and all other licenses, permits, qualifications, Q insurance and approvals of whatever nature that are legally required of CONTRACTOR to practice its profession, skill or business. E U 2.0. COMPENSATION AND BILLING Q 2.1. Compensation. Over the term of this Agreement, CONTRACTOR shall be paid for such services in accordance with the Bid Specifications attached as Exhibit 2. 2 Packet Pg.76 E 2.2. Additional Services. CONTRACTOR shall not receive compensation for any services provided outside the Scope of Services unless the CITY, prior to CONTRACTOR performing the additional services, approves such additional services in writing. It is specifically understood that oral requests and/or approvals of such additional services or additional compensation shall be barred and are unenforceable. 2.3. Method of Billing. CONTRACTOR may submit invoices to CITY for approval. Said invoice shall be based on the total of all CONTRACTOR's services which have been U completed to CITY's sole satisfaction. CITY shall pay CONTRACTOR's invoice within fort y- five (45) days from the date CITY receives said invoice. The invoice shall describe in detail, the 0 services performed and the associated time for completion. Any additional services approved and o performed pursuant to this Agreement shall be designated as "Additional Services" and shall 4) identify the number of the authorized change order, where applicable, on all invoices. ° 2.4. Records and Audits. Records of CONTRACTOR's services relating to this y Agreement shall be maintained in accordance with generally recognized accounting principles 0 and shall be made available to CITY for inspection and/or audit at mutually convenient times for a period of three (3) years from.the Effective Date. _ 0 U 3.0. TERM AND NOTIFICATION. o N d 3.1. Term. This Agreement shall commence on the Effective Date and continue for a three (3) years with the possibility of two 1-year extensions, unless the Agreement is previously terminated as provided for herein. M 3.2 Termination. CITY or CONTRACTOR may terminate this Agreement for any o reason upon thirty (30) days written notice to the other party. In the event of termination, CONTRACTOR shall be paid the reasonable value of services rendered to the date of termination. 3.3 Documents. In the event of termination of this Agreement, all documents prepared by CONTRACTOR in its performance of this Agreement shall be delivered to the CITY within ten (10) days of delivery of termination notice to CONTRACTOR, at no cost to Y CITY. Any use of uncompleted documents without specific written authorization from o CONTRACTOR shall be at CITY's sole risk and without liability or legal expense to N CONTRACTOR. Cn Y E L a _ 0 E a 3 Packet Pg. 77 4.0. INSURANCE 4.1. Minimum Scope and Limits of Insurance. CONTRACTOR shall obtain and maintain during the term of this Agreement all of the following insurance coverages: (a) Commercial general liability, including premises-operations, products/completed operations, broad form property damage, blanket contractual liability, L independent contractors, personal injury with a policy limit of not less than One 0 Million Dollars ($1,000,000.00), combined single limits, per occurrence and w _ aggregate. v O (b) Automobile liability for owned vehicles, hired, and non-owned vehicles, with a E policy limit of not less than One Million Dollars ($1,000,000.00), combined o single limits, per occurrence and aggregate. _ ° N (c) Workers' compensation insurance as required by the State of California. I- �a 4.2. Endorsements. The commercial general liability insurance policy shall contain or - be endorsed to contain the following provisions: ° U N O (a) Additional insureds: "The City of San Bernardino and its elected and appointed a boards, officers, agents, and employees are additional insureds with respect to -� CONTRACTOR'S performance under this contract." a N (b) Notice: "Said policy shall not terminate, nor shall it be materially changed or M cancelled, nor the coverage reduced, until thirty (30) days after written notice is _ given to CITY." c (c) Other insurance: "Any other insurance maintained by the City of San Bernardino E shall be excess and not contributing with the insurance provided by this policy." 4.3. Certificates of Insurance. CONTRACTOR shall provide to CITY certificates of ¢ 6 insurance showing the insurance coverages and required endorsements described above, in a a form and content approved by CITY,prior to performing any services under this Agreement. o 4.4. Non-limiting. Nothing in this Section shall be construed as limiting in any way, o the indemnification provision contained in this Agreement, or the extent to which CONTRACTOR may be held responsible for payments of damages to persons or property. 5.0. GENERAL PROVISIONS E 5.1. Entire Agreement. This Agreement constitutes the entire Agreement between the parties with respect to any matter referenced herein and supersedes any and all. other prior a writings and oral negotiations. This Agreement may be modified only in writing, and signed by the parties in interest at the time of such modification. The terms of this Agreement shall prevail over any inconsistent provision in any other contract document appurtenant hereto, including exhibits to this Agreement. 4 Packet Pg.78 52 Notices. Any notices, documents, correspondence or other communications concerning this Agreement or the work hereunder may be provided by personal delivery, facsimile or mail and shall be addressed as set forth below. Such communication shall be deemed served or delivered: a) at the time of delivery if such communication is sent by personal delivery; b) at the time of transmission if such communication is sent by facsimile; and c) 48 hours after deposit in the U.S. Mail as reflected by the official U.S. postmark if such communication is sent through regular United States mail. o IF TO CONTRACTOR: IF TO CITY: c 0 Dakeno, Inc. City Manager 0 0 6021 Tarragona Drive 300 North"D" Street E Riverside, CA 92509 San Bernardino, CA 92418 ° Telephone: (951) 686-6608 Telephone: (909) 384-5122 Facsimile: (951) 686-7342 Facsimile: (909) 384-5138 L 0 L 53. Attorneys' Fees. In the event that litigation is brought by any party in connection o with this Agreement, the prevailing party shall be entitled to recover from the opposing party all costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions, or provisions hereof. The costs, salary and expenses of the City Attorney and a members of his office in enforcing this contract on behalf of the CITY shall be considered as "attorneys' fees" for the purposes of this Agreement. 5.4. Governing Law. This Agreement shall be governed by and construed under the o laws of the State of California without giving effect to that body of laws pertaining to conflict of laws. In the event of any legal action to enforce or interpret this Agreement, the parties hereto agree that the sole and exclusive venue shall be a court of competent jurisdiction located in San Bernardino County, California. Q 5.5. Assignment. CONTRACTOR shall not voluntarily or by operation of law assign, _ transfer, sublet or encumber all or any part of CONTRACTOR's interest in this Agreement Y. 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 cm termination of this Agreement. Regardless of CITY's consent, no subletting or assignment shall release CONTRACTOR of CONTRACTOR's obligation to perform all other obligations to be a� performed by CONTRACTOR hereunder for the term of this Agreement. aC c 5.6. Indemnification and Hold Harmless. CONTRACTOR shall protect, defend, indemnify and hold harmless CITY and its elected and appointed officials, boards, commissions, officers, attorneys, agents and employees from any and all claims, losses, demands, suits, Q administrative actions, penalties, liabilities and expenses, including reasonable attorney fees, damage to property or injuries to or death of any person or persons or damages of any nature including, but not limited to, all civil claims or workers' compensation claims arising from or in any way related to CONTRACTOR's performance under this Agreement, except when caused solely by the CITY's negligence. 5 Packet Pg.79 5.D.e 5.7. Independent Contractor. CONTRACTOR, at all times while performing under this Agreement, is and shall be acting at all times as an independent contractor and not as an agent or employee of CITY. CONTRACTOR shall secure, at its expense, and be responsible for any and all payment of wages, benefits and taxes including, but not limited to, Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for CONTRACTOR and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be performed hereunder. o Neither CONTRACTOR nor its officers, agents and employees shall be entitled to receive any benefits which employees of CITY are entitled to receive and shall not be entitled to workers' compensation insurance, unemployment compensation, medical insurance, life insurance, paid c0 vacations,paid holidays, pension, profit sharing or social security on account of CONTRACTOR E and its officers', agents' and employees' work for the CITY. This Agreement does not create the relationship of agent, servant, employee partnership or joint venture between the CITY and ° CONTRACTOR. 5.8 Conflict of Interest Disclosure. CONTRACTOR or its employees may be subject 0 to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose financial interests that may be materially affected by the work o performed under this Agreement, and (2) prohibits such persons from making or participating in v making decisions that will have a foreseeable financial effect on such interest. ° N CONTRACTOR shall conform to all requirements of the Act. Failure to do so a constitutes a material breach and is grounds for termination of the Agreement by CITY. 5.9. Responsibility for Errors. CONTRACTOR shall be responsible for its work and results under this Agreement. CONTRACTOR, when requested, shall furnish clarification and/or o explanation as may be required by the CITY's representative, regarding any services rendered . under this Agreement at no additional cost to CITY. In the event that an error or omission attributable to CONTRACTOR occurs, then CONTRACTOR shall, at no cost to CITY, provide all other CONTRACTOR professional services necessary to rectify and correct the matter to the sole satisfaction of CITY and to participate in any meeting required with regard to the correction. Q 0 c 5.10. Prohibited Employment. CONTRACTOR shall not employ any current employee of CITY to perform the work under this Agreement while this Agreement is in effect. ° N 5.11. Costs. Each party shall bear its own costs and fees incurred in the preparation and M negotiation of this Agreement and in the performance of its obligations hereunder except as E expressly provided herein. a' 1 5.12. No Third Party BeneficiarRights. This Agreement is entered into for the sole E benefit of CITY and CONTRACTOR and no other parties are intended to be direct or incidental M beneficiaries of this Agreement and no third party shall have any right in, under or to this Agreement. 5.13. Headings. Paragraphs and subparagraph headings contained in this Agreement are included solely for convenience and are not intended to modify, explain or to be a full or 6 Packet Pg. 80 5.D.e accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 5.14. Amendments. Only a writing executed by all of the parties hereto or their respective successors and assigns may amend this Agreement. 5.15. Waiver. The delay or failure of either party at any time to require performance or L compliance by the other of any of its obligations or agreements shall in no way be deemed a waiver of those rights to require such performance or compliance. No waiver of any provision of this Agreement shall be effective unless in writing and signed by a duly authorized representative v of the party against whom enforcement of a waiver is sought. The waiver of any right or remedy e with respect to any occurrence or event shall not be deemed a waiver of any right or remedy with E respect to any other occurrence or event, nor shall any waiver constitute a continuing waiver. ° a 5.15. Severability. If any provision of this Agreement is determined by a court of y 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 L offending provision in any other circumstance, and the remaining provisions of this Agreement o shall remain in full force and effect. v 0 5.17. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original. All counterparts shall be construed together and shall constitute one agreement. N 5.18. Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said o parties and that by doing so, the parties hereto are formally bound to the provisions of this Agreement. Z Q c d N cD HI Y 1 E / L i+ C E V Q /// 7 Packet Pg.81 /"ft* DEMOLITION CONTRACTOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND DAKENO,INC. IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and through their respective authorized officers, as of the date .first above written. c 0 L CITY OF SAN BERNARDINO, CONTRACTOR o A Municipal Corporation Dakeno, Inc. c E m 0 c Allen Parker, City Manager Signature c L O V Name and Title o N N N a ATTEST: o 0 c Georgeann Hanna, City Clerk M Q APPROVED AS TO FORM: Gary D. Saenz, City Attorney M 0 a� N to l M B E L Q E s 0 c� r 4 8 Packet Pg, 82 5.D.f Exhibit I DEMOLITION CONTRACTOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND ENVIRONMENTAL KLEAN-UP 0 r THIS AGREEMENT is made and entered into this day of , 2015 ("Effective Date"), by and between the CITY OF SAN BERNARDINO, a charter city ("CITY"), c and Environmental Klean-Up ("CONTRACTOR"). o E d WITNESSETH : ° A. WHEREAS, CITY proposes to have CONTRACTOR perform the services L described herein below; and o B. WHEREAS, CONTRACTOR represents that it has that degree of specialized o expertise contemplated within California Government Code, Section 37103, and holds all necessary licenses to practice and perform the services herein contemplated; and N d C. WHEREAS, CITY and CONTRACTOR desire to contract for demolition and a related abatement work; and N D. WHEREAS, no official or employee of CITY has a financial interest, within the `= provisions of California Government Code, Sections 1090-1092, in the subject matter of this w Agreement. a� NOW, THEREFORE, for and in consideration of the mutual covenants and conditions E_ contained herein, the parties hereby agree as follows: w a 1.0. SERVICES PROVIDED BY CONTRACTOR _ 1.1. Scope of Services. For the remuneration stipulated, CONTRACTOR shall provide a Proposal for Contractors for On-Call Demolition Services as described in RFQ X-15- 01 and the Scope of Services attached hereto as Exhibit "I" and incorporated herein by this reference. If a conflict arises between the Scope of Services and this Professional Services E Agreement (hereinafter "Agreement"), the terms of the Agreement shall govern. o 1.2. Professional Practices. All professional services to be provided by w CONTRACTOR pursuant to this Agreement shall be provided by skilled personnel and in a manner consistent with the standards of care, diligence and skill ordinarily exercised by professional CONTRACTORs in similar fields and circumstances in accordance with sound E rn professional practices. CONTRACTOR also warrants that it is familiar with all laws that may a affect its performance of this Agreement and shall advise CITY of any changes in any laws that may affect CONTRACTOR's performance of this Agreement. CONTRACTOR further E represents that no CITY employee will provide any services under this Agreement. a 1 Packet Pg.83 1.3. Warranty. CONTRACTOR warrants that it shall perform the services required by this Agreement in compliance with all applicable Federal and California employment laws including, but not limited to, those laws related to minimum hours and wages; occupational health and safety; fair employment and employment practices; workers' compensation insurance L and safety in employment; and all other Federal, State and local laws and ordinances applicable U to the services required under this Agreement. CONTRACTOR shall indemnify and hold harmless CITY from and against all claims, demands, payments, suits, actions, proceedings, and o judgments of every nature and description including reasonable attorneys' fees and costs, c presented, brought, or recovered against CITY for, or on account of any liability under any of the E above-mentioned laws, arising from or related to CONTRACTOR's performance under this ° Agreement. -a to 1.4. Non-discrimination. In performing this Agreement, CONTRACTOR shall not o engage in, nor permit its officers, employees or agents to engage in, discrimination in L employment of persons because of their race, religion, color, national origin, ancestry, age, c mental or physical disability, medical condition, marital status, sexual gender or sexual orientation, except as permitted pursuant to Section 12940 of the Government Code. Violation of o this provision may result in the imposition of penalties referred to in Labor Code, Section 1735. N 1.5 Non-Exclusive Agreement. CONTRACTOR acknowledges that CITY may enter Q into agreements with other CONTRACTORS for services similar to the services that are subject N to this Agreement or may have its own employees perform services similar to those services contemplated by this Agreement. w 1.6. Delegation and AssijZnment. This is a personal service contract, and the duties set a forth herein shall not be delegated or assigned to any person or entity without the prior written consent of CITY. CONTRACTOR may engage a subcontractor(s) as permitted by law and may w employ other personnel to perform services contemplated by this Agreement at a CONTRACTOR's sole cost and expense. _ 1.7 Conflicts of Interest. During the term of this Agreement, CONTRACTOR shall at all times maintain a duty of loyalty and a fiduciary duty as to the CITY and shall not accept Y payment from or employment with any person or entity which will constitute a conflict of interest with the CITY. E 0 1.8 CITY Business Certificate. CONTRACTOR shall obtain and maintain during the c term of this Agreement, a valid CITY Business Registration Certificate pursuant to Title 5 of the w City of San Bernardino Municipal Code and any and all other licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required of CONTRACTOR to practice its profession, skill or business. a� a 2.4. COMPENSATION AND BILLING r _ d 2.1. Compensation. Over the term of this Agreement, CONTRACTOR shall be paid for such services in accordance with the Bid Specifications attached as Exhibit 2. w a 2 Packet Pg.84 r 5.D.f 2.2. Additional Services. CONTRACTOR shall not receive compensation for any services provided outside the Scope of Services unless the CITY, prior to CONTRACTOR performing the additional services, approves such additional services in writing. It is specifically understood that oral requests and/or approvals of such additional services or additional compensation shall be barred and are unenforceable. L L+ 2.3. Method of Billing. CONTRACTOR may submit invoices to CITY for approval. o Said invoice shall be based on the total of all CONTRACTOR's services which have been c completed to CITY's sole satisfaction. CITY shall pay CONTRACTOR's invoice within forty- E five (45) days from the date CITY receives said invoice. The invoice shall describe in detail, the ° services performed and the associated time for completion. Any additional services approved and c performed pursuant to this Agreement shall be designated as "Additional Services" and shall y identify the number of the authorized change order,where applicable, on all invoices. 0 L 2.4. Records and Audits. Records of CONTRACTOR's services relating to this o Agreement shall be maintained in accordance with generally recognized accounting principles v and shall be made available to CITY for inspection and/or audit at mutually convenient times for r a period of three(3)years from the Effective Date. 3.0. TERM AND NOTIFICATION. Q N 3.1. Term. This Agreement shall commence on the Effective Date and continue for three (3) years with the possibility of two 1-year extensions, unless the Agreement is previously w terminated as provided for herein. c a� 3.2 Termination. CITY or CONTRACTOR may terminate this Agreement for any s reason upon thirty (30) days written notice to the other party. In the event of termination, a CONTRACTOR shall be paid the reasonable value of services rendered to the date of Q termination. c 3.3 Documents. In the event of termination of this Agreement, all documents a prepared by CONTRACTOR in its performance of this Agreement shall be delivered to the 1 � CITY within ten (10) days of delivery of termination notice to CONTRACTOR, at no cost to CITY. Any use of uncompleted documents without specific written authorization from E CONTRACTOR shall be at CITY's sole risk and without liability or legal expense to 0 CONTRACTOR. >> 1 = w a� N 1 M w E L 1 Q E V .FJ a 3 Packet Pg. 85 5.D.f 4.0. INSURANCE 4.1. Minimum Scope and Limits of Insurance. CONTRACTOR shall obtain and maintain during the term of this Agreement all of the following insurance coverages: 0 (a) Commercial general liability, including premises-operations, products/completed operations, broad form property damage, blanket contractual liability, o independent contractors, personal injury with a policy limit of not less than One o Million Dollars ($1,000,000.00), combined single limits, per occurrence and E aggregate. o (b) Automobile liability for owned vehicles, hired, and non-owned vehicles, with a policy limit of not less than One Million Dollars ($1,000,000.00), combined o single limits, per occurrence and aggregate. U L dam. _ (c) Workers' compensation insurance as required by the State of California. v 4.2. Endorsements. The commercial general liability insurance policy shall contain or w be endorsed to contain the following provisions: N ¢ (a) Additional insureds: "The City of San Bernardino and its elected and appointed N boards, officers, agents, and employees are additional insureds with respect to CONTRACTOR'S performance under this contract." iu (b) Notice: "Said policy shall not terminate, nor shall it be materially changed or cancelled, nor the coverage reduced, until thirty (30) days after written notice is E given to CITY." r (c) Other insurance: "Any other insurance maintained by the City of San Bernardino a shall be excess and not contributing with the insurance provided by this policy." c �a 4.31 Certificates of Insurance. CONTRACTOR shall provide to CITY certificates of insurance showing the insurance coverages and required endorsements described above, in a fonn and content approved by CITY,prior to performing any services under this Agreement. _ 4.4. Non-limiting. Nothing in this Section shall be construed as limiting in any way, ° the indemnification provision contained in this Agreement, or the extent to which w CONTRACTOR may be held responsible for payments of damages to persons or property. N 5.0. GENERAL PROVISIONS E L 5.1. Entire Agreement. This Agreement constitutes the entire Agreement between the ¢ parties with respect to any matter referenced herein and supersedes any and all other prior writings and oral negotiations. This Agreement may be modified only in writing, and signed by E the parties in interest at the time of such modification. The terms of this Agreement shall prevail over any inconsistent provision in any other contract document appurtenant hereto, including a exhibits to this Agreement. 4 Packet Pg. 86 5.D.f 5.2. Notices. Any notices, documents, correspondence or other communications concerning this Agreement or the work hereunder may be provided by personal delivery, facsimile or mail and shall be addressed as set forth.below. Such communication shall be deemed served or delivered: a) at the time of delivery if such communication is sent by personal delivery; o b) at the time of transmission if such communication is sent by facsimile; and c) 48 hours after 0 deposit in the U.S. Mail as reflected by the official U.S. postmark if such communication is sent through regular United States mail. 0 O IF TO CONTRACTOR: IF TO CITY: w 0 Environmental Klean-Up City Manager = 19069 Van Buren Blvd., 9114, FMB 385 300 North"D" Street N Riverside, CA 92508 San Bernardino, CA 92418 0 Telephone: (951) 520-2617 Telephone: (909) 384-5122 L Facsimile: (951) 681-5559 Facsimile: (909) 384-5138 0 U N O 5.3. 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 N costs and expenses, including reasonable attorneys' fees, incurred by the prevailing party in the a exercise of any of its rights or remedies hereunder or the enforcement of any of the terms, conditions, or provisions hereof. The costs, salary and expenses of the City Attorney and members of his office in enforcing this contract on behalf of the CITY shall be c onsid e red as w "attorneys' fees" for the purposes of this Agreement. a� 5.4. Governing Law. This Agreement shall be governed by and construed under the laws of the State of California without giving effect to that body of laws pertaining to conflict of laws. In the event of any legal action to enforce or interpret this Agreement, the parties hereto Q agree that the sole and exclusive venue shall be a court of competent jurisdiction located in San Bernardino County, California. a� 5.5. Assignment. CONTRACTOR shall not voluntarily or by operation of law assign, transfer, sublet or encumber all or any part of CONTRACTOR's interest in this Agreement c without CITY's prior written consent. Any attempted assignment, transfer, subletting or E encumbrance shall be void and shall constitute a breach of this Agreement and cause for o termination of this Agreement. Regardless of CITY's consent, no subletting or assignment shall release CONTRACTOR of CONTRACTOR's obligation to perform all other obligations to be W performed by CONTRACTOR hereunder for the term of this Agreement. N M w 5.6. Indemnification and Hold Harmless. CONTRACTOR shall protect, defend, E indemnify and hold harmless CITY and its elected and appointed officials, boards, commissions, Q officers, attorneys, agents and employees from any and all claims, losses, demands, suits, c administrative actions, penalties, liabilities and expenses, including reasonable attorney fees, E damage to property or injuries to or death of any person or persons or damages of any nature including, but not limited to, all civil claims or workers' compensation claims arising from or in Q any way related to CONTRACTOR's performance under this Agreement, except when caused solely by the CITY's negligence. 5 Packet Pg.87 5.7. Independent Contractor. CONTRACTOR, at all times while performing under this Agreement, is and shall be acting at all times as an independent contractor and not as an agent or employee of CITY. CONTRACTOR shall secure, at its expense, and be responsible for any and all payment of wages, benefits and taxes including, but not limited to, Income Tax, o Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for CONTRACTOR and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be performed hereunder. c000 Neither CONTRACTOR nor its officers, agents and employees shall be entitled to receive any 0 benefits which employees of CITY are entitled to receive and shall not be entitled to workers' E compensation insurance, unemployment compensation, medical insurance, life insurance, paid ° vacations,paid holidays, pension, profit sharing or social security on account of CONTRACTOR c and its officers', agents' and employees' work for the CITY. This Agreement does not create the L relationship of agent, servant, employee partnership or joint venture between the CITY and U CONTRACTOR. a.. c 0 5.8 Conflict of Interest Disclosure. CONTRACTOR or its employees may be subject U to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose financial interests that may be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making or participating in a making decisions that will have a foreseeable financial effect on such interest. N to CONTRACTOR shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of the Agreement by CITY. w 59. Responsibility for Errors. CONTRACTOR shall be responsible for its work and results under this Agreement. CONTRACTOR, when requested, shall furnish clarification and/or explanation as may be required by the CITY's representative, regarding any services rendered under this Agreement at no additional cost to CITY. In the event that an error or omission a attributable to CONTRACTOR occurs, then CONTRACTOR shall, at no cost to CITY, provide all other CONTRACTOR professional services necessary to rectify and correct the matter to the sole satisfaction of CITY and to participate in any meeting required with regard to the correction. Y �a 5.10. Prohibited Employment. CONTRACTOR shall not employ any current employee of CITY to perform the work under this Agreement while this Agreement is in effect. c 0 L 5.11. Costs. Each party shall bear its own costs and fees incurred in the preparation and negotiation of this Agreement and in the performance of its obligations hereunder except as w to expressly provided herein. N M w 5.12. No Third Party Beneficiary Rights. This Agreement is entered into for the sole E benefit of CITY and CONTRACTOR and no other parties are intended to be direct or incidental Q beneficiaries of this Agreement and no third party shall have any right in, under or to this Agreement. to 5.13. Headings. Paragraphs and subparagraph headings contained in this Agreement w are included solely for convenience and are not intended to modify, explain or to be a full or Q 6 Packet Pg.88 rnr. 5.D.f accurate description of the content thereof and shall not in any way affect the meaning or interpretation of this Agreement. 5.14. Amendments. Only a writing executed by all of the parties hereto or their L respective successors and assigns may amend this Agreement. L 5.15. Waiver. The delay or failure of either party at any time to require performance or o compliance by the other of any of its obligations or agreements shall in no way be deemed a c) 0 waiver of those rights to require such performance or compliance. No waiver of any provision of E this Agreement shall be effective unless in writing and signed by a duly authorized representative o of the party against whom enforcement of a waiver is sought. The waiver of any right or remedy with respect to any occurrence or event shall not be deemed a waiver of any right or remedy with N respect to any other occurrence or event, nor shall any waiver constitute a continuing waiver. o L 5.16. Severability. If any provision of this Agreement is determined by a court of o 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 o offending provision in any other circumstance, and the remaining provisions of this Agreement shall remain in full force and effect. a 5.17. Counterparts. This Agreement may be executed in one or more counterparts, each 04 of which shall be deemed an original. All counterparts shall be construed together and shall constitute one agreement. iw 5.18. Corporate Authority. The persons executing this Agreement on behalf of the � parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said parties and that by doing so, the parties hereto are formally bound to the provisions of this a Agreement. Q 6. M m 111 Y c E 0 L /// _ w CO M 2 E L Q m E v 7 Packet Pg.89 ' 5.D.f DEMOLITION CONTRACTOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND ENVIRONMENTAL KLEAN-UP IN WITNESS WHEREOF,the parties hereto have caused this Agreement to be executed by and 0 through their respective authorized officers, as of the date first above written. c 0 U 0 CITY OF SAN BERNARDINO, CONTRACTOR E A Municipal Corporation Environmental Klean-Up o c �a L O Y V L Allen Parker, City Manager Signature o 0 .r N d Name and Title Q N tD M ATTEST: w a� E Georgeann Hanna, City Clerk a a D c 0 APPROVED AS TO FORM: Gary D. Saenz, City Attorney c a� E � c B 0 i W a) N W Cl) 2 E Q �.i C N E t V R a 8 Packet Pg.90 --- r 5.D.g AONW-1 BID DATA SHEET Department: Code Enforcement i 0 .r RFR / RFQ # F-15-15 Description: Asbestos L c 0 Bid Issue (advertisement) Date: 12/02/14 Bid Due Date: 12/18/14 U 0 E a� 0 Methods of Public Advertisement: The SB County Sun SB Area Chamber of Commerce (SBACC) o .2 City of SB Website & SB Connect L "Notice Inviting Bids / Proposals" sent by Purchasing: Fax o Email CA a� US al SeryiGe Gertmfied Mc-i y Local Vendors (within SB City Limits): 03 N M Non-Local Vendors: 14 a Total Vendors 17 Cn CU 0 Number of Bids / Proposals Received: °Cn 0 Local Vendors (within SB City Limits): 00 Non-Local Vendors: 08 0 E Total Bid Packages Received: 08 # of Vendors who declined to bid (No Bid): 00 Prepared by: Vanessa Slouka Date: 12/23/14 Packet Pg. 91 (siomiwoa owea pue sioloealuoa so}sagsV : 6Z90 3aa4S ftiewwnS p!8 sojsagsd :}uawgoej;y t rn o � ui 0- m Y u R CL O � O M O N T O C) O O O O O O O O O p O O O O O O O O O O Ch N � O O O O O Z LLJ L O O O O O O O O O O T C Z O O c N Q 6!9� T O O U LO O O co W O C U O O O O O O O O O CO)CD LU O (: O O O O 00 O O O O O = to O L -0 O O O O O 6 O O O O Z s- L (n 00 00 00 00 LO LO LO 00 T > O L r- N N Cl) N N Cfl I� O C'7 � > w LL o U) �Z) v a� /Y U U U U Q- _r_�' U U U Q (B m m m Q E Q E CO f6 (B V) Ln m , v _ tin ,-; c O O L Q L L L O @ O _O O a+ cn L L C 5 C: L 4J C N v Q m 4O 4- O N (n > > > N Q LI) O L �--+ �--, �--, Lam-• Q) Q a N � 0 U L U U O 4, 4- L C C O C C CL C C: a••+ in C6 (O f0 f0 - E E U O 4J N C Ln N O O O O o — U N n N N N N CL C ul L Q 0C 0 - C O (n O O O 0 0 Q -0 N w � h U 7 c Q O N O v O -p Ln p n (u Q Q O_ o Q + (0 (U p V p O O L S� O oO �O O O OL O 0 -0 _ -0 r,4 -0 Ln O N N N (E lB (E V N '} > V V c CL Z L L ^ L CA L pp 6 N Q bA O tlA C U O W O Q c m Rf Q t O o v u L CO fB L L L L C v > UN O to •}, of i in L (° \ L \ i i Q" U > C6 o � O c O v O c c c +� v .L U LL1 cn m n N 0 cn O O cv > O > O c O o U Q 4- Q L Q u Q u m a Q > '� u > u O4- J LO 7 N co �' tf) c0 � N co d' (saomiwoo owed pue sao}oea;uoo solsagsV : 6Z9£) ;994S fuewwnS pi8 sojsagsV :ju9wt4oejjv M s rn O a� Sri d m c� a � O L O L O V U O O p p 0 0 0 O 0 0 0 V O 0 0 0 O O O O - 0 LO c 0) 0 ui LO 00 0 0 0 0 0 I Z w O C: LO � N 0 r LO LO LO L Iq rn r U L r N LO N L O c r ~ N Q Ef} r O U O C LC) — r co w O U O O O O O O O O 0 Y �jJ _0 O O O O O O O O - Y LO = tf) d' C C 6 6 6 LO LO In In O r z O O O O O f L � N N (D (D � ti ch W U) Q C'1 } c W J n U U U U L L 0- U U U (6 (B m m Q E Q E m m m a v m v a v M Vl N F Cw +' m O O N o bA ~ ~ 4- U O O o �n L L .L 'O _ C O Q1 C @ a) Q O > > N Ln O > Q O L C LLa cLo L 4- -O 00 O C 0 L N Q Q v ca U L U U O E �--+ 4--+ L L c C O C C 0- C C C c 4 v v v a, L c _ v o ca 0 41 � - Q) v � c 0 0 0 0 — d ro N aJ a1 ^ aJ a) d in Q N d aJ aJ N aJ a1 ,- `-a1 Q co d L O O Q N a1 aJ O % + O O 4-1 Ln - U U O Q _0 4-2 V O Q C V U L U O- 0- v 7 O- 7 cr�L/I a) n a) L/) U 'O (' O -O � -O in Q Q p0 Q + cB u 00 v 00 O N L O o O O p OL O W CU nom/ _0 -0 .� -0 N -0 0 in 0 aJ a N ot N to o LL l9 fB m V m N - '� > V V @ QL cu (D Z L L L CIA L CIA (p LA _ Q E QJ tip N t>0 E U O W 0 \ \ Q \ : \ — ' � � o — o — a) u m L L -0 L _a L L C W co ca ca m Q Q O c U L _ c U N O to •+, to cn L \ i \ i U ^ U In >� N aI !n E N E N U a) 4- � E N 0 W � -0 E -0 E s -0 E E °A � U o O W cn vI N cn Ln t0 O O O o U � D Q Q v Q o Q ° m a Q o � 0 O � J LO �— N CO I d LO c0 N CO d' (saopea4uo3 owe(] pue sioloe.i}uoo so;segsV : 6Z90 4aa4S AiewwnS pis so4sagsV :juewgoe}4V s � o � Sri n. m Y V m a 0 � o c ci +• N � � O U aj O O O O O O O O O O O Ln N Z co Ln O O O(6 �t LO CO (D OO LO Ln ti O r U > N OL > 00 C r W N d} r O (6 M U co�� U O r WQ O O O o 0 0 00 C) O C) r 0 Lri LO O O Ln ° 6 LO O O Z 2 Ln C co o Ln U) r -O oo co O M ° - �i U � Q U- L- 2 L VJ U U U U L Q L Q U U U (0 !6 (6 l6 Q Q m m m Q 4J N O N 4J N O ul m , on +; C O C L Q _ O `. � ~ E" -Q O O O a in L L 4J C N a� Q co 0 U) > 7 > > Q L U N U U O a✓ C Q U O lD l6 1 N C to N O O O O — 4m-1 4 1 M N � O N N Ul N O d Lrl 0 L Q O v O v+- ,O O Q N 4- O O Q N O N N Ln 4J n n 'a O -0 Ln -0 NOE L Q Q m Q o Q Ln O m v a (U 00 v 00 O N cli Ln Ln � O 00 O L •� 0 OL O O O to O -O � _ -a N � N O N d fV d N M N m M Z3 M V m N 14- > V V C E L- 0 N N QJ L cn O v lB z � O dA O _bN E L- 0 > -6 > O O O a- O -0 O "a a- @ L L CD CO L L L L m E m (E (0 Q Q O C U L aJ > in O in .2 in Qn U N O O O O C v- C O C v +, N •L V Q) U � > V) O Ln E N E � U O N ate) � +0I � N �O W W E -0 -7 -0 E -0 E E E cn Q C v cn 0 O C o O Q Q OOU ~ b u J LO �- N M "t I U-)I N M �1 {sjo}oei}uoa owea pue s.ioloe.i;uoa so}sagsy : U90 ;aagS fuewwnS p q so;sagsy :ju9wgoe;;y O � ui d m IL .a (D L 0 V _0 U) m CD U) Q) 13 Q V 0 c Q (sio}aealuoo owe(] pue s.io;aea;uoo so;sagsy : U90 jaayS AiewwnS pi8 sojsagsy quauayae}jy s � D � u; a am .�e (L 0 0 CD o ti 0 U) O r U 0 0 O O °� 0O O O O O CD �� O co o c o 0 0 0 N o 0 0 0 Z a Z LO coo LO � M c(i CY)LO Z o � � j F- a o CD o � c� (saoloea}uoo owe(] pue sio;oea;uoo so;sagsy : 6Z90 ;aayS AiewwnS p!s sojsagsy :juawyoejjy ti o � ui 0_ m c0 a 00 0) U) ri o -0 L U C6 N L O U O O O O O O O O O O O 00 0 O O CYj CL 0 O N M C� dO N N N N 00 Z .+ L N W W U W a > Q 0 o � ih (saopeiluoo owed pue s.ioloea;uoo so}sagsy : 6Z90 }aayg Aiewwng pi8 sojsagsy :}uauayaej;y co s � ui a w m Y V R a U) a o z Z w a > 0 0 CYi (sioloealuoa owea pue sio}oea;uoa so}segsy : MO jaauS fuewwnS pis so;sagsv :juawLjoej;y t rn d � ui d lie m V m a L LU 5.D.i San Bernardino Area Chamber TITAN ENVIRONMENTAL SCOTT MORRISON &ASSOCIATES 546 W.Sixth Street (714)871-8711 P.O. BOX 55329 San Bernardino, CA 92410 TONY LAM RIVERSIDE, CA 92517 F HAMBER @VERIZON.NET tony(a_)titan-enviro.com PHONE (760)323-7743 EMAIL: SCOTTMORR37 @AOL.COM ABSOLUTE ABATEMENT ALLIANCE ENVIRONMENTAL GROUP 172 E. ORANGETHORPE AVE AOHI INC. 90 W. 10th NC. ST. o PLACENTIA, CA 9513 BUSINESS CENTER DR#E AZUSA, CA. Ph(760)340-2943 Fx(626)633-3596 Ph#714-985-1001 CONTACT-RICHARD DELGADO RANCHO CUCAMONGA, CA 91730 CONTACT: MARISA MENDOZA r PH(909)237-8050 FX(909)989-0664 c rich(d?absoluteabatementinc.com MARI SAM ENDOZACcDALLIANCE-ENVIRO.CO O U O E N C cn L a r ALLSTATE SERVICES, LLC INLAND CONTRACTORS R ACR SERVICES DKI 393 W. LA CADENA DR. 1330 W.25TH ST. 2279 EAGLE GLEN PARKWAY, SUITE 112-206 RIVERSIDE, CA o SAN BERNARDINO, CA PH(951)276-0600 FX(951)276-0602 U CORONA, CA 92883 0 PH(909)883-4884 FX(909)883-0494 PH(951)245-3700 FX(951)245-3753 CONTACT: CYNTHIA C TACT: CHRIS ATTN: STEVEN TRAVERS Cynthia inlandcontractorsinc(c-)yahoo.corr d N Q rn N M N J ALTEC TESTING& ENGINEERING INC. MILLER ENVIRONMENTAL INC. L 2210 S. DUPONT DR. TETRA TECH -0 6035 FREMONT ST. r_ RIVERSIDE, CA 92504 ANAHEIM, CA. 92806 301 E.VANDERBILT WAY STE#450 > PH(714)385-0099 FX(714)385-0011 SAN BERNARDINO, CA 92408 PH(951)352-6510 FX(951)352-6514 CONTACT: GREGG MILLER PH(909)381-1674 FX(909)889-1391 p psadams(d)altectesting.com gregg(a)millerenvironmental.com BEN WINK N Q c a> E U Q JDL ENVIRONMENTAL DEMO. SERV. ENVIRONMENTAL DETECTIVES 2611 HALL AVE. PH(323)798-8480 CELL(310)242-1825 BRICKLEY ENVIRONMENTAL RIVERSIDE, CA 92509 CONTACT:JAMES SPENCER 957 W. REECE ST. PH(909)620-4808 FX(909)620-4069 drfreshair(a msn.com SAN BERNARDINO, CA 92411 CONTACT: RUDY RUBIO PH(909)888-2010 FX(909)381-3433 RFQ F-15-15 ASBESTOS Bid opening December 17,2014 @ 3:00 Packet Pg. 100 5.D.i INFOTOX, INC. 9251 ORCO PKWAY, STE. J ENVIROCARE CONSULTING INC YONAN BENJAMIN, CIH, CAC RIVERSIDE, CA 92509 16155 COUSINS CIRCLE 30255 FRONTERA DEL NORTE PH(951)685-5053 FX(951)277-3543 RIVERSIDE, CA 92503 HIGHLAND, CA 92346 MIKE NIEUWLANDT PH(909)772-6541 FX(951)687-3502 PH(909)239-2202 FX(909)307-2704 INFOTOX(a)AOL.COM ATTN: SAM LUTCHMIAH EMAIL: YONAN460(a-)AOL.COM RFQ F-15-15 ASBESTOS Bid opening December 17,2014 @ 3:00 N L O Y V L 0 U 0 E m c 0 N L O Y U L 0 U N O N d N Q 67 N CO M N J L O C O N O N(n O y Q .i+ C d E S u fC r r-+ Q Packet Pg. 101 San Be - December 8, 2014 in SUBJECT: NOTICE INVITING BIDS (RFQ) X-15-01 0 The City of San Bernardino (City) invites bids from qualified vendors for: o U On-Call Demolition Services at Various Locations 0 E a 0 Parties interested in obtaining a copy of this RFQ X-15-01 may do so by accessing the City of San Bernardino Web Page at www.sbcity.org > City Hall > Administrative M Services > Finance > Request for Bids > beginning December 8, 2014 or by faxing o their request to (909) 384-5043, attention Vanessa Slouka, Accounting Assistant. Please include the following information in your request: name and address of firm; name, telephone and facsimile number of contact person; specify RFQ X-15-01. c°� 0 Copies of the RFQ may also be obtained by calling Vanessa Slouka at (909) 384-5346 or in person at City Hall, 300 N. "D" St., 4th floor, Purchasing Division, San Bernardino, Q CA 92418. N From the issuance date of this Request for Proposal until a Vendor is selected and the M selection is announced, Proposers are not permitted to communicate with any City staff v or officials regarding this procurement, other than during interviews, demonstrations, LO and/or site visits, except at the direction of Vanessa Slouka, Accounting Assistant the x designated representative of the City of San Bernardino. Contact with anyone not designated will result in elimination from the bid process. E U Closing Date: Bids must be submitted at or before 3:00 PM, PST, December 17, 2014 a at 300 North "D" Street, 4th Floor, Purchasing, San Bernardino CA 92418. Issuance of this RFQ and/or receipt of bids do not commit City to award a contract. Sincerely, Vanessa Slouka Accounting Assistant Packet Pg.102 RFQ X-15-15 On-Call Demolition Services at Various Locations SECTION I. 0 INSTRUCTIONS TO BIDDERS L .F+ O U O E m 'a c cc L .F+ U t6 L t+ O U N O N W N a N M r 4 tf') r X c m E v 4 2 Packet Pg. 103 RFQ X-15-15 On-Call Demolition Services at Various Locations City of San Bernardino, Finance Department Purchasing Division Bid Documents to Be Returned by Bidder RFQ X-15-01 ON-CALL DEMOLITION SERVICES AT VARIOUS LOCATIONS ❑ Copy of Contractor License (if applicable)...Bid Content and Forms,General Specification#35, Instructions to Offeror(s) /Bidders N L F-1 Bidder Exrience, Competency, Qualification and Profile (Vendor Document) Ill Proposal/Bid Content Forms r C O Instructions to Offeror(s)/Bidders �" F-1 Non-Collusion Affidavit (City Form) 0 F-1 Listing of Proposed Subcontractor (City Form) Ili Proposal/Bid content and Forms o -0 ❑ Cost/ Price Form (City Form) Instructions to Bidders, III Bid Content and Forms y 0 F-1 Authorized Signatures Instructions to Bidders c 0 F-1 Bidder Bid Content and Forms V Bidder Identification o 0 F] Addendum Received (City Form) III Bid content and Forms U) Q d F t ten an Forms ❑ 120 Day Bid Validity Statement III Bid Con N M ❑ Authorized Signatures (City Form) III Bid content and Forms -- 0 LO ❑ References III Bid Content and Forms X ❑ Proper Identification and Submittal of Proposal/Bid Package, and Price Form 0 Instructions to Bidders v cc Q Bidders are requested to submit this checklist completed with all bid documents. This list may not be reflective of all documents necessary for submittal. 3 Packet Pg. 104 1 S.D.j I. INSTRUCTIONS TO BIDDERS A. Mandatory Pre-Bid Conference/Job Walk N/A B. Examination of Bid Documents 1. By submitting a bid, the Bidder represents that it has thoroughly examined and become familiar with the items required under this RFQ and that it is capable of quality performance to achieve the City's objectives. N L 2. The City reserves the right to remove from its mailing list for future RFQs, R for an undetermined period of time, the name of any Bidder for failure to accept a contract, failure to respond to two (2) consecutive RFQs and/or v unsatisfactory performance. Please note that a "No Bid" is considered a 0 E response. o C. Addenda L Any City changes to the requirements will be made by written addendum to this U RFQ. Any written addenda issued pertaining to this RFQ shall be incorporated Y into the terms and conditions of any resulting Purchase Order. The City will not o be bound to any modifications to or deviations from the requirements set forth in o this RFQ as the result of oral instruction. 2. Submitting Requests ¢ N a. All questions, clarifications or comments shall be put in writing and M must be received by the City no later than 3:00 PM, December 10, a 2014 and be addressed as follows: LO X City of San Bernardino 300 North "D" Street 4th floor, Attn: Vanessa Slouka U San Bernardino, CA 92418 4 Packet Pg. 105 .MM� 5.D.j 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. The City will also accept questions sent by facsimile machines or email, however, all faxed or emailed questions must be received by the City no later than 3:00 PM, PST, December 10, 2014. Send facsimile transmissions to (909) 384-5043, attention Vanessa Slouka, and emails to: slouka_va @sbcity.org. C. Inquiries received after 3:00 PM December 10, 2014 will not be o accepted. L 3. City Responses U 0 Responses from the City will be communicated in writing to all recipients o of this RFP, by a posting to our website, www.sbcity.orq by the close of business December 15, 2014. L For automatic electronic notifications, please visit our Homepage and register for SB Connect. If you are not registered for SB Connect, you may view or download any Addenda at www.sbcity.org > City Hall > 0 Finance > Request for Bids. o N fU N D. Submission of Bids Q N 1. Date and Time All bids are to be submitted to the City of San Bernardino, Attention: LO Vanessa Slouka, Accounting Assistant. Bids received after 3:00 PM, PST, X December 17, 2014, will be rejected by the City as non-responsive. a E 2. Address Bids shall be addressed as follows: Q City of San Bernardino Finance Department 300 N. "D" Street, 4th Floor-Purchasing San Bernardino, CA 92418. Bids may be delivered in person to the Purchasing Division, 4th floor of the above address. s Packet Pg. 106 3. Identification of Bids Bidder shall submit a SEALED bid package consisting of. a) one (1) signed original of Quote and Price Form b) one (1) copy of each The bid package shall be addressed as shown above, bearing the Bidder's name and address and clearly marked as follows: RFQ X-15-01: "ON-CALL DEMOLITION SERVICES AT VARIOUS LOCATIONS" o U t4 L 4. Acceptance of Bids 0 U a. The City reserves the right to accept or reject any and all bids, or 0 E any item or part thereof, or to waive any informalities or a irregularities in bids. _ b. The City reserves the right to withdraw this RFQ at any time without o prior notice and the City makes no representations that any U contract will be awarded to any Bidder responding to this RFQ. Y _ 0 C. The City reserves the right to postpone bid opening for its own o convenience. E. Pre-Contractual Expenses Q a) N Pre-contractual expenses are defined as expenses incurred by the Bidder in: M 1. preparing its bid in response to this RFQ; LO T X 2. submitting that bid to City; w _ a E 3. negotiating with City any matter related to this bid; or 4. any other expenses incurred by the Bidder prior to date of award, if any of the Agreement. The City shall not, in any event, be liable for any pre-contractual expenses incurred by Bidder in the preparation of its bid. Bidder shall not include any such expenses as part of its bid. 6 Packet Pg. 107 5.D.j F. Contract Award Issuance of this RFQ and receipt of bids does not commit the City to award a Purchase Order. The City reserves the right to postpone bid opening for its own convenience, to accept or reject any or all bids received in response to this RFQ, and to negotiate with other than the selected Bidder(s) should negotiations with the selected Bidder(s) be terminated. The City also reserves the right to apportion the award among two or more Bidders. G. Acceptance of Order The successful Bidder will be required to accept a Purchase Order in accordance with and including as a part thereof the published Notice Inviting Bids, and the U RFQ documents including all requirements, conditions and specifications contained therein, with no exceptions other than those specifically listed in the L) written purchase order. o E 0 H. Business License The City's Business Ordinance requires that a Business doing business o 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. 0 a I. Local Vendor Preference N The City of San Bernardino gives any formal or informal bid submitted by a local a 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, M for comparison purposes with other bidders, as authorized in the San Bernardino Municipal Code Section 3.04.125, and Executive Order 2003-1, respectively. LO T X For the purposes of this section, "local bidders" shall be bidders for which the point w of sale of the goods, materials or services shall be within the limits of the City of San Bernardino. U R a Packet Pg. 108 SECTION II. TECHNICAL SPECIFICATIONS L O it U f4 i C O U O E a� d c R N L O U R L O U O N N N Q a) N M r O T- X c a� E v Q 8 Packet Pg. 109 City of San Bernardino Technical Specifications Bid Specification: RFQ X-15-01 On-Call Demolition Services at Various Locations ITEM DESCRIPTION NOTICE: SPECIAL INSTRUCTIONS TO THE BIDDER Bidder shall complete right-hand column indicating brief reasoning for exceptions to requirements when not acceptable. State "Acceptable" if requirements are agreeable as set forth on left-hand column. 0- 0 FAILURE TO COMPLETE RIGHT- HAND COLUMN WILL INVALIDATE BID L c 0 U MINIMUM BIDDER REQUIREMENTS 0 All Bidders must: o 1. Have specific expertise in demolition of buildings. .� 2. Must be able to verify a minimum of five years experience with demolition of buildings and must ;n provide, WITH ITS BID, at least three positive references for past work similar to that specified w herein that have been in within the last three (3) 0 years. c 3. Possess a valid California Contractors License class "C-2191. 4. Have no record of unsatisfactory performance as ¢ evidenced by complaints filed with State of California N Better Business Bureau, Contractor's State License Board, and State of California Department of Consumer Affairs, South Coast Air Quality ° LO Management District (SCAQMD) and any related local agencies. x 5. Must have ability to commence demolition within ten (10) calendar days of notification by Code Enforcement. TIME FOR COMPLETION: All work shall be fully and finally completed within the time specified by the Code Officer from "Notice to Proceed." Contractor shall give (10)ten day notice of cancellation or changes of items. 9 Packet Pg. 110 PROSECUTION OF WORK: After work has been started, it shall be prosecuted continuously without stoppage until the entire contract has been completed. LIQUIDATED DAMAGES The City specifies that time is of the essence in this contract. The City requires the contract shall be completed within the time identified on the Bid Form. It is essential to the City that the work be completed by the time specified by the Code Officer. The City specifies that the contract shall provide for liquidated o damages to be paid by the Contractor to the City in the R amount of$100.00 per day for each and every day beyond the due date specified by the Code Officer and L) work that the City determines remains incomplete. E a� 0 PROJECT TIMELINE -� Each bidder shall submit a project timeline that includes the estimated completion time that will meet the o requirements stated in this solicitation. Include the starting date for the entire project and the completion C 0 date for the complete project. v SITE INSPECTION Bidders are responsible to inspect site prior to submitting -� bids. No additional cost will be allowed, without prior a approval from the Code Enforcement Manager. N REFERENCES: O Along with Bid Form, bidders are required to submit three to (3) references from customers whose location was within x a 50-mile radius of the City of San Bernardino. A listing of at least three (3) demolitions similar in scope and size to the project in this bid. The references shall be for work completed within the last three years. This list shall Y include owner or purchaser; address of demolition; a service or maintenance organization; brief description of property and demolition performed; date of demolition, contact person; and phone number. 10 Packet Pg. 111 USE OF SUBCONTRACTORS: Bidder agrees not to enter into any subcontracting agreements for work contemplated under this agreement except for Asbestos removal and Hazardous waste disposal. All subcontractors are subject to approval by the City. Any subcontracting shall be subject to the same terms and conditions as the Bidder. Bidder shall be fully responsible for the performance and payments of any subcontractor's contract. Bidders must submit a complete list of Asbestos and o Hazardous Substance Removal subcontractors that they will use for completion of this project. Bidder must submit copies of the subcontractor's valid licenses from the 0 California State Contractor's license certificate "ASB" o Asbestos Certificate and "HAZ" Hazardous Substance o Removal Certificate. L LABOR LAWS: Bidder will strictly adhere to applicable provisions of the Labor Code regarding the employment of apprentices; 0 minimum wages; travel and subsistence pay; retention o and inspection of payroll records; workers compensation; and payment of wages. The bidder will forfeit to the City N the penalties prescribed in the Labor Code for violations. Q The same would apply to any sub-contractors being used N on this project. LICENSE CLASSIFICATION : Each bidder shall be a licensed Contractor pursuant to x the Business and Professions Code and shall be licensed in the following classification: A Limited Specialty Contractors (C-21 Building moving /Demolitions) classification will be required for this project. A copy of your license, showing the number and a expiration date must be submitted with your bid. You must submit copies of valid licenses of subcontractors with your bid as well. BUSINESS LICENSE: If the scope of work under this bid includes performing services or installation on City of San Bernardino property, the SUCCESSFUL BIDDER must obtain a City of San Bernardino Business License upon execution of the contract. Packet Pg. 112 PAYMENT The City shall make payment to the Contractor thirty (30) days after final acceptance for the site. The City may retain 10% of the total project costs until final acceptance. The City Project Officer will make payments to the Contractor for the project after acceptance of the work upon completion. PERFORMANCE BOND: NOT REQUIRED The Contractor will be required to furnish a cashier's check, certified check or faithful performance bond c made payable to the City of San Bernardino in an amount equal to 10% of the bid price to insure the contractor's faithful performance of this contract. Said 0 surety shall be subject to the approval of the City of San E Bernardino, bonds shall be in accordance with o 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. o DISCLOSURE OF CRIMINAL AND CIVIL PROCEEDINGS: 0 The selected vendor may be requested to provide o information to clarify initial responses. Negative information provided or discovered may result in disqualification from the selection process and no award Q of contract. N M r O GENERAL TECHNICAL REQUIREMENTS: X All bids must be made on the basis of and either meet or exceed the requirements contained herein. E The demolition and asbestos removal of the building Q shall be based on and meet the following: 1. All work must conform to the CBC and Green Book where applicable. 2. Contractors shall meet all specifications and/or industry standards for demolition and asbestos removal. 12 Packet Pg. 113 3. Contractor shall meet current public health code requirements. 4. Contractor shall provide site cleaning for the project. By submitting a bid, offeror 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, and are valid and in full force and effect. Copies or legitimate proof of such licensure and/or certification o shall be included in offeror's bid. Bids lacking copies and/or proof of said licenses and/or certifications may be deemed non-responsive and may be ° U re'ected. ° E 0 PROTECTION OF PUBLIC: Adequate warning devices, barricades, guards, flagmen or other necessary precautions shall be taken by the o Contractor to give advised and reasonable protection, safety and warning to persons and vehicular traffic concerned in the area. ° U N O FENCING FOR CONSTRUCTION SEPARATIONS: Bidder shall provide a six-foot high fence around -� demolition site during the entire demolition duration; a equipped with vehicular and pedestrian gates with locks. N M Temporary Fencing - The Contractor shall erect a o temporary 6' safety fence or similar barrier around the LO area required for the installation (including space for x storage of materials and equipment). The Contractor shall post "No Trespassing" signs on the fence. The Contractor shall be responsible for the maintenance of the fence throughout the demolition period and shall remove the fence immediately after final acceptance of a the project by the City. If so directed, the Contractor shall use only specified access routes and staging areas on the site. 13 Packet Pg. 114 DISPOSAL OF DEBRIS: Contractor shall recycle as much demolition debris as practical. All materials that are recyclable and/or salvageable shall be the property of the contractor. All debris from the demolition and property must be removed and disposed of at an approved landfill. Vendor to provide receipts from the Landfill to City of San Bernardino Code Enforcement Division prior to payment. N i O r DEMOLITION SCOPE: Complete demolition of all buildings, structures, garages or carports, basements, foundations, driveways, U walkways, asphalt, walls, fences, dead trees, shrubs. 0 0 Pavement in areas adjacent to alleys, streets, public right-of-way should be removed to two feet from easement. N 0 All trash and debris to be removed from site. Fill and compact all holes to 90%. All mature/healthy trees to a remain. Remove all other vegetation. Leave lot clean o and graded to within two inches of curb elevation. Dust control to be enforced. N Q City of San Bernardino demolition permit required. See N attached guidelines. Contractor must coordinate all activities with Code LO Enforcement Staff. x c W E UTILITIES: The City will disconnect utilities and post authorization to proceed with demolition 24 hours a prior to start of demolition. Cap all utilities at the street. Contractors to obtain sewer cap permit from water purveyor and obtain appropriate inspections and approvals. Permit required. 14 Packet Pg. 115 S.D.j SEWER OR SEPTIC SYSTEM: Properties with public sewer service shall have said sewer service access line removed and capped, per the California Building Code (CBC). All properties with septic tank(s) shall have tank(s) pumped and back-filled with clean sand or removed from the property to an approved disposal site. All hazardous substances and storage tanks for such materials and wastes shall be removed in accordance o with California State and Local Laws and Regulations. Capping of sewer and demolition of septic systems shall 0 be per the California Building Code. E a� 0 ASBESTOS REMOVAL: _ Asbestos surveys have been performed by the City and are available for all properties at job walk. ;n 0 Any contractor removing such hazardous substances must be licensed with South Coast Air Quality = Management District (SCAQMD). c Vendor to provide receipts from the Landfill to City of N San Bernardino Code Enforcement Division prior to a payment. N M V All Contractors shall be required to comply with South Coast Air Quality Management District Rule 1403 for LO proper assessment of asbestos in the structure. x Y Contractor shall provide all appropriate notification to SCAQMD per attached instructions and must provide proof of notification to obtain City of San Bernardino w demolition permit. a Contractors to supply all labor, equipment and materials. is Packet Pg.116 INSURANCE AND INDEMNIFICATION: Contractor to obtain and maintain in force during the term of this contract, at his or her expense, public liability and property damage insurance in companies and through brokers approved by the City, adequate to protect against liability from damage claims arising out of contractor's operations in a minimum amount of $1,000,000 (one million dollars) comprehensive liability with 30 day notice of cancellation. City of San Bernardino to be named as certificate holder. N L O Bids received without Certificate of Insurance will R be considered incomplete and unacceptable. r 0 U Contractor to submit liability insurance certificate in the 0 amount of $1,000,000 and property damage insurance a� 0 certificate in the amount of $1,000,000 with City of San Bernardino named as certificate holder prior to R demolition permit being issued. L 0 Contractor agrees to indemnify and hold City harmless from all claims, demands, causes of action or suits, of c0 whatever nature, arising out of the services furnished by o contractor or his or her subcontractors under this N contract, and from all laborers', material providers', and N mechanics' liens upon the real property upon which the Q work is located or any property of the City. N M r O LO T yC c W E U a+ Q 16 Packet Pg. 117 City of San Bernardino Building & Safety Division DEMO GUIDELINES In order to provide for the safety of the public, and to insure compliance with State and local codes, the following requirements must be met: Notify the South Coast Air Quality Management District (SCAQMD) of the pending demolition in accordance with Rule 1403 (Addendum A). If asbestos or other hazardous materials are present in the building, state laws governing protection of personnel and proper disposal of such materials is required. ;n 0 Help maintain good air quality by keeping creation of dust to a minimum. 0 U The discovery of cesspools, septic tanks, seepage pits, or similar sewage disposal E facilities and subsequent abandonment requires a permit from the Building & Safety o Division. The City of San Bernardino Plumbing Code, Section 1119, stipulates the following procedure for abandonment of sewage disposal facilities: L 0 • remove any remaining sewage, U • remove the cover or arch, 4 • backfill with sand, earth, gravel or concrete to a height not to exceed the level of 0 any outlet pipe, or to the top of the sidewall, whichever is less, W 0 • obtain inspection from City of San Bernardino Building & Safety Division, • complete backfilling to the level of the adjacent grade. y a The demolition site should be secured. If the demolition work will extend beyond a 24- N hour period, the lot must be fenced to a height of 6 feet to secure the site. If the demolition and clean up of site requires the use or obstruction of any "public way" (i.e., street, alley, sidewalk, etc.) an encroachment permit from the Public Works x Department must be obtained prior to using or obstructing. (Phone: 909-384-7272) d E Pedestrian protection in the form of protective canopies, railings, walkways and fences shall be provided in accordance with the most current edition of the California Building Code; whenever work must be conducted adjacent to a public street and public way. a Plans and a schedule for demolition will be required. All protective devices must be in place and an inspection obtained, and approval of pedestrian protection granted prior to the start of the demolition work. Q 17 Packet Pg. 118 SECTION I11. L 0 SCOPE OF WORK L O U O E d c R N L O id V L 0 O U N 0 N N N Q N t0 M r O Lo T- X c as E v r a 18 Packet Pg. 119 5.D.j 1. Introduction/Purpose The Code Enforcement Division of the Community Development Department is seeking proposals from qualified contractors who are readily available to participate in demolitions of dangerous and/or substandard buildings on an on-call basis. 2. Background The overall intent of this Request for Proposals ("RFP") is to select qualified contractors who will be available on an as needed basis and will be pre-qualified and pre-authorized with a Contractor Services Agreement. The terms and conditions set forth in the Contractor Services Agreement are non-negotiable. Contractors submitting conditional proposals which take exception to any provision(s) in the Contractor Services Agreement will be rejected as non-responsive. Execution of a Contractor Services Agreement is L no guarantee that a Contractor will be awarded any work. Award will be made to the lowest responsive o bidder for each demolition. If that Contractor is unavailable, the next lowest bidder will be awarded the U work. A Purchase Order will be issued for each demolition awarded and shall constitute a separate E contract, subject to the terms and conditions of the Contractor Services Agreement. o 3. Prerequisites N L 0 Proposals will only be considered from Contractors that meet the following prerequisites: i • Contractors must have a State of California issued Contractors License with a C-21 U classification in good standing. o • Contractors shall have at least two (2) years' experience, under their current name, license CD number and C-21 license classification within the past two (2) years, in providing demolition a services to public agencies. • Contractors must have the appropriate State of California issued certification for asbestos removal or be able to demonstrate the ability to subcontract any portion of the demolition requiring such certification. 9 • Contractor must have sufficient equipment and manpower to mobilize for demolitions as awarded. x d 4. RFP Schedule of Events U a� The City reserves the right to amend, withdraw and cancel this RFP. The City reserves the right to reject any or all responses to this RFP at any time prior to contract execution. The City reserves the right to request or obtain additional information about any and all submittals. It is the goal of the City to select and retain Contractors by January 1, 2015. In preparation for that action, the following schedule of events has been prepared: • Proposals due December 17, 2014, before 3:00 p.m. • Oral interviews (if option exercised by City) will occur within two (2) weeks after the proposal submission deadline 19 Packet Pg. 120 All requests for clarifications or interpretations of the Scope of Work or Terms and Conditions set forth in this RFP should be submitted in writing and emailed to: Vanessa Slouka, Accounting Assistant Finance Department Slouka_Va(o)sbcity�org All questions and requests for clarifications or interpretations must be received in writing on or before Wednesday December 10, 2014, at 3:00 p.m. Addendum will be posted to our website on Monday December 15, 2014. 5. Term of Service o U R L The initial term of the Master Agreement will begin on or about January 2015 through June 30, 2015. o Three (3) additional years may be executed at the option of the City following satisfactory performance of U the initial term. (see page 30) E 0 6. General Terms and Conditions The successful Contractor will be required to execute a Contractor Services Agreement for On-Call o Demolition Services. Contractor must meet all insurance requirements in the Sample Contractors U Agreement. If applicable, Contractor must also demonstrate capacity to secure bonding as reflected in the o Technical Specifications. All terms and conditions of the Contractor Services Agreement are non- negotiable. o Failure to execute the Contractor Services Agreement and furnish the required insurance within the Q required time period shall be just cause for rescission of the award. N W 7. Scope of Work 0 LO Contractors selected to participate are required to perform each demolition in accordance with the Technical Specifications and the Demolition Price Form and any plans and specifications issued with the x Request for Bids for any given demolition. Contractors will need to be able to commence the demolition within ten (10) calendar days of notification by the Code Enforcement Division. E U 8. Services to be provided by the City of San Bernardino Q Authorization to enter upon private property to perform demolition will be provided by City in the form of written consent from the property owner(s) and/or tenant(s) or by court issued warrant. 20 Packet Pg. 121 9. Proposal Content Proposals shall be prepared in such a way as to provide a straightforward, concise delineation of capabilities to satisfy the requirements of this RFP. Expensive bindings, colored displays, promotional materials, etc., are not necessary or desired. Emphasis should be placed on completeness and clarity of content. Proposals shall adhere to the following format for organization and content. Proposals must be typed and arranged/divided in the following sequence to facilitate evaluation: 9.1 Cover Letter -- N L The cover letter shall: 1) confirm that all elements of this RFP have been reviewed and L understood; 2) include a statement of intent to perform demolition work as awarded; 3) express o Contractor's willingness to enter into a Master Agreement under the terms and conditions U prescribed by this RFP and in the Sample Master Agreement; 4) include a brief summary of E Contractor's qualifications; and 5) identify a single person for possible contact during the RFP o review process. The cover letter shall be limited to two (2) pages. N 9.2 Statement of Understanding and Approach o This section should demonstrate an understanding of the Special Provisions which govern demolition work. It should describe Contractor's ability to provide the means and methods, and U manpower required to perform demolitions. o N 9.3 Contractor Information N This section shall include relevant Contractor information including the address and telephone N number for the Contractor's main office and any branch offices. 0 Each Contractor shall identify itself as to the type of organizational entity (corporation, sole r proprietorship, partnership, joint venture, etc.) it is. Contractor's Project Manager and/or x Superintendent should be identified by name and title and contact phone numbers should be provided. Include also major subcontractors (if any) and their degree of involvement in the = demolitions. 9.4 Qualifications and Experience Contractors shall provide at least three (3) references, within the past two (2) years, of public agency customers for whom services have been performed that are comparable to the work described in this RFP. The references shall include names, addresses, and telephone numbers of the customers for whom prior work was performed and include an explanation of the services provided. 21 Packet Pg. 122 9.5 Equipment and Personnel List Contractors shall provide current equipment and personnel lists. The personnel list should include qualifications and years of experience for all listed personnel. 9.6 Evidence of Insurance In addition, Contractors shall provide evidence of insurance as required by the Sample Contractor Services Agreement. Contractors intending to use certified subcontractors to perform asbestos abatement work shall provide evidence of subcontractor(s) pollution liability insurance upon award of any demolition. These items should be included in the proposal and clearly identified as Evidence of Insurance and Certification. o U tC L 10. Instructions and Schedule for Submittal of Proposals o U All Proposals shall be signed and sealed by a duly authorized representative of Contractor. The name and E mailing address of the individual executing the proposal must be provided. o c The City shall not be liable for any pre-contractual expenses incurred by any Contractor in relation to the N preparation or submittal of a proposal. Pre-contractual expenses include, but are not limited to, expenses o by Contractor in: preparing a proposal or related information in response to RFP; negotiations with City on any matter related to this RFP; and costs associated with interviews, meetings, travel or presentations. o Additionally, City shall not be liable for expenses incurred as a result of City's rejection of any proposals U made in response to this RFP. o N One (1) original and one (1) copy of Contractor's Proposal (each sealed), must be received before 3:00 Q p.m., on December 17, 2014. N CG Proposal must be submitted to: 0 Vanessa Slouka, Accounting Assistant T City of San Bernardino, Finance Department x 300 N "D" Street, 4th Floor San Bernardino, CA 92418 E v RE: RFP for On-Call Demolition Services a Proposals received at any place other than the office of Finance Department will not be considered, and will be returned unopened. Late proposals will not be accepted. The City reserves the right to reject any and all proposals and to waive information and minor irregularities in any proposal received. 22 Packet Pg. 123 5.D.j 11. Public Records All proposals submitted in response to this RFP become the property of the City and under the Public Records Act (Government Code 6250 et. seq.) are public records, and as such may be subject to public review at least ten (10) days before selection and award. If a Contractor claims a privilege against public disclosure for trade secret or other proprietary information, such information must be clearly identified in the proposal. Note that under California law, price proposal to a public agency is not a trade secret. N 12. Evaluation Process and Criteria o U L Proposals will be evaluated by City representatives from relevant departments. o U At the City's sole discretion, Contractors may be asked to participate in an oral interview to discuss in E greater detail the content of their proposal. o N L O U L O U N O N N N Q N M r O LO r X c m E U iv r Q 23 Packet Pg. 124 5.D.j SECTION IV. BID CONTENT AND FORMS c L O U O E m O c N L O V L O U N O N d Q d7 N to M r O Lo r X c m E V Q 24 Packet Pg. 125 A. BID FORMAT AND CONTENT 1. Presentation Bids should not include any unnecessarily elaborate or promotional material. Information should be presented in the order in which it is requested. Lengthy narrative is discouraged, and presentations should be brief and concise. Bids shall contain the following: a. identification of Bidder, including name, address and telephone; L 0 b. proposed working relationship between Bidder and subcontractors, if applicable; 0 U C. acknowledgment of receipt of all RFQ addenda, if any; 0 aD d. name, title, address and telephone number of contact person ° during period of bid evaluation; L e. a statement to the effect that the bid shall remain valid for a period 2 w of not less than 120 days from the date of submittal; and 0 f. signature of a person authorized to bind Bidder to the terms of the c bid. N Bidder may also propose enhancement or procedural or technical Q innovations to the Technical Specifications which do not materially N deviate from the objectives or required content of the project. V l 2. Exceptions/Deviations Ln State any exceptions to or deviations from the requirements of this RFQ, x stating "technical" exceptions on the Technical Specifications form, and "contractual" exceptions on a separate sheet of paper. Where Bidder wishes to propose alternative approaches to meeting the City's technical w or contractual requirements, these should be thoroughly explained. ¢ 3. Qualifications, Related Experience and References of Bidder This section of the bid should establish the ability of Bidder to satisfactorily perform the required work by reasons of experience in performing work of a similar nature; demonstrated competence in the services to be provided; strength and stability of the firm; staffing capability; work load; record of meeting schedules on similar projects; and supportive client reference. 25 Packet Pg. 126 Bidder shall: a. provide a brief profile of the firm, including the types of services offered; the year founded; form of the organization (corporation, partnership, sole proprietorship); number, size and location of offices; number of employees; b. describe the firm's experience in performing work of a similar nature to that solicited in this RFQ: C. provide, as a minimum, three (3) references from current o customers of a similar size as the City as related experience; reference shall furnish the name, title, address and telephone number of the person(s) a the client organization who is most 0 knowledgeable about the work performed. E ° 4. Appendices ° c ° Information considered by Bidder to be pertinent to this RFQ and which In has not been specifically solicited in any of the aforementioned sections 2 may be placed in a separate appendix section. Bidders are cautioned, however, that this does not constitute an invitation to submit large 0 amounts of extraneous materials; appendices should be relevant and brief. ° a� B. LICENSING AND CERTIFICATION REQUIREMENTS a By submitting a bid, bidder warrants that any and all licenses and/or certifications required by law, statute, code or ordinance in performing under the scope and specifications of this RFQ are currently held by bidder, and are valid and in full LO force and effect. Copies or legitimate proof of such licensure and/or certification X shall be included in bidder's response. Bids lacking copies and/or proof of said licenses and/or certifications may be deemed non-responsive and may E be rejected. ° w C. COST AND PRICE FORMS a Bidder shall complete the Cost/Price Form in its entirety including: 1) all items listed and total price; 2) all additional costs associated with performance of specifications; and 3) Bidder's identification information including a binding signature. 26 Packet Pg. 127 5.D.j Bidder shall state cash discounts offered. Unless discount payment terms are offered, payment terms shall be "Net 30 Days". Payment due dates, including discount period, will be computed from date of City acceptance of the required services or of a correct and complete invoice, whichever is later, to the date City's check is mailed. Any discounts taken will be taken on full amount of invoice, unless other charges are itemized and discount thereon is disallowed. Freight terms shall be F.O.B. Destination, Full Freight Allowed, unless otherwise specified on price form. L O V L O U O E O .a C cc N L O U L O U N O 4S N Q a) N CC M r O LO f C OS E Z V R r a 27 PRICE FORM REQUEST FOR QUOTES: RFQ X-15-01 DESCRIPTION OF RFQ: On-Call Demolition Services at Various Locations COMPANY NAME: ADDRESS: in 0 .r U s_ C NAME OF AUTHORIZED 0 REPRESENTATIVE E 0 PRINT NAME TELEPHONE NUMBER o U FAX NUMBER o E-MAIL ADDRESS m 0 an m PRICE FORM N SUMMARY PROPOSAL AS FOLLOWS: N M ASBESTOS ABATEMENT (range) $ 0 DEMOLITION/REMOVAL OF SUBSTANDARD STRUCTURE (range) $ X OVERGROWN/HAZARDOUS VEGETATION REMOVAL $ PER LOAD 0 t TRASH & DEBRIS REMOVAL $ PER LOAD r OBTAIN CITY PERMITS, DEPT. APPROVALS $ PER SITE DETAILED COST BREAKDOWN FOR EACH ITEM FOLLOWS: CITY PERMITS, SCAQMD NOTIFICATIONS, ETC., EACH SITE $ a a 28 Packet Pg. 129 5.D.j co Price Form (continued) TYPE OF STRUCTURE: WOOD-FRAMED PER FOOT $ MASONRY (BLOCK, BRICK, ETC.) PER FOOT $ METAL-FRAMED PER FOOT $ FOUNDATIONS AND FLATWORK PER FOOT $ N L 0 REMOVAL AND BACKFILLING OF BASEMENTS PER FOOT $ U L MOBILE HOMES EACH $ U 0 IN-GROUND POOL REMOVAL & BACKFILL PER TON $ a� 0 MASONRY WALLS REMOVED PER FOOT $ CU 0 L FENCES REMOVED PER FOOT $ L f+ TRASH & DEBRIS REMOVED PER TON $ 0 (wo, U) U OVERGROWN/HAZARDOUS VEGETATION PER TON $ N N TREE REMOVAL (UP TO 18 FEET) PER TREE $ N Q rn STORAGE ITEMS PER TON $ M ASBESTOS REMOVALS AS FOLLOWS: c LO ASBESTOS DISPOSAL/MANIFESTED PER YARD $ X EXTERIOR STUCCO PER FOOT $ E FLOOR COVERING MASTIC OR OTHER MASTIC PER FOOT $ Q INTERIOR WALL-BOARD OR PLASTER PER FOOT $ PIPE LAGGING, INSULATION, FLUES, DUCTS PER LINEAR FOOT $ RESILIENT FLOOR COVERING OR FLOOR TILES PER FOOT $ BOILER OR VESSEL LAGGING OR INSULATION PER FOOT $ ROOF FELT OR COVER MATERIAL PER FOOT $ 29 Packet Pg. 130 5.D.j Price Form (continued) ROOF MASTIC PER FOOT $ CEMENT SIDING PER FOOT $ SPRAY-ON CEILING MATERIAL PER FOOT $ CEMENT PIPING PER LINEAR FOOT $ WINDOW PUTTY PER LINEAR FOOT $ o FIREPROOFING PER FOOT $ _ 0 LEAD REMOVAL AS FOLLOWS: 0 0 E m LEAD DISPOSAL/MANIFESTED PER YARD $ .a c CEILING, FLOOR, WALL MATERIAL, FLAT SURFACES PER FOOT $ N L O W TRIM, MOULDING PER LINEAR FOOT $ L o TOTAL: $ � 0 Beginning on or about January 2014 through June 30, 2015 plus three (3) single-year renewal options, for City's partial requirements, on an as-needed basis, Q with no guaranteed usage for Demolitions. N cfl Option year one, if exercised, shall be effective July 1, 2015 through June 30, 2016. Option year two, if exercised, shall be effective July 1 , 2016 through June 30, 2017. LO Option year three, if exercised, shall be effective July 1, 2017 through June 30, 2018. x r Are there any other additional or incidental costs, which will be required by your firm in order to meet the requirements of the Technical Specifications? Yes / No E (circle one). If you answered "Yes", please provide detail of said additional costs: Y Q Please indicate any elements of the Technical Specifications that cannot be met by your firm. 30 Packet Pg. 131 1 Have you included in your bid all informational items and forms as requested? Yes / No (circle one). If you answered "No", please explain: This offer shall remain firm for 120 days from RFQ close date. Terms and conditions as set forth in this RFQ apply to this bid. o 0 Cash discount allowable % days; unless otherwise stated, payment terms are: Net thirty (30) days. U 0 In signing this bid, Bidder warrants that all certifications and documents requested o herein are attached and properly completed and signed. ._ From time to time, the City may issue one or more addenda to this RFQ. Below, o please indicate all Addenda to this RFQ received by your firm, and the date said Addenda was/were received. r o Verification of Addenda Received o 0 Addenda No: Received on: Addenda No: Received on: a Addenda No: Received on: N M This bid has been reviewed and found to be correct and final. The undersigned o is authorized to providing pricing: to x AUTHORIZED SIGNATURE: a� E PRINT SIGNER'S NAME AND TITLE: a DATE SIGNED: COMPANY NAME & ADDRESS: 31 Packet Pg. 132 PHONE: FAX: EMAIL: Web Address: IF SUBMITTING A "NO BID", PLEASE STATE REASON(S) BELOW: N L V L 0 U 0 E a� 0 -a C w N L 0 V L y 0 U N O a+ N d N a 0) N to M r O u? T X 4i c m E 0 a 32 i 5.D.j 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. o L _ DIVISION OF NAME OF FIRM OR LOCATION U WORK OR CONTRACTOR CITY E TRADE o N L O i.+ U L _ O U N O N N N a N M Print Name Signature of Bidder o LO r X Company Name: d E Address: w 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. 0 33 Packet Pg. 134 S.D.j 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 L competitive bidding in connection with RFQ X-15-01. 2 �a L 0 Business Name L) 0 E Business Address o Signature of bidder X y L O V L _ Place of Residence 0 .r N d N Subscribed and sworn before me this day of , 20_. Q N t0 Notary Public in and for the County of , State of California. o tn My commission expires , 20 x w E U Q 34 Packet Pg.135 5.D.j SECTION V. GENERAL SPECIFICATIONS N L 0 U iSf L 0 U 0 E a� O .a c ca N L 0 i� V L 0 U N 0 N m N Q rn N M r O U r X C N E t U Q 3> Packet Pg. 136 IV. GENERAL SPECIFICATIONS 1. Each bid shall be in accordance with Request for Quotes (RFQ) Number X-15-01. All specifications are minimum. Bidders are expected to meet or exceed these specifications as written. Bidder shall attach to their bid a complete detailed itemization and explanation for each and every deviation or variation from the RFQ specifications and requirements. Conditional bids, or those that take exception to the RFQ specifications and requirements, may be considered non-responsive and may be rejected. 2. The City reserves the right to accept or reject any and all bids and to award a contract to the bidder whom best meets the City's requirements. This may include waiver of minor irregularities or discrepancies, or nonconformity to specifications in appropriate circumstances. Purchase shall be on N a best buy basis after due consideration of all relevant factors, including but not limited to, o workmanship, accessibility of parts and service, known evidence of manufacturer's responsibility and U record, durability and known operational record of product and suitability as well as conformity to City needs and requirements. In all cases the best interest of the City shall prevail in all contract awards. c 3. The City of San Bernardino reserves the right to purchase more or less than the quantities specified at v unit prices bid. o E 4. Bids shall be firm offers, subject to acceptance or rejection within 120 days of the opening thereof. 0 5. Regular dealer. No bidder shall be acceptable who is not a reputable manufacturer or dealer of such a items as submitted for bid consideration. c 6. All materials, workmanship and finish entering into the construction of the equipment must be of the N best of these respective kinds and must conform to the character of the equipment and the service for o which it is intended to be used and shall be produced by use of the current manufacturing processes. "Seconds", factory rejects, and substandard goods are not acceptable. 7. Each bidder shall submit with their bid a copy of the proposed product specifications, complete o detailed drawings, and other descriptive matter in sufficient detail to clearly describe the equipment, ca materials and parts offered. a 8. Manufacturer and/or Contractor shall defend any and all suits and assume all liability for any and all claims made against the City of San Bernardino, or any of its officials or agents for the use of any w patented process, device or article forming a part of equipment or any item furnished under the Q contract. rn 9. Each bidder must state in their bid 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 c shall deliver the items at the earliest possible date following the award of the contract. 9 10. Each bidder shall list in their bid all factory, manufacturer's and/or dealer's warranty and/or guarantee X coverage and shall submit such written documents evidencing the same attached to the bid. 11. Successful bidder(s)(Contractor) shall furnish and deliver to the City complete equipment as bid and awarded, ready for installation and fully equipped as detailed in these specifications. E 12. Price shall be quoted F.O.B. San Bernardino(all transportation charges shall be fully prepaid), and shall include all discounts. Bid 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 Q 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 bid. Bidders furnishing bids under these specifications shall supply all items advertised as "standard"equipment even if such items are not stipulated in the specifications, unless otherwise clearly accepted in the bid. 15. The items which the bidder proposes to furnish the City must comply in all respects with the appropriate safety regulations of all regulatory commissions of the Federal Government and the State of California, whether such safety features and/or items have been specifically outlined in these specifications or not. 36 Packet Pa. 137 16. Contractor delivering equipment pursuant to these RFQ specifications shall guarantee that equipment meets specifications as set forth herein. If it is found that equipment delivered does not meet requirements of these specifications the Contractor shall be required to correct the same at their own expense. 17. By submitting a bid, each bidder agrees that in the event complete delivery is not made within the time or times set forth pursuant to this specification, damage will be sustained by the City, and that it is, and will be impractical and extremely difficult to, ascertain the actual damage which the City will sustain in the event of and by reason of such delay. 18. In case the delivery of the items under this contract is delayed due to strikes, injunctions, government controls, or by reason of any cause or circumstance beyond the control of the Contractor, the time for delivery may be extended (in the City's sole discretion) by a number of days to be determined in each instance by mutual written agreement between the Contractor and the Purchasing Manager of the City of San Bernardino. The City shall not unreasonably refuse such extension. i 19. Contract. Each bid shall be submitted and received with the understanding that acceptance by the City ,o of San Bernardino of bid in response to this solicitation shall constitute a contract between the U cc Contractor and the City. This shall bind the Contractor to furnish and deliver at the price bid and in complete accordance with all provisions of RFQ No. X-15-01. In most cases the basis of award will be U the City's standard purchase order that may or may not incorporate this solicitation by reference. C 20. Prohibited interest. No member, officer, or employee of the City or of any agency of the City during his aEi tenure or for one year thereafter shall have any interest, direct or indirect in this contract or the p proceeds thereof. Furthermore, the parties hereto covenant and agree that to their knowledge no -a board member, officer or employee of the City has any interest,whether contractual, non-contractual, C financial or otherwise, in this transaction, or in the business of the contracting party other than the City, L and that if any such interest comes to the knowledge of either party at any time, a full and complete o disclosure of all such information will be made in writing to the other party or parties, even if such L 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 C State of California. N 21. One Document. These specifications, the notice inviting bids, RFQ X-15-01, the Contractor's bid, any N 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 Q construed together as one document. Anything called for in any one of said documents shall be deemed to be required equally as if called for in all. Anything necessary to complete the work properly N shall be performed by the contractor, whether specifically set out in the contract or not. All sections of M the specifications shall be read as constituting a whole and not as an aggregation of individual parts, and whatever is specified in one section shall be construed as applying to all sections. o 22. The City of San Bernardino reserves the right to accept or reject any and all bids. LO 23. Prompt payment. Each bidder may stipulate in their bid a percentage prompt payment discount to be X taken by the City in the event the City makes payment to the Contractor within ten (10)working days of receipt of material and approval of invoice. For the purpose of this provision, payment is deemed to be made on the date of mailing of the City check. NOTE: prompt payment discounts will only be E used during bid evaluation in the case of ties. 24. Inquiries. Direct all inquiries to Vanessa Slouka at 909-384-5346. Technical questions may be sent Q via fax to 909-384-5043. The answers to material questions will be provided to all potential bidders. Bid/Price forms. No bid will be acceptable unless prices are submitted on the pricing forms furnished herein, and all required forms are completed and included with bid. Deliver all bids, SIGNED and SEALED, to the Purchasing Division, Finance Department at 300 North "D" Street, 4th Floor, City Hall, San Bernardino, California 92418. CLEARLY MARK THE RFQ SPECIFICATION TITLE: On-Call Demolition Services at Various Locations and Number X-15-01 ON THE OUTSIDE OF THE ENVELOPE. 25. Time. All bids must be received in the Purchasing Division no later than 3:00 PM, PST, December 17, 2014,where at such time and said place bids will be publicly opened, examined and declared. Any bid may be withdrawn by bidder prior to the above scheduled time for the opening of bids. Any bid received after that time and date specified shall NOT be considered. 37 Packet Pg. 138 26. 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. 27. Equipment. In the purchase of equipment, Contractor shall be required to furnish one (1) OPERATORS MANUAL and one(1) PARTS MANUAL for all equipment bid. 28. In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act(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 bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. 29. Contractor shall indemnify, defend and hold City, its officers, employees and agents harmless from any claim, demand, liability, suit,judgment or expense (including, without limitation, reasonable costs of defense) arising out of or related to Contractor's performance of this agreement, except that such o duty to indemnify, defend and hold harmless shall not apply where injury to person or property is i caused by City's willful misconduct or sole negligence. The costs, salary and expenses of the City = Attorney and members of his office in enforcing this Agreement on behalf of the City shall be V considered as "attorney's fees"for the purposes of this paragraph. G 30. While not restricting or limiting the foregoing, during the term of this Agreement, Contractor shall E maintain in effect policies of comprehensive public general and automobile liability insurance, in the 0 amount of$1,000,000 combined single limit and statutory worker's compensation coverage, and shall a file copies of said policies with the City's Risk Manager prior to undertaking any work under this Agreement. The policies shall name the City as an additional insured and shall provide for ten (10) L day notification to the City if said policies are terminated or materially altered. C V 31. ��ITUCI II DC7ClD� AA( C R(lAl/Rll RrAr The ( ten+r+�+� II ho r m iro' +n fi rnich rochior'c ++ , payable to the C _RPrn;;rd0nA On an amount equal to 0 0 V 0- fA Bernardone, bonds shall be on aGGE)rdanG8 With 0FdiRaRGe Ne. 921, SeGt;GR 2400 and the GerpeFatwon said bond shall have a rating On Best's mast FeGent *RsuranGe guide of"A' hpttpr. w d 32. Written contract documents, duly authorized and signed by the appropriate authority, constitute the Q complete and entire agreement(s)that may result from the RFQ. 33. City may, at its discretion, exercise option year renewals for up to three (3)years, in one-year N increments. t° M 35. By submitting a bid, bidder warrants that any and all licenses and/or certifications required by law, statute, code or ordinance in performing under the scope and specifications of this RFQ are currently o held by bidder, and are valid and in full force and effect. Copies or legitimate proof of such licensure LO and/or certification shall be included in bidder's response. Bids lacking copies and/or proof of said X licenses and/or certifications may be deemed non-responsive and may be rejected. 36. Once the award has been made and prior to the commencement of the job, the City's Municipal Code a=i (M.C. 5.04.005) requires that a Business doing business with the City, obtain and maintain a valid City E Business Registration Certificate during the term of the Agreement. 37. Vendor(Contractor)/Consultant services agreement(s)(VSA/CSA). A signed vendor/Consultant Q service agreement may be required between both parties prior to commencement of the job. 38 Packet Pg. 139 WOODY'S DEMOLITION S B CHAMBER OF COMMERCE DAKENO,INC 92438 TI AVE ATTN:DEANNA MONTOYA 6021 TARRAGONA HESPERIA,CA 92345 5 6TH STREET RIVERSIDE,CA 92509 FX(760)956-7204 ERNARDINO,CA 92410 FX(951)686-7342 woodysdemo(&msn.com AMERICAN WRECKING AON WARREN DUNCAN CONTRACTING 2459 LEE AVE PO BOX 302 2148 GLEN HELEN PARKWAY SOUTH EL MONTE,CA 91733 BLOOMINGTON,CA 92316 DEVORE,CA 92407 FX(626)350-8322 FX(909)350-8443 FX(909)880-3064 CR GANN DEMOLITION INC THREE D SERVICE N 4020 BAIN ST. 1551 E MISSION BLVD o MIRA LOMA,CA 91752 POMONA,CA 91766-2349 u FX(951)916-4265 PH(909)469-2600 FX(909)620-5040 y O U O E d 0 _ L O V L Y _ O U N O N N .Q N Q a) N M N J L O _ O E r _ V Y Q Packet Pg. 140�, BID DATA SHEET Department: Code Enforcement L RF-P / RFQ # X-15-01 Description: On-Call Demolition Services L Bid Issue (advertisement) Date: 12/08/14 Bid Due Date: 12/17/14 0 0 E m Methods of Public Advertisement: ° The SB County Sun SB Area Chamber of Commerce (SBACC) City of SB Website & SB Connect ° L "Notice Inviting Bids / Proposals" sent by Purchasing: o Fax U 0 Email ° US Postal ino Gertified Ma N N to Local Vendors (within SB City Limits): 00 — rn N Non-Local Vendors: 07 Y Q Total Vendors 07 a ° Number of Bids / Proposals Received: m 0 Local Vendors (within SB City Limits): 01 E 0 Non-Local Vendors: 06 Total Bid Packages Received: 07 # of Vendors who declined to bid (No Bid): 00 Prepared by: Vanessa Slouka Date: 12/23/14 Packet Pg. 141 {sao;oeaauoO owe(] pue sao;oea;uoo so;sagsy : 6Z90 j9a4S AaewwnS pi8 owap quawyoe};y N E o OL ui 0 a m O 00 O O O Y 0 0 0 � U U o 0 0 0 0 0 C) ° It O D O O O N LO O O C-6 p_ O M ° � �0 00 0 C) 0 0 00 00 0 0 U O N O 0 00 N 0M O O O M C d Z 0 0 0 0 0 Lr) LO 0 0 O 0 a) W O O O O ~ M M 0 In W CL > Lo O Lf)O 0 O O � M U � C C o U tf 0 0 0 0 p N O O 00 0 O ° O O O O 0 O 0 O O O O 0 0 U) 0 0 0 0 0 Ln o 0 0 0 0 0 0 0 N O OL O O O O In 0 co M N M M L O O LO O C: (. N N M N r N C) L O N O ti a) N C LU r W O O O O 0 N c6 O 0 ~ Y U 0 0 0 O 0 0 O � O O O 0 0 a) O O O Un LO Un O O ti M O O _ O -p L6 O O 0 CO "t CO N N i O i N i p 0 f� LOO M N N �t 0 0 N ' p N 0 �O O O O CO "It 00 M N C:) M (n r C O O O O C) (6 X 0 M N C L C U) � W 0 � W 4) _ U C U 0 L o LU a) o = E o cv U c p L O 'a^ L LL W ° L > N O_ O Z Q C- 0 i C ° a) O Q 0 W a) U o ° M Q E Cl) a) Q o D a L -0 a) 0 > W z °6 Q o -°a O D o o O O O o O O a) cn CO c Fu o L > c> E o 0 0 Z N cn O U °� � a) �' N °- n W _O _ U � � a) o -a m m m o cn > L N Q Q C C o p U) U. c °' a E aa)i > �- cn o W Q o E -0 3 a) 0 cr 0 O °6 U J - � v > = C cn 06 o y 2 U ° o U) a o o o a) o o L) � L 0 W W > ca W t_ O (D o aEi o ca m m > a) o U D Q 0 O O D U H 7 � of LL O Cl) (saopea4uo3 owe(] pue sao;oea;uoO so4segsy : 6Z90 laa4S fuewwnS pie owap :}uawyoe;;y M co o � � L r d O N U M v U O aj ° N LO 00 ° O ° � O N U L ° It L O IL - O co 0 ° (0 O 00 N t-- 7 N O 00 N �` 00 00 ° 4 CO � Z Cl) M OD N N C Z ai a) a > 00 w 0 O f O (f? M CD U � � � O � ti d O p O O ° L O N O O O O O O O O O O O C1 N Q O O O O O O O O O Z LO M O N N N l ) (.0 d N LO T-- f` N LO O L O N O ti O r +� N r co O w ~ O O O Y U r— LO O O O 0 0 O O O N M LO LO O O ° O Qc) Z O m O O M O � j O O CO 4 O T- O M 1 00 ',1- 1 N ti I L 0 r- O M 0 N r E > N r In N M co 00 Cj X ° N N co U- ~ Q W w 00 � O o ° o H m ° O L 4 o 0 p O L — 4- C O N w O U / L (4 O O O U L O N O -0 U7 = O E � 0 Rf M d O 4- > ±+ N O O O E L N Q o 3 O O O p Fu O O c cn 4- 7 L- M O D B o o o O co E - Z O E > �E E o O cL - N O O E >0 O O M C:O L Qa p m $ > 0 , - c E 0 �i -� > U N O O � O E O U E L C ^W O 0 FO O L O O O O w w N X O O Q w L C: m 0 U n LO (sao;3ea;uo3 owe(] pue sioloea;uoo solsagsd : ME) laa4S fuewwnS p18 owaa quawtpeliv d E T o c ui O a O CL Y (B z O O v U ot5 06 O O O O o 0 o LO 0 ° 0 O o o °o 0 0 a O O O O lf) O N U) O f-- O O O O O O O LO U fn Q O > O L C L d M N ti O� N C7 N SD (D LO O) 4. Z (6 Q O O co N N fl- r- CD (D Z 0 o W CD U 0 cYi O E += O o0 0 0 0 O LU-) o 0 0 0 0 ° o ° 0 0 u fB o 0 0 0 0 0 0 o O o 0 0 0 0 0 a) Q L C7 N O O N N O O O O Cll 0 0 O O LO O N U') N C9 C9 C`7 (D r--O 0 U) 0 0 d 00 c0 d cy T O LO Q N O O O Lf7 N T W C6 ° LLI C U ° C) O O O °O O O O O = UO O O O O O ° O ° C 0 O O O O (/) C C O O O C9 O O O O p (6 a N 0U O O O O O O O O O O M O M C) T U C O O O 0 O O O O u LO O ao 00 1 1 Z (O f` 00 Cfl - O O N O O O O ° ° 0 0O O O O ° o 0 0 m o ° O n x > O N N N C7 T- T- U) (� Ln Cll U) � ; m � � H � � _ U C U L) o =3 p W O C E _ ca U) Q) fn O o C -0 ry (� LL LU Q O L C ] O L O R N 70 O O Z r - Q f1 "a _ C6 CO 0 .- O O N . O O C -0 O Q 0 U W a) L) O O C O U � L � Q 0 CL a� 4- W Z o6 °_ o > (1) } m V 0 o ° 3 c o >E O � 0 c 0 E o a m z L O U I— o Y CL N ° Q � _ n- U u� to m o () o T > L W O _ OU_ E U fan o C) U W m E o °6 o D � m a L - o := o � J W u� > _ xs o E o o o° CL� o L U)) c� Q) fv U C) Q O O 0 U F— 2E Logy H O U) (sio}oea;uoo owed pue s,io;oe.i;uoo so}sagsy : 6Z90 ;aay, fuewwnS pi8 owe(] quawLi3el;y LO E o c ui O Q a _0 m E c� o 0 � U 00 N LO 0 N ° ° LO o N LCD L1� 00 � LO o LO a O O O Cfl O W ti N Cfl W N 00 W "t CO CO z C U a Z � 0 c� N N co C'7 00 cM N O W Z LO W r CL d C) U 0 m LO Ln .a c ti ti O o o += m N E U o N L O ° O O Ln ° LO ° O ° O O O O O O ° O LO M V LO °. o Ln f` °. f� ° o °. LO Ln o 0 0 o O O c� Z cn Q LO C 7 C 7 N �° N co C'7 co c`) co co 0 LO LO N N M °N LO ti r >' � ~ O _0 N Ln LO 04 0 >O = N N r > co O � 69 N r O r W cB oo LO m W LO c U 00 M (n C c C N ~ O Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Y Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z O N O O M (n L M N (B X U m ° r N C'I U� N N N c _ r O O ~ O O O H 4- O () O U U O O L O to O L O L O C to U U L N U L V O m 0 > O O t4 L O L O L O cn M cl u U N �c4 O N :3 O O O � L U O E (n 4_ O L O CB L -0 Q) M d C O (0 O O L O O } C a L (n O - L L- 0 E — fy N C6 L O U L Q U O>O E w Om O > cr cr, O(D z ' —W E > m o o U rm W; C O N L O W O -O N Q D 0 N cl7 — > O j — C E O C > fn O O L E > 0 n (.5 Q) U C O O N 0 L N O `0 (B -6 cl. O W W N X O O O O N � N (u O O o U ~ Q Q W LL a m (Y- 01- U u) U Lr— J U J I LO (sao;oealuoa owea pue sioloe.quoa solsagsd : UK) }aauS fuewwnS pi8 owe(] :juaWyoelly to E o Sri 0. y � Y 0. F- O rn U U) � i Z a Z — : W W a > 0 0 cri m 0 U 0 a� 0 N ti r N r W � W cl T- — m Z) :3 (n U o2S o o O O o o C:) o 0 0 0 0 0 ° ° o o ° ° °o ° o rn ti o 0 °° o 0 . 0 t` o o � � o o 00 LO Sri �i o u-i O cn O O CO (0 In lf) 06 LO CO N 00 07 CO In O t L O O O LO LC)O N N N () U Q m Q W U ~ U V c4 � V O 0O Q O E 0 W L C 0 C C/) E W W O O ca '' W ^^ L O U) y Y M > LL o O ". C c4 N -0 O O Z +- O C O O L O U Q N U O c6 C cn N Q Y O N N N Q .O CL M Z > j 0 W Q W + O O O 70 O > CO p o Z3 0 D o o > > L o � o aEi �; m O �- L o ca 0 E 0 0 L L O E o E N U � 0 0 -o L- ca 0 CD Z ' E �' m O cn -0 C U L 0 �, t� W O _ � U �-- 0 o - m 0 oo m 'o .Q 2 m E t- Q c 0 p cn E 0 c 06 E E 0 0 0 U a <n o � Q U W E u- Lm- o o a� p d U cn cn E L 0 _Q H W Q LL cn 76 _o � O L L cn U ocfn OL O W -0 0 O O O O O W W a a O a L 0 >- > L 0 O U 0 Q 0 O O o U X 2 2 u_ � 2 � O to (sio;oeaauoo owe(] pue s.io;oea;uoo solsagsy : 6Z90 #a94S AaewwnS p!e owe(] :;uewq:De}jy o � a w m Y CIL O rn Cl) Z W w a > 0 0 a� L O v 00 d r 0 N ti r N r W CL W :3 W C :3 +. U co ca U) (n O O N N N O LO CM LO LO LO c'M LO LO co 0 0 0 0 0 0 N r O L6 N N ti O M N N 07 't O O -t z 06 N . N N T- � C7 O O C N LO r o r ca Z > C U) LL c6 Q +� O p O 4-O ~ 4-O V L O O O O O CL 4 N O N 0 N V CL 3 L O L C c L O U 0 — U-p O +� L C O E L to O o c6 + 'a O 4- "D L CL L O _ M L O L C N O O _O N Q L L CL 'N O v O O m d i O m U O O O, L- B O O O —O tO o _E O E E o U- 4- o L C m E �0 � N L QL V z O O O N > O ( C L U N 0 O O O U) U L") U) m O cr O m L N�Q pn $ C E o > > C O O O L O O U U O E O O C O L O L CL O W W N - O O O O o O U W L a- O u7 U 7771 1 17, 1 1 1 1 1 (sioloeiluoo owe(] pue sioloeiluoo solseqsV : 6Z90 jeaqS AiewwnS p!q owe(] quawLjoeuv co V- 6 a. a. (s.io;oe.i;uoo ouaaa pue s.ioloealuoo so;sogsy : ME) spiq so;sagse;samol Z}o 96eJOAV :juauayoejjV a) Sri CL 0 m .�e CL 0 a) cli U) T- U 0 2 U 0 csi Cll O O 0 O O O O O N In 0 07 0 07 CA 0 z O N � M � N N N C0") CO U o N O Q z Cn W p > o 0 m o Sri H U) co Q M LU O U O 0 0 0 0 0 O 0 0 O 00 0 0 0 0 0 0 0 0 0 0 LO Q ° °0 °0 0°o a°o CD � 0 LO LO LO 0 0 00 z J > O N N Ch N N CD I` O) co LL W Q LL O U) d} C) L Q Q > U U U U U U U LLJ v v v a) ° m a m v v 0 V) Ln W °c° 4- O 0 L Q O o m ~ H Q O O O +J LA L L — > > > Q (A V)UJ L LLB (LO L a-- + - .0 O O a- a- +J C B II N N L 4J tZ Q CU E C L C C 0 O U 0 C C + (O _ C L N C N LA m m m m — u O N N (U U v v O O O O N n 0 N Ln C LJ v m m LO 4-1 U 0) O O u O O $ Q N � `- CU `� O O Q v v V w Ln v � (� ° -0 `^ -0 V) a .L C iz Q. a ° o.. + m m d v 0 u 0 E O (v Ln` = C o o a ' _ o o v 'O _0 ._ -0 N -0 N O O d N d N c0 (O (6 f6 V lII N '— > V V C E On 4J CU ,� N �-- N N O CCU -O `.-� -O l0 CL 1 L L ^ L L bA VI L C N N Q� L W O Q Rf a o o N C- °O L L L U m ^�' `i Q Q -0 W Ua E cB co co iz iZ Q C u L _ \C V) O V) '� N L VI L o L L � Q u \ W LLUV V) > Ln v V) C� V) C� In ++ +� N + CE + C� n n C C L °A C L C V H Q 4- Q °' Q Ov Q o m a Q '� oou ouu _0 o J �— N CM d• Lo 0 N co (sio;oea;uoo owe(] pue sio}oealuoo so;sagsy : U90 spiq solsagse;samol Z}o a6ea8nd :juauayoe;;V c c Lf) o Sri IL ... Q Y V tC IL (sio}aea;uoa owea pue sio}aea;uoa so;sagsy : 6Z9£) spiq so;sagse;semol Z 10 96ea9ny :juauayoe;jy _ LO o ui a� CL m Y V t4 CL (saoloeiluoo owa® pue s.ioloe.iluoo so}sagsd : UK) spi8 ouaap £10 a6eaand :}uauagoq}y N o Lo o ui o a �j m O O O O O O cl � U O O O 0 D O O O O V — � o � o 0 0 0 o N LO 0 0 0 0 06 � a O co O _ Ln , 06 06 O O 0 O O O o O o U cn r) � ( O N O O O O L6 O N N O ' 00 O EL L O , O O o d M O O p �- Z m O O O D o LO O O O O Lij O O O O ~ O W d Ln o LO LO M M O C 0 LO ) O LO M 0 o m O CL a) Q O O Cn O U 0 0 0 i E LO o 0 0 0 0 s j CD 0 0 N w O O O O O O O LO O O O p O O N o 0 O N C) Cr , O O O O . o O O 0 . 0 6 0 0 Q O O LO LO N LO N CD LO CO M (D r O O r >+ to O O 00 M Ch M M M N O 2 LO CL O Z r o LLI CV LO W 04 Q W �' O 0 m 0 o O LO 0 m O p 0 ti O CO Y U o0 00 0 o O N O � O O o O O O O O M O (� O O O O LO LO LO O O � LO O O O r- "O ti LO o 00 00 N N O N LO LO L N i O O f- LO M N N �- N d p N 0 E O 0 0 C'') It O cM N o CO U) (D > 0 00 °o °o 0 m LO LO M W LL. L j c� Q � W LU F- o v L1J _ U (n Q 0 �- o W °) o c CJ o ca Q a U- w o Q ° c > L a) O o Z ° 0 cv_ O L 0 Q)° — O co p — a) ° c O U) = U) a) Q _c W o o f ° O a) L ° L) Q. E cn > L CL Q o = o n m a) O m m 4- > w z U _ °� Q o O o ° m O > :3 0 O O o a O o 00 O L E in O E E a)cL E ° O L O z a) E N L U � C) a v a) ° a ca C a) a) M a) O U c O ca L a) U) N a W O cr _ a U U) to a) _o 70 ca ca o > � Q H Q c a) � o }U' LL E E E '� m °' ° c� ° � c c E c E a) U W cn o W Q L o °� E a) p ° O O U J L- LL " o L � cB > 2 oz$ L a) U ° L Q d W O m O N O O N L (o p W (jJ a) LL . } O Ca a) ° E = cn a) ° L cz (s.io;oeiluoo owed pue sioloe.iluoo solsegsy : ME) spi8 owaa £}o e6ea8ny :}uaWgoejjv M ui o � r d 0') O m M M Y U) U o O Qj ° N O 00 ° m ° O O N O O ° B O O O d O c ) c CO O 0o N ti 7 N O 0o N ~ 0o 00 ° 4 cD z D O L C'7 N N 00 c� O M 0 00 tt N O LO CL z UB N d > W' 00 00 O O O O 6} �{} LO M O O ti 0 O Q T- O U N N ° ° ° ° O O O O M O O O O O O O O N 0 L O O I� O � ° O ° O O O O O O O Co z I U+ Q LO M C') N It N M M co c') C 7 m N N M NO LO ti _0 O O N >o _ N > 00 N O W LU t0 cB O YU f— O O O O C) C) (.0 O O N co O O O O D O O O d) O �Y O O 4 O 4 O O O O 00 ' N ti ti z O i O L co � O O M C7 tt O N 00 O � O � � r _ > N O N M 00 00 6j O X O U) LL LJC: C O O ++ O H F- 0 Q _ L D O O Un O 4 O L L N O U O U 3 N C L O U 0 � O 0 +- U)n O E m O O O O L W Z3 L O (B W O O L �' L `~ 0 .p ((3 u � Z3 O O 00 p 3 O co O N �/� O i V } D � ca O U o 0 o c .J o c 0) U. c c y--� 0 OL \ L fn C E O (B O �O O O L U Q L O L 0 (D z O O p p> O O L > C` O (A -O D L O O O L — � V — � O (n Op � � O <( L1. 0 O C0 — O > O — C E O C > O O U L E O O d O F= > O � o U O O N O L CL i IL O W W O p O O O O U Q W J U H J O.77 1 (sioloeiluoo owe(] pue sioloeiluoo solsaqsV : U90 Sp!q OWOa C 10 86eJOAV :jU8WLpe4jv Adpfto6 (sio;oealuoa owea pue sao;oea;uoa so}sagsy : 6Z9£} spi8 ouaao £Io aBeaany :luauayoe4;b In o � o vi as IL m Y V m (sio}aeiluoo owaa pue sio;ae.i}uoo so;sagsy : ME) sp!8 ouaap £;o a6eJOAV :juauayoejjv C? T- o u a m a (sio}oea;uoo owe(] pue sio;oe.i;uoo so;sagsy : 6Z90 spi8 ouiaa £10 a6eaany :;uauay:De};y o LO o ui a r m Y V R CL (sioloea;uoo owe(] pue saojoeajuoo so}sagsy : 6Z9d spi8 OWOCI CIO 8Bea8ny :;uauay3ejjy 00 d L c' a r m U m a S.D.p ' e i N L O U SH Har X10 Y _ 0 sm V O E December 15, 2014 0 ADDENDUM #1 TO Request for Quotation (RFQ) X-15-01 Demolitions 0 N Notice is hereby given that the following changes, additions, deletions, or clarifications 2 are incorporated as an Addendum to the Request for Quotation (RFQ) X-15-01 Q Q 1. Regarding page 3, the instruction to bidders. the bid documents to be returned by o bidder; Cost/ Price Form (City Form), as found on page 28-31, is this form to be reviewed and signed with the pricing blank? Without the project scope of work Y information we cannot accurately fill in the pricing information. Can you clarify Q exactly which pages are to be returned as a part of this bid? i ANSWER: _ Pricing needs to be filled in to the best of their ability. ALL pages need to be returned. Y Y _ jay 9 = Sincerely, Vanessa Slouka w Accounting Assistant ; U Y Q 1 3 1 i i 7 1 a Packet Pg. 159 1 i S.D.p Sall Bern0.t' 1110 0 0 cc L _ December 8, 2014 0 U O SUBJECT: NOTICE INVITING BIDS (RFQ) X-15-01 The City of San Bernardino (City) invites bids from qualified vendors for: L On-Call Demolition Services at Various Locations L r Parties interested in obtaining a copy of this RFQ X-15-01 may do so by accessing the 0 City of San Bernardino Web Page at www.sbcity.org > City Hail > Administrative N Services > Finance > Request for Bids > beginning December 8, 2014 or by faxing their request to (909) 384-5043, attention Vanessa Slouka, Accounting Assistant. Please include the following information in your request: name and address of firm; name, telephone and facsimile number of contact person; specify RFQ X-15-01. N M Copies of the RFQ may also be obtained by calling Vanessa Slouka at (909) 384-5346 or in person at City Hall, 300 N. "D" St., 4th floor, Purchasing Division, San Bernardino, CA 92418. Q From the issuance date of this Request for Proposal until a Vendor is selected and the Q selection is announced, Proposers are not permitted to communicate with any City staff = or officials regarding this procurement, other than during interviews, demonstrations, and/or site visits, except at the direction of Vanessa Slouka, Accounting Assistant the designated representative of the City of San Bernardino. Contact with anyone not designated will result in elimination from the bid process. 0 L Closing Date: Bids must be submitted at or before 3:00 PM, PST, December 17, 2014 .5 at 300 North "D" Street, 4'" Floor, Purchasing, San Bernardino CA 92418. w Issuance of this RFQ and/or receipt of bids do not commit City to award a contract. Sincerely, a Vanessa Slouka Accounting Assistant Packet Pg. 160 RFQ X-15-15 On-Call Demolition Services at VarioLtS Locations City of San Bernardino, Finance Department Purchasing Division Bid Documents to Be Returned by Bidder RFQ X-15-01 L ON-CALL DEMOLITION SERVICES AT VARIOUS LOCATIONS 2 L Copy of Contractor License (if applicable)III B'd Content and Forms,General Specifspecification #35, c Instructions to Offeror(s) /Bidders U � o E [. ] Bidder Experience, Competency, Qualification and Profile (Vendor Document) III o Proposal!Bid Content Forms a [� Non-Collusion Affidavit (City Form) Instructions to Offerors)I Bidders o U © Listing of Proposed Subcontractor (City Form) III Proposal Bid Content and Forms O U © Cost/ Price Form (City Form) instructions to Bidders,uI jBid Content and Forms o a� [� Authorized Signatures Instructions to Bidders III Bid Content and Forms. +�+� Bidder Identification M Addendum Received (City Form) III Bid content p- w T� U U [� 120 Day Bid Validity Statement Ill Bid Content and Forms � Q CL [J� Authorized Signatures (City Form) 111 Bid Content and Farms c ca III Bid Content and Forms_ _� References '�zf a Y Proper Identification and Submittal of Proposal/Bid Package, and Price Form 0) Instructions to Bidders K o C O L W Bidders are requested to submit this checklist completed with all bid documents. This list may not be reflective of all documents necessary for submittal. r Y 4 r 3 Packet Pg. 161 t; 5.D.p INSTRUCTIONS TO BIDDERS A. Mandatory Pre-Bid Conference/Job Walk NIA B. Examination of Bid Documents L 0 w, 1. By submitting a bid, the Bidder represents that it has thoroughly examined and become familiar with the items required under this RFQ and that it is 0 capable of quality performance to achieve the City's objectives. 0 2. The City reserves the right to remove from its mailing list for future RFQs, ° for an undetermined period of time, the name of any Bidder for failure to accept a contract, failure to respond to two (2) consecutive RFQs and/or 0 unsatisfactory performance. Please note that a "No Bid" is considered a response. L 0 C. Addenda y 0 Any City changes to the requirements will be made by written addendum to this RFQ. Any written addenda issued pertaining to this RFQ shall be incorporated a into the terms and conditions of any resulting Purchase Order. The City will not be bound to any modifications to or deviations from the requirements set forth in o this RFQ as the result of oral instruction. Y V 2. Submitting Requests �. a. All questions, clarifications or comments shall be put in writing and a must be received by the City no later than 3:00 PM, December 10, CU 2014 and be addressed as follows: Y �a City of San Bernardino 300 North "M Street c 4th floor, Attn: Vanessa Slouka o San Bernardino, CA 92418 w c a E a Q 4 Packet Pg. 162 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. The City will also accept questions sent by facsimile machines or email, however, all faxed or emailed questions must be received by o the City no later than 3:00 PM, PST, December 10, 2014. Send facsimile transmissions to (909) 384-5043, attention Vanessa Slouka, and emails to: slouka va@sbcity.org. 0 0 C. Inquiries received after 3:00 PM December 10. 2014 will not be o accepted. _ 3. City Responses L 0 Responses from the City will be communicated in writing to all recipients r of this RFP, by a posting to our website, www.sbcity.org by the close of business December 15, 2014. 0 For automatic electronic notifications, please visit our Homepage and y register for SB Connect. If you are not registered for SB Connect, you a may view or download any Addenda at www.sbc_itr.org > City Hall > N Finance > Request for Bids. r D. Submission of Bids C. 1, Date and Time a All bids are to be submitted to the City of San Bernardino, Attention: Y Vanessa Slouka, Accounting Assistant. Bids received after 3:00 PM, PST, December 17, 2014, will be rejected by the City as non-responsive. E _ 2. Address o _ Bids shall be addressed as follows: w _ d City of San Bernardino E Finance Department Y 300 N. "D" Street, 4th Floor-Purchasing a San Bernardino, CA 82418. Bids may be delivered in person to the Purchasing Division, 4th floor of the above address. s Packet Pg. 163 5Dp 3. Identification of Bids Bidder shall submit a SEALED bid package consisting of: a) one (1) signed original of Quote and Price Form b) one (1) copy of each L The bid package shall be addressed as shown above, bearing the U Bidder's name and address and clearly marked as follows: 0 U RFQ X-15-Q1: 0 "ON-CALL DEMOLITION SERVICES AT VARIOUS LOCATIONS" 0 4. Acceptance of Bids N L a. The City reserves the right to accept or reject any and all bids, or any item or part thereof, or to waive any informalities or irregularities in bids. 0 N b. The City reserves the right to withdraw this RFQ at any time without prior notice and the City makes no representations that any contract will be awarded to any Bidder responding to this RFQ. a C. The City reserves the right to postpone bid opening for its own M convenience. U E. Pre-Contractual Expenses a Pre-contractual expenses are defined as expenses incurred by the Bidder in 1. preparing its bid in response to this RFQ; Y �a 2. submitting that bid to City; E 3. negotiating with City any matter related to this bid; or 0 L _ 4. any other expenses incurred by the Bidder prior to date of award, if any of the Agreement. E The City shall not, in any event, be liable for any pre-contractual expenses incurred by Bidder in the preparation of its bid. Bidder shall not include any such Q expenses as part of its bid. 6 Packet Pg. 164 A00- F. Contract Award Issuance of this RFQ and receipt of bids does not commit the City to award a Purchase Order. The City reserves the right to postpone bid opening for its own convenience, to accept or reject any or all bids received in response to this RFQ, and to negotiate with other than the selected Bidder(s) should negotiations with the selected Bidder(s) be terminated. The City also reserves the right to L apportion the award among two or more Bidders. L G. Acceptance of Order 0 The successful Bidder will be required to accept a Purchase Order in accordance o with and including as a part thereof the published Notice Inviting Bids, and the RFQ documents including all requirements, conditions and specifications contained therein, with no exceptions other than those specifically listed in the ;n written purchase order. P L H. Business License 0 The City's Business Ordinance requires that a Business doing business with the City, obtain and maintain a valid City Business Registration Certificate y during the terms of the Agreement. Bidder agrees to obtain such Certificate prior a to undertaking any work under this Agreement. N M I. Local Vendor Preference The City of San Bernardino gives any formal or informal bid submitted by a local a 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, C for comparison purposes with other bidders, as authorized in the San Bernardino Municipal Code Section 3.04.125, and Executive Order 2003-1, respectively. For the purposes of this section, "local bidders" shall be bidders for which the point of sale of the goods, materials or services shall be within the limits of the City of E San Bernardino. o 0 _ w m E a 7 Packet Pg. 165 i N L 0 • U SECTION II. C 0 U TECHNICAL SPECIFICATIONS 0 a� a �a c L 0 U L 0 U U) 0 d N Q N M r d Y U m Q Q 3 C RS d Y r c d E C 0 L W E U SO r+ Q g Packet Pq. 166 City of San Bernardino Technical Specifications Bid Specification: RFQ X-15-01 On-Call Demolition Services at Various Locations ITEM DESCRIPTION NOTICE: SPECIAL INSTRUCTIONS TO THE BIDDER `o .2 L Bidder shall complete right-hand column indicating brief reasoning for exceptions to requirements when not acceptable. State "Acceptable" if requirements are agreeable 0 as set forth on left-hand column. E 0 FAILURE TO COMPLETE RIGHT- HAND COLUMN WILL INVALIDATE BID L MINIMUM BIDDER REQUIREMENTS o All Bidders must: L r 1. Have specific expertise in demolition of buildings. / o 2. Must be able to verify a minimum of five years v N experience with demolition of buildings and must N provide, WITH ITS BID, at least three positive references for past work similar to that specified a herein that have been in within the last three (3) years. 3. Possess a valid California Contractors License class ~� ,(C-21". Y 4. Have no record of unsatisfactory performance as a evidenced by complaints filed with State of California Better Business Bureau, Contractor's State License Q Board, and State of California Department of = Consumer Affairs, South Coast Air Quality Management District (SCAQMD) and any related local agencies. 5. Must have ability to commence demolition within ten E (10) calendar days of notification by Code �� 0 Enforcement. > c w c TIME FOR COMPLETION: E All work shall be fully and finally completed within the time specified by the Code Officer from "Notice to Q Proceed." Contractor shall give (10) ten day notice of cancellation or changes of items. 9 Packet Pg. 167 3 PROSECUTION OF WORK: After work has been started, it shall be prosecuted continuously without stoppage until the entire contract has been completed. LIQUIDATED DAMAGES The City specifies that time is of the essence in this o contract. The City requires the contract shall be R completed within the time identified on the Bid Form. It ' is essential to the City that the work be completed by the time specified by the Code Officer. The City 0 specifies that the contract shall provide for liquidated v damages to be paid by the Contractor to the City in the amount of $100.00 per day for each and every day beyond the due date specified by the Code Officer and y work that the City determines remains incomplete. L PROJECT TIMELINE l o Each bidder shall submit a project timeline that includes the estimated completion time that will meet the requirements stated in this solicitation. Include the starting date for the entire project and the completion a date for the complete project. N M SITE INSPECTION Bidders are responsible to inspect site prior to submitting bids. No additional cost will be allowed without p rior - a approval from the Code Enforcement Mana er. REFERENCES: Along with Bid Form, bidders are required to submit three Y (3) references from customers whose location was within y a 50-mile radius of the City of San Bernardino. A listing of at least three (3) demolitions similar in scope and size to _ the project in this bid. The references shall be for work ° completed within the last three years. This list shall w include owner or purchaser; address of demolition; LU service or maintenance organization; brief description of d property and demolition performed; date of demolition, contact person; and phone number. C to Packet Pg. 168 USE OF SUBCONTRACTORS: Bidder agrees not to enter into any subcontracting agreements for work contemplated under this agreement except for Asbestos removal and Hazardous waste disposal. All subcontractors are subject to approval by the City. Any subcontracting shall be subject to the same c terms and conditions as the Bidder. Bidder shall be fully responsible for the performance and payments of any subcontractor's contract. c0 Bidders must submit a complete list of Asbestos and o Hazardous Substance Removal subcontractors that they will use for completion of this project. Bidder must submit copies of the subcontractor's valid licenses from the ;n California State Contractor's license certificate "ASB" Asbestos Certificate and "HAT' Hazardous Substance Removal Certificate. o U N O N LABOR LAWS: Bidder will strictly adhere to applicable provisions of the a Labor Code regarding the employment of apprentices; N minimum wages; travel and subsistence pay; retention M and inspection of payroll records; workers compensation; and payment of wages. The bidder will forfeit to the City the penalties prescribed in the Labor Code for violations. a The same would apply to any sub-contractors being used on this project. LICENSE CLASSIFICATION : Y Each bidder shall be a licensed Contractor pursuant to the Business and Professions Code and shall be licensed in the following classification: A Limited Specialty Contractors (C-21 Building moving o /Demolitions) classification will be required for this project. A copy of your license, showing the number and w expiration date must be submitted with your bid. You must submit copies of valid licenses of subcontractors E with your bid as well. w BUSINESS LICENSE: a If the scope of work under this bid includes performing services or installation on City of San Bernardino property, the SUCCESSFUL BIDDER must obtain a City of San Bernardino Business License upon execution of the contract. Packet Pg. 169 PAYMENT The City shall make payment to the Contractor thirty (30) days after final acceptance for the site. The City may retain 10% of the total project costs until final acceptance. The City Project Officer will make payments to the Contractor for the project after acceptance of the work upon completion. c PERFORMANCE BOND. NOT REQUIR,D U The Contractor will be required to furnish a cashier's 0 check, certified check or faithful performance bond o made payable to the City of San Bernardino in an amount equal to 10% of the bid price to insure the R contractor's faithful performance of this contract. Said L surety shall be subject to the approval of the City of San Bernardino, bonds shall be in accordance with Y Ordinance No. 821, Section 2400, and the corporation o issuing said bond shall have a rating in Best's most N recent insurance guide of "A" or better. DISCLOSURE OF CRIMINAL AND CIVIL a PROCEEDINGS: The selected vendor may be requested to provide information to clarify initial responses. Negative (� information provided or discovered may result in disqualification from the selection process and no award a of contract. GENERAL TECHNICAL REQUIREMENTS: Y All bids must be made on the basis of and either meet or exceed the requirements contained herein. _ L The demolition and asbestos removal of the building w shall be based on and meet the following: .. 1. All work must conform to the CBC and _ Green Book where applicable. a 2. Contractors shall meet all specifications and/or industry standards for demolition and asbestos removal. 12 Packet Pg.170 3. Contractor shall meet current public health code requirements. 4. Contractor shall provide site cleaning for the project. By submitting a bid, offeror warrants that any and all o licenses and/or certifications required by law, statute, code or ordinance in performing under the scope and r specifications of this RFP are currently held by offeror, 0 and are valid and in full force and effect. Copies or o legitimate proof of such licensure and/or certification E shall be included in offeror's bid. Bids lacking copies ° and/or proof of said licenses and/or certifications may be deemed non-responsive and may be L re'ected. PROTECTION OF PUBLIC: ` Adequate warning devices, barricades, guards, flagmen or other necessary precautions shall be taken by the " Contractor to give advised and reasonable protection, safety and warning to persons and vehicular traffic a concerned in the area. N FENCING FOR CONSTRUCTION SEPARATIONS: Bidder shall provide a six-foot high fence around demolition site during the entire demolition duration; �. equipped with vehicular and pedestrian gates with locks. f Q 3 Temporary Fencing -The Contractor shall erect a temporary 6' safety fence or similar barrier around the Y area required for the installation (including space for storage of materials and equipment). The Contractor shall post"No Trespassing" signs on the fence. The E Contractor shall be responsible for the maintenance of 0 L the fence throughout the demolition period and shall w remove the fence immediately after final acceptance of the project by the City. If so directed, the Contractor shall use only specified access routes and staging areas E on the site. a 13 Packet Pg. 171 DISPOSAL OF DEBRIS: Contractor shall recycle as much demolition debris as practical. All materials that are recyclable and/or salvageable shall be the property of the contractor. All debris from the demolition and property must be removed and disposed of at an approved landfill. .r Vendor to provide receipts from the Landfill to City of San Bernardino Code Enforcement Division prior to payment. o E DEMOLITION SCOPE: ° Complete demolition of all buildings, structures, garages or carports, basements, foundations, driveways, o walkways, asphalt, walls, fences, dead trees, shrubs. Pavement in areas adjacent to alleys, streets, public 0 right-of-way should be removed to two feet from 0 easement. N All trash and debris to be removed from site. Fill and j a compact all holes to 90%. All mature/healthy trees to remain. Remove all other vegetation. Leave lot clean and graded to within two inches of curb elevation. Dust control to be enforced. a City of San Bernardino demolition permit required. See attached guidelines. �. Contractor must coordinate all activities with Code Y Enforcement Staff, C C UTILITIES: 0 L The City will disconnect utilities and post c authorization to proceed with demolition 24 hours w prior to start of demolition. Cap all utilities at the street. Contractors to obtain sewer _ cap permit from water purveyor and obtain appropriate Y r inspections and approvals. Permit required. a 14 Packet Pg. 172 SEWER OR SEPTIC SYSTEM: Properties with public sewer service shall have said sewer service access line removed and capped, per the California Building Code (CBC). All properties with septic tank(s) shall have tank(s) c pumped and back-filled with clean sand or removedY `J from the property to an approved disposal site. 0 All hazardous substances and storage tanks for such 0 materials and wastes shall be removed in accordance Q with California State and Local Laws and Regulations. ° Capping of sewer and demolition of septic systems shall L be per the California Building Code. L ASBESTOS REMOVAL: 0 Asbestos surveys have been performed by the City and y are available for all properties at job walk. Any contractor removing such hazardous substances a must be licensed with South Coast Air Quality o; Management District (SCAQMD). Vendor to provide receipts from the Landfill to City of ( \J San Bernardino Code Enforcement Division prior to payment. i a All Contractors shall be required to comply with South i Coast Air Quality Management District Rule 1403 for proper assessment of asbestos in the structure. Y i Contractor shall provide all appropriate notification to E SCAQMD per attached instructions and must provide o proof of notification to obtain City of San Bernardino demolition permit. W _ d Contractors to supply all labor, equipment and = materials. U 15 Packet Pg 173 5.D.p INSURANCE AND INDEMNIFICATION: Contractor to obtain and maintain in force during the term of this contract, at his or her expense, public liability and property damage insurance in companies and through brokers approved by the City, adequate to protect against liability from damage claims arising out of contractor's operations in a minimum amount of $1,000,000 (one million dollars) comprehensive liability with 30 day notice of cancellation. City of San 0 Bernardino to be named as certificate holder. o E Bids received without Certificate of Insurance will ° be considered incomplete and unacceptable. L Contractor to submit liability insurance certificate in the amount of $1,000,000 and property damage insurance certificate in the amount of $1,000,000 with City of San 0 Bernardino named as certificate holder prior to demolition permit being issued. Contractor agrees to indemnify and hold City harmless a from all claims, demands, causes of action or suits, of whatever nature, arising out of the services furnished by contractor or his or her subcontractors under this contract, and from all laborers', material providers', and mechanics' liens upon the real property upon which the Q work is located or any property of the City. Y Y _ E r- 0 L _ Uj d.+ _ E s U w Q 16 Packet Pg. 174 k City of San Bernardino Building & Safety Division DEMO GUIDELINES In order to provide for the safety of the public, and to insure compliance with State and local codes, the following requirements must be met: 0 U Notify the South Coast Air Quality Management District (SCAQMD) of the pending demolition in accordance with Rule 1403 (Addendum A). If asbestos or other hazardous 0 materials are present in the building, state laws governing protection of personnel and 0 proper disposal of such materials is required. 0 Help maintain good air quality by keeping creation of dust to a minimum. N L The discovery of cesspools, septic tanks, seepage pits, or similar sewage disposal facilities and subsequent abandonment requires a permit from the Building & Safety Division. The City of San Bernardino Plumbing Code, Section 1119, stipulates the o following procedure for abandonment of sewage disposal facilities: y 0 r N • remove any remaining sewage, • remove the cover or arch, a • backfill with sand, earth, gravel or concrete to a height not to exceed the level of N any outlet pipe, or to the top of the sidewall, whichever is less, • obtain inspection from City of San Bernardino Building & Safety Division, • complete backfilling to the level of the adjacent grade. a The demolition site should be secured. If the demolition work will extend beyond a 24- hour period, the lot must be fenced to a height of 6 feet to secure the site. If the demolition and clean up of site requires the use or obstruction of any "public way" Y (i.e., street, alley, sidewalk, etc.) an encroachment permit from the Public Works Department must be obtained prior to using or obstructing. (Phone: 909-384-7272) E _ Pedestrian protection in the form of protective canopies, railings, walkways and fences ° shall be provided in accordance with the most current edition of the California Building Code; whenever work must be conducted adjacent to a public street and public way. W Plans and a schedule for demolition will be required. All protective devices must be in place and an inspection obtained, and approval of pedestrian protection granted prior to the start of the demolition work. U 17 Packet Pg. 175 N L O U L id _ 0 SECTION III. o E d SCOPE OF WORK ° R N L 0 r U L .y+ _ 0 U N 0 N N a to N Cl)to v U R Q Q C RS d Y r c d E _ 0 L _ W .F� _ Q� E s U ca r Q L) 18 Packet Pg. 176 1. Introduction/Purpose The Code Enforcement Division of the Community Development Department is seeking proposals from qualified contractors who are readily available to participate in demolitions of dangerous andlor substandard buildings on an on-call basis. 2. Background L 0 The overall intent of this Request for Proposals ("RFP') is to select qualified contractors who will be available on an as needed basis and will be pre-qualified and pre-authorized with a Contractor Services 0 Agreement. The terms and conditions set forth in the Contractor Services Agreement are non-negotiable. E Contractors submitting conditional proposals which take exception to any provision(s) in the Contractor o Services Agreement will be rejected as non-responsive. Execution of a Contractor Services Agreement is .� no guarantee that a Contractor will be awarded any work. Award will be made to the lowest responsive bidder for each demolition. If that Contractor is unavailable, the next lowest bidder will be awarded the o work. A Purchase Order will be issued for each demolition awarded and shall constitute a separate contract, subject to the terms and conditions of the Contractor Services Agreement. 0 U 3. Prerequisites o 0 N N Proposals will only be considered from Contractors that meet the following prerequisites: N a • Contractors must have a State of California issued Contractors License with a C-21 N classification in good standing. • Contractors shall have at least two (2) years' experience, under their current name, license Y number and C-21 license classification within the past two (2) years, in providing demolition services to public agencies. .� • Contractors must have the appropriate State of California issued certification for asbestos -� CL removal or be able to demonstrate the ability to subcontract any portion of the demolition requiring such certification. • Contractor must have sufficient equipment and manpower to mobilize for demolitions as awarded. a E 4. RFP Schedule of Events c L The City reserves the right to amend, withdraw and cancel this RFP. The City reserves the right to reject W any or all responses to this RFP at any time prior to contract execution. The City reserves the right to request or obtain additional information about any and all submittals. It is the goal of the City to select and E retain Contractors by January 1, 2015. In preparation for that action, the following schedule of events has been prepared: a • Proposals due December 17, 2014, before 3:00 p.m. • Oral interviews (if option exercised by City) will occur within two (2) weeks after the proposal submission deadline 19 Packet Pg. 177 S.D.p All requests for clarifications or interpretations of the Scope of Work or Terms and Conditions set forth in this RFP should be submitted in writing and emailed to: Vanessa Slouka, Accounting Assistant Finance Department Slouka Va sbcit .org L All questions and requests for clarifications or interpretations must be received in writing on or before Wednesday December 10, 2014, at 3:00 p.m. Addendum will be posted to our website on Monday December 15, 2014, 0 0 5. Term of Service o The initial term of the Master Agreement will begin on or about January 2015 through June 30, 2015. Three (3) additional years may be executed at the option of the City following satisfactory performance of o the initial term. (see page 30) L 6. General Terms and Conditions 0 N 0 The successful Contractor will be required to execute a Contractor Services Agreement for 4n-Call Demolition Services. Contractor must meet all insurance requirements in the Sample Contractors -� Agreement, If applicable, Contractor must also demonstrate capacity to secure bonding as reflected in the a Technical Specifications. All terms and conditions of the Contractor Services Agreement are non- negotiable. v Failure to execute the Contractor Services Agreement and furnish the required insurance within the CL required time period shall be just cause for rescission of the award. 7. Scope of Work Contractors selected to participate are required to perform each demolition in accordance with the Y Technical Specifications and the Demolition Price Form and any plans and specifications issued with the Request for Bids for any given demolition. Contractors will need to be able to commence the demolition W within ten (10) calendar days of notification by the Code Enforcement Division. o L 8. Services to be provided by the City of San Bernardino W _ Authorization to enter upon private property to perform demolition will be provided by City in the form of E written consent from the property owner(s) and/or tenant(s) or by court issued warrant. a 20 Packet Pg. 178 9. Proposal Content Proposals shall be prepared in such a way as to provide a straightforward, concise delineation of capabilities to satisfy the requirements of this RFP. Expensive bindings, colored displays, promotional materials, etc., are not necessary or desired. Emphasis should be placed on completeness and clarity of content. L Proposals shall adhere to the following format for organization and content. Proposals must be typed and arrangedidivided in the following sequence to facilitate evaluation: 0 U 9.1 Cover Letter 0 0 The cover letter shall: 1) confirm that all elements of this RFP have been reviewed and .� understood; 2) include a statement of intent to perform demolition work as awarded; 3) express Contractor's willingness to enter into a Master Agreement under the terms and conditions o prescribed by this RFP and in the Sample Master Agreement; 4) include a brief summary of Contractor's qualifications; and 5) identify a single person for possible contact during the RFP review process. The cover letter shall be limited to two (2) pages. 0 N 9.2 Statement of Understanding and Approach N This section should demonstrate an understanding of the Special Provisions which govern a demolition work. It should describe Contractor's ability to provide the means and methods, and manpower required to perform demolitions. r 9.3 Contractor Information C. This section shall include relevant Contractor information including the address and telephone number for the Contractor's main office and any branch offices. Each Contractor shall identify itself as to the type of organizational entity (corporation, sole proprietorship, partnership, joint venture, etc.) it is. Contractor's Project Manager and/or Superintendent should be identified by name and title and contact phone numbers should be provided, Include also major subcontractors (if any) and their degree of involvement in the o demolitions. L—, r- w 9.4 Qualifications and Experience E Contractors shall provide at least three (3) references, within the past two (2) years, of public 0 agency customers for whom services have been performed that are comparable to the work a described in this RFP. The references shall include names, addresses, and telephone numbers of the customers for whom prior work was performed and include an explanation of the services provided. f 21. Packet Pg. 179 9.5 Equipment and Personnel List Contractors shall provide current equipment and personnel lists. The personnel list should include qualifications and years of experience for all listed personnel. 9.6 Evidence of Insurance N L 0 In addition, Contractors shall provide evidence of insurance as required by the Sample Contractor Services Agreement. Contractors intending to use certified subcontractors to perform asbestos abatement work shall provide evidence of subcontractor(s) pollution liability insurance upon award 0 of any demolition. These items should be included in the proposal and clearly identified as E Evidence of Insurance and Certification. o 10. Instructions and Schedule for Submittal of Proposals N L 0 All Proposals shall be signed and sealed by a duly authorized representative of Contractor. The name and mailing address of the individual executing the proposal must be provided. 0 U The City shall not be liable for any pre-contractual expenses incurred by any Contractor in relation to the 0 preparation or submittal of a proposal. Pre-contractual expenses include, but are not limited to, expenses by Contractor in: preparing a proposal or related information in response to RFP; negotiations with City on a any matter related to this RFP; and costs associated with interviews, meetings, travel or presentations. Additionally, City shall not be liable for expenses incurred as a result of City's rejection of any proposals made in response to this RFP. One (1) original and one (1) copy of Contractor's Proposal (each sealed), must be received before 3:00 a p.m., on December 17, 2014. -� Proposal must be submitted to: Vanessa Slouka,Accounting Assistant Y City of San Bernardino, Finance Department w 300 N "D" Street,4th Floor San Bernardino, CA 92418 0 L RE: RFP for On-Call Demolition Services w Proposals received at any place other than the office of Finance Department will not be considered, and E will be returned unopened. Q Late proposals will not be accepted. The City reserves the right to reject any and all proposals and to waive information and minor irregularities in any proposal received. 22 Packet Pg. 180 r - 11. Public Records All proposals submitted in response to this RFP become the property of the City and under the Public Records Act (Government Code 6250 et. seq.) are public records, and as such may be subject to public review at least ten (10)days before selection and award. If a Contractor claims a privilege against public disclosure for trade secret or other proprietary information, o such information must be clearly identified in the proposal. L Note that under California law,price proposal to a public agency is not a trade secret. U 0 E 12. Evaluation Process and Criteria o Proposals will be evaluated by City representatives from relevant departments. L At the City's sole discretion, Contractors may be asked to participate in an oral interview to discuss in greater detail the content of their proposal. 0 U N 0 N Q rn N W M w d Y V R C. 'a C. 3 C to G1 Y r C Gf E C O L C W .i+ C d E Ar V Rf r r Q 23 Packet Pg. 181 5.D.p N L 0 U t4 L SECTION IV. 0 0 BID CONTENT AND FORMS 0 N L 0 ++ U m L _ /0 V N O N N N Q (V M U Y U R Q 7 _ d Y m c 0 L _ W _ U r �.I Q 2' Packet Pg. 182 1 A. BID FORMAT AND CONTENT 1. Presentation Bids should not include any unnecessarily elaborate or promotional material. Information should be presented in the order in which it is o requested. Lengthy narrative is discouraged, and presentations should be brief and concise. Bids shall contain the following: w 0 U a. identification of Bidder, including name, address and telephone; 0 4) b. proposed working relationship between Bidder and subcontractors, a if applicable; r- N L C. acknowledgment of receipt of all R!^Q addenda, if any; L d. name, title, address and telephone number of contact person 0 during period of bid evaluation; N 0 e. a statement to the effect that the bid shall remain valid for a period of not less than 120 days from the date of submittal; and a f. signature of a person authorized to bind Bidder to the terms of the bid. Y Bidder may also propose enhancement or procedural or technical Q innovations to the Technical Specifications which do not materially deviate from the objectives or required content of the project. a 2. Exceptions/Deviations Y R State any exceptions to or deviations from the requirements of this RFQ, stating "technical" exceptions on the Technical Specifications form, and E "contractual" exceptions on a separate sheet of paper. Where Bidder o wishes to propose alternative approaches to meeting the City's technical or contractual requirements, these should be thoroughly explained. w _ 3. Qualifications, Related Experience and References of Bidder E This section of the bid should establish the ability of Bidder to satisfactorily a perform the required work by reasons of experience in performing work of a similar nature; demonstrated competence in the services to be provided; strength and stability of the firm; staffing capability; work load; record of AF N meeting schedules on similar projects; and supportive client reference. 25 Packet Pg. 183 S.D.p Bidder shall: a. provide a brief profile of the firm, including the types of services offered; the year founded; form of the organization (corporation, partnership, sole proprietorship); number, size and location of offices; number of employees; c w b. describe the firm's experience in performing work of a similar nature to that solicited in this RFQ: 0 0 C. provide, as a minimum, three (3) references from current o customers of a similar size as the City as related experience; reference shall furnish the name, title, address and telephone number of the person(s) a the client organization who is most L knowledgeable about the work performed. L 4. Appendices 0 U N Information considered by Bidder to be pertinent to this RFQ and which has not been specifically solicited in any of the aforementioned sections may be placed in a separate appendix section. Bidders are cautioned, a however, that this does not constitute an invitation to submit large amounts of extraneous materials; appendices should be relevant and brief. B. LICENSING AND CERTIFICATION REQUIREMENTS Q By submitting a bid, bidder warrants that any and all licenses and/or certifications 3 required by law, statute, code or ordinance in performing under the scope and specifications of this RFQ are currently held by bidder, and are valid and in full Y force and effect. Copies or legitimate proof of such licensure and/or certification shall be included in bidder's response. Bids lacking copies and/or proof of said licenses and/or certifications may be deemed non-responsive and may = be rejected. 0- L C. COST AND PRICE FORMS w d Bidder shall complete the Cost/Price Form in its entirety including: 1) all items E listed and total price; 2) all additional costs associated with performance of r specifications; and 3) Bidder's identification information including a binding a signature. 26 Packet Pg. 184 Bidder shall state cash discounts offered. Unless discount payment terms are offered, payment terms shall be "Net 30 Days". Payment due dates, including discount period, will be computed from date of City acceptance of the required services or of a correct and complete invoice, whichever is later, to the date City's check is mailed. Any discounts taken will be taken on full amount of invoice, unless other charges are itemized and discount thereon is disallowed. L Freight terms shall be F.O.B. Destination, Full Freight Allowed, unless otherwise specified on price form. 0 U O E a c N L O r t) L F+ O U N O .,.. N N N Q N CL) M d Y V lC Q Q O C _d a.. C N E a O L W .V Q E V J.d i� a 27 Packet Pg. 185 5.D.p PRICE FORM REQUEST FOR QUOTES: RFQ X-15-01 DESCRIPTION OF RFQ: On-Call Demolition Services at Various Locations N L COMPANY NAME: Environmental Klean-Up, Inc. L 19069 Van Buren Blvd., Suite 114-385 = ADDRESS: U 0 Riverside, CA 92508 aEi 0 NAME OF AUTHORIZED ;n REPRESENTATIVE L PRINT NAME Beverley j.Gann o N TELEPHONE NUMBER 951-685-5314 N FAX NUMBER 951-681-5559 Q envirokleanup @sbcglobal.net N E-MAIL ADDRESS o PRICE FORM a SUMMARY PROPOSAL AS FOLLOWS: ASBESTOS ABATEMENT(range) $ 500.00 - 7,500.00 based on survey R m i d on size Y DEMOLITION/REMOVAL OF SUBSTANDARD STRUCTURE (range) $ 5,400.00 - 10,000.00 base � w _ OVERGROWN/HAZARDOUS VEGETATION REMOVAL $ 375.00 PER LOAD (light traile _ 0 TRASH & DEBRIS REMOVAL $ 440.00 PER LOAD (light traile _ w OBTAIN CITY PERMITS, DEPT. APPROVALS $ 1,440.00 PER SITE E DETAILED COST BREAKDOWN FOR EACH ITEM FOLLOWS: Q CITY PERMITS, SCAQMD NOTIFICATIONS, ETC., EACH SITE $ 1,500.00 (cost of actual permits c 28 Packet Pg. 186 Price Form (continued) TYPE OF STRUCTURE: WOOD-FRAMED PER FOOT $ 3'85 MASONRY (BLOCK, BRICK, ETC.) PER FOOT $ 2,45 ;n 0 U METAL-FRAMED PER FOOT $ 1'85 c 0 FOUNDATIONS AND FLATWORK PER FOOT $ 2'20 0 REMOVAL AND BACKFILLING OF BASEMENTS PER FOOT $ 4.20 0 M MOBILE HOMES EACH $ 1500.00 -7,000 (based on size) L 0 IN-GROUND POOL REMOVAL& BACKFILL PER TON $ 4,000.00 & 2.75 per ton MASONRY WALLS REMOVED PER FOOT $ 1.75-3.00 (based on amount only) 0 u 0 1.25 FENCES REMOVED PER FOOT $ a� TRASH & DEBRIS REMOVED PER TON $ 325.00 a OVERGROWN/HAZARDOUS VEGETATION PER TON $ 245.00 350.00 - 1800.00 TREE REMOVAL(UP TO 18 FEET) PER TREE $ U U cc Q STORAGE ITEMS PER TON $ 325.00 a a 0 ASBESTOS REMOVALS AS FOLLOWS: _ a� 260.00 Y ASBESTOS DISPOSAL/MANIFESTED PER YARD $ _ EXTERIOR STUCCO PER FOOT $ 4.00 E _ 0 2.75- 3.27 (based on amount) y FLOOR COVERING MASTIC OR OTHER MASTIC PER FOOT $ _ w INTERIOR WALL-BOARD OR PLASTER PER FOOT $ 1.40- 3.35 (based on drywall or plasi d E PIPE LAGGING, INSULATION, FLUES, DUCTS PER LINEAR FOOT $ 5.00 - 6.50 (Product type) r 1.89 a RESILIENT FLOOR COVERING OR FLOOR TILES PER FOOT $ BOILER OR VESSEL LAGGING OR INSULATION PER FOOT $ 5.45 ROOF FELT OR COVER MATERIAL PER FOOT $ 2.00- 3.50 (based on footage) 29 Packet Pg. 187 Price Form (continued) ROOF MASTIC PER FOOT $ 3.20 CEMENT SIDING PER FOOT $ 3.75 SPRAY-ON CEILING MATERIAL PER FOOT $ 3.00-4.00 (ceiling height amount) o CEMENT PIPING PER LINEAR FOOT $ 20.00 0 WINDOW PUTTY PER LINEAR FOOT $ 4'70 E as 0 FIREPROOFING PER FOOT $ 8.00 14.00 (area type) a N L LEAD REMOVAL AS FOLLOWS: 0 U LEAD DISPOSAL/MANIFESTED PER YARD $ 125.00 _ 0 CEILING, FLOOR, WALL MATERIAL, FLAT SURFACES PER FOOT $ 8'45 � 0 r TRIM, MOULDING PER LINEAR FOOT $ 8.00 - 10.00 a TOTAL: $ 7229.14 - 16,066.76 N M Beginning on or about January 2014 through June 30, 2015 plus three (3) single-year renewal options, for City's partial requirements, on an as-needed basis, a with no guaranteed usage for Demolitions. -� .i= Option year one, if exercised, shall be effective July 1, 2015 through June 30, 2016. Option year two, if exercised, shall be effective July 1, 2016 through June 30, 2017. O tion year three, if exercised, shall be effective July 1, 2017 through June 30, 2018. Y Are there any other additional or incidental costs, which will be required by yo irm in order to meet the requirements of the Technical Specifications? Yes / No 0 (circle one). If you answered "Yes", please provide detail of said additional costs: I None I fully understand the contract, pricing varies on amount of trash, debris and asbestos/lead amounts a LU u m E t Please indicate any elements of the Technical Specifications that cannot be met by your Q firm. "None" 30 Packet Pg. 188 5.D.p Have you included in your bid all informational items and forms as requested? Yes ! No (circle one). If you answered "No", please explain: Yes L 0 c� L This offer shall remain firm for 120 days from RFQ close date. 0 0 Terms and conditions as set forth in this RFQ apply to this bid. E Cash discount allowable % 1 days; unless otherwise stated, payment terms are: Net thirty (30) days. 0 In signing this bid, Bidder warrants that all certifications and documents requested L herein are attached and properly completed and signed. c U From time to time, the City may issue one or more addenda to this RFQ. Below, y please indicate all Addenda to this RFQ received by your firm, and the date said Addenda was/were received. CM co Verification of Addenda Received Addenda No: 1 Received on: 12-15-2014 U Addenda No: Received on: Q Addenda No: Received on: :2 .i= This bid has been reviewed and found to be correct and final. undersigned is authorized to providing pricing: Y 1 l4 AUTHORIZED SIGNATURE: �c ) E a Beverley j. Ga PRINT SIGNER'S NAME AND TITLE: w CEO E DATE SIGNED: December 17, 2014 U .� r COMPANY NAME &ADDRESS: Environmental Klean-Up dba Environmental Klean-Up, Ir Q 19069 Van Buren Blvd., Suite 114-385, Riverside, CA 9e 31 Packet Pg.189 PHONE: 951.685-5314 FAX: 951-681-5559 Q EMAIL: envirokleanup @sbcglobal.net Web Address: envirokleanup.net IF SUBMITTING A "NO BID", PLEASE STATE REASON(S) BELOW: O L .F� C O U O E as 'a to N L O V L i� C O U N O N d M N Q to N CO m w N U t4 Q C Cu N Y t� c m E C O L W �V E 0 .!d y a 32 Packet Pa. 190 , 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 o 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 0 excess of one-half of one percent, he agrees that he is fully qualified to perform E that portion himself and that he shall perform that portion himself. o DIVISION OF NAME OF FIRM OR LOCATION L WORK OR CONTRACTOR CITY TRADE L w Trucking Mancera 'Trucking Carson, CA 0 0 U) (D a N M Y V Q Beverley j. Gann 0 Print Name Signature of Bid e Environmental Klean-Up dba Environmental Klean-Up, Inc. r Company Name: E 19069 Van Buren Blvd., Suite 114-385, Riverside, CA 92508 0 Address: ° w u REJECTION OF BIDS a) E 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 a law, if to do seems to best serve the public interest. 33 Packet Pg. 191 NON - COLLUSION AFFIDAVIT- TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO In accordance with Title 23, United States Code, Section 112, the undersigned o hereby states, under penalty of perjury: L _ That he/she has not, either directly or indirectly, entered into any agreement, 0 { participated in any collusion, or otherwise taken action in restraint of free 0 I competitive bidding in connection with RFQ X-15-01. o Environmental Klean-Up dba Environmental Klean--Up, Inc. t° Business Name L 0 IJ Business Address 19069 Van Buren Blvd., Suite 85 Riverside, CA 92508 Y _ 0 v Signature of bidder X c 0 N N Norco, CA w a Place of Residence N M w N Y Subscribed and sworn before me this^� day of 1 r , 20 a Notary Public in and for the County of PJ 1- , State of California. _ My commission expires 20 E _ 0 ViCTaRIA A, LEONARO 4;.., Commission # 1931906 t j s Notary Public -California Riverside County m I Cnmm. Expires May 6 2015 E `•°'rR E v i a i 34 Packet P47192 N L SECTION V. v L i-. GENERAL SPECIFICATIONS 0 O E m 0 c R N L O i. V L r.+ O U N O N d N Q (V M O U Q .Q 3 C t� 43 Y RS C d E C O L W 4i E V i-. Q 35 Packet Pg. 193 16. Contractor delivering equipment pursuant to these RFQ specifications shall guarantee that equipment meets specifications as set forth herein. If it is found that equipment delivered does not meet requirements of these specifications the Contractor shall be required to correct the same at their own expense. 17. By submitting a bid, each bidder agrees that in the event complete delivery is not made within the time or times set forth pursuant to this specification, damage will be sustained by the City, and that it is, and will be impractical and extremely difficult to, ascertain the actual damage which the City will L sustain in the event of and by reason of such delay. o 18. 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 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 0 instance by mutual written agreement between the Contractor and the Purchasing Manager of the City o of San Bernardino. The City shall not unreasonably refuse such extension. E 19. Contract. Each bid shall be submitted and received with the understanding that acceptance by the City p of San Bernardino of bid in response to this solicitation shall constitute a contract between the a Contractor and the City. This shall bind the Contractor to furnish and deliver at the price bid and in complete accordance with all provisions of RFQ No.X-15-01. In most cases the basis of award will be ;n the City's standard purchase order that may or may not incorporate this solicitation by reference. o r 20. Prohibited interest. No member, officer, or employee of the City or of any agency of the City during his c 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 O U board member, officer or employee of the City has any interest, whether contractual, non-contractual, N financial or otherwise, in this transaction, or in the business of the contracting party other than the City, w and that if any such interest comes to the knowledge of either party at any time, a full and complete W disclosure of all such information will be made in writing to the other party or parties, even if such a 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 N State of California. M to 21. One Document. These specifications, the notice inviting bids, RFQ X-15-01, the Contractor's bid, any written agreement executed by the parties, the purchase order and all documents referred to in the Y complete specifications and purchase order, and all written modifications of said documents shall be construed together as one document. Anything called for in any one of said documents shall be C. deemed to be required equally as if called for in all. Anything necessary to complete the work properly shall be performed by the contractor, whether specifically set out in the contract or not. All sections of the specifications shall be read as constituting a whole and not as an aggregation of individual parts, _ and whatever is specified in one section shall be construed as applying to all sections. 22. The City of San Bernardino reserves the right to accept or reject any and all bids. Y 23. Prompt payment. Each bidder may stipulate in their bid a percentage prompt payment discount to be taken by the City in the event the City makes payment to the Contractor within ten (10)working days of receipt of material and approval of invoice. For the purpose of this provision, payment is deemed to E be made on the date of mailing of the City check. NOTE: prompt payment discounts will only be o used during bid evaluation in the case of ties. 24. Inquiries. Direct all inquiries to Vanessa Slouka at 909-384-5346. Technical questions may be sent w via fax to 909-384-5043. The answers to material questions will be provided to all potential bidders. w [aid/Price forms. No bid will be acceptable unless prices are submitted on the pricing forms furnished herein, and all required forms are completed and included with bid. Deliver all bids, SIGNED and E SEALED, to the Purchasing Division, Finance Department at 300 North "D" Street, 4'h Floor, City Hall, 0 San Bernardino, California 92418. CLEARLY MARK THE RFQ SPECIFICATION TITLE: On-Call Demolition Services at Various Locations and Number X-15-01 ON THE OUTSIDE OF THE Q ENVELOPE. 25. Time. All bids must be received in the Purchasing Division no later than 3:00 PM, PST,December 17, 2014 where at such time and said place bids will be publicly opened, examined and declared. Any bid may be withdrawn by bidder prior to the above scheduled time for the opening of bids. Any bid received after that time and date specified shall NOT be considered. 37 Packet Pa_ 194 5.D.p 26. 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. 27. Equipment. In the purchase of equipment, Contractor shall be required to furnish one (1) OPERATORS MANUAL and one(1) PARTS MANUAL for all equipment bid. 28. In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act(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), o arising from purchases of goods, materials, or services by the bidder for sale to the purchasing body U pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. v 29. Contractor shall indemnify, defend and hold City, its officers, employees and agents harmless from o any claim, demand, liability, suit,judgment or expense (including, without limitation, reasonable costs E of defense) arising out of or related to Contractor's performance of this agreement, except that such o duty to indemnify, defend and hold harmless shall not apply where injury to person or property is caused by City's willful misconduct or sole negligence. The costs, salary and expenses of the City cc Attorney and members of his office in enforcing this Agreement on behalf of the City shall be ;n considered as"attorney's fees"for the purposes of this paragraph. o 30. While not restricting or limiting the foregoing, during the term of this Agreement, Contractor shall U maintain in effect policies of comprehensive public, general, and automobile liability insurance, in the amount of$1,000,000 combined single limit, and statutory worker's compensation coverage, and shall v file copies of said policies with the City's Risk Manager prior to undertaking any work under this A reg ement. The policies shall name the City as an additional insured and shall provide for ten (10) 0 day notification to the City if said policies are terminated or materially altered. 31. l"AITHF n-JL PERFORMA,NGEL-130N A3.19-BOND. The GontrastQF Will be-requi l Q r.heGk,GeAjfted shesk of faitfifua-Performanae-be yable to the-G ty-s-S BernardiRo on-an aria al-ta 4 ° ° 44sufe4e GGntraster''s faiffifuI o� per# f-the City of San M SemaFd-Ro,beedsshalf be4p asseFdar;se with-Ord' G eorpoFatie+I id bond 6hall have a rating in Best's most reGent ipsumpGe guide of A'-e� : w 32. Written contract documents, duly authorized and signed by the appropriate authority, constitute the complete and entire agreement(s) that may result from the RFQ. 33. City may, at its discretion, exercise option year renewals for up to three (3) years, in one-year increments. a 35. By submitting a bid, bidder warrants that any and all licenses and/or certifications required by law, _ statute, code or ordinance in performing under the scope and specifications of this RFQ are currently held by bidder, and are valid and in full force and effect. Copies or legitimate proof of such licensure Y and/or certification shall be included in bidder's response. Bids lacking copies and/or proof of said �c licenses and/or certifications may be deemed non-responsive and may be rejected. 36. Once the award has been made and prior to the commencement of the job, the City's Municipal Code E (M.C. 5.04.005) requires that a Business doing business with the City, obtain and maintain a valid City o Business Registration Certificate during the term of the Agreement. > 37. Vendor(Contractor)/Consultant services agreement(s) (VSA/CSA). A signed vendor/Consultant C service agreement may be required between both parties prior to commencement of the job. w c a� E U R a 38 Packet Pg. 195 ENVIRONMENTAL KLEANwUP N L Y U t � O DANGER 65A0 V o 4) DANGE ! � o V L W O U N O .r N WBE CM N a a; Commercial* Industrial * Residential N Licensed&Insured Y Ca *Site Decontamination *Asbestos,Mold& Lead Abatement *Site Survey's Y *Hard& Soft Demolition w *Board-Up of Structures E *Weed Abatement L *General Nuisance Abatement W E Contractor's License#984554&6849 79D OSH#59 5 a 19069 Van Buren Blvd.,Suite 114-PUB-385 Riverside,CA 92508 Phone(951)685-5314-685-1149&520-2617 FAX(951)681-5559&520-2620 envirokleanup@sbeglobal.net Packet Pg. 196 N L O U l4 L C O U 0 w c c� N L O .F� V L r.. G O C.? N O N N Q N 0 N N V Q Q 7 C cC d Y R w E C O L C W C E z U O a Packet Pg. 197 ENVIRONMENTAL . KLEAN UP DAW OEM ABH�`S7tl Contractors State License#684979 DOSH#595 19069 Van Buren Blvd.,Suite 11 4-PAM 385,Riverside,CA 92508 ■Tel(951)685-5314■ Fax(951)681-5559 E-Mail: enviroldeanup9sbcglobal.net L 0 Y V I would like to take this opportunity to introduce our Company, EnvironmentalKlean Up,for over fiftyyears we had varied and extensive experience in 0 Fire Hazard Reduction,building and facility maintenance&decontamination, 0 environmentalcleaning,nuisanceabatementservices and demolitionservices. E 0 As a general environmental contracting company,we specialize in vacant and occupied residential,commercial,industrial and institutional facilities.Our Environmental growth has N increased sigracantlyand our future expectations are high. o L Working with our in-house staff and a select group of consulting professionals,we at o EnvironmentalKlean Up are able to combine design,engineering management and V environmental experience services within a total'loam-Key Environmental,Weed Abatement o Nuisance Maintenance and Demolition Construction Contract U) Our Environmental capabilities provide our clients with single-source support from preliminary project planning to construction to on-going building maintenance. M This full approach provides our customers with the best value available,regardless of the size Or scope of their project CL Depend on our experience with your Environmental Reduction and/or Demolition projects, specificallywithregardstositeplanapprovalprocess,and reiationswiththelocal,state and federal authorities will be an invaluable asset in expeditingyour project. as All ofusatEnvironmentalKlean Upthankyouforyourbusiness,trust;andconfidenceover The past 50 years.We look forward to servingyou in the future and inviteyou to call any One of us to discuss your Environmental Reduction and Demolition needs. E 0 L c W Sincerely, c as E Beverleyj. Gann r Packet Pg. 198 TABLE OF CONTENTS I. PROPOSAL DESCRIPTION o _ I OFFICE CONTACT INFORMATION I CALIFORNIA STATE LICENSING INFORMATION Ill INSURANCE INFORMATION u N CLIENT REFERENCE INFORMATION 0 V. ENVIRONMENTAL KLEAN-UP MANAGEMENT TEAM o VI STATEMENT OF QUALIFICATIONS -� i. Beverley J. Gann a ii. Charlie Ray Gann o iii. Aureliano Lopez u W CONSLUSIONS & REPRESENTATIONS Vft OVERVIEW OF SERVICES OFFERED o 1X DEMOLITION SERVICES OFFERED N XVI. WEED ABATEMENT/NUSIANCE SERVICES OFFERED XVII. NUSIANCE ABATEMENT N Q N w N N Y V Q C t0 _d Y R Y E c Q L W c�c C V Y Q 1 Packet Pg. 199 L PROPOSAL DESCRIPTION 0 U O E O .a c R N L O U R L .F� O v 0 a N to M N a+ N Y V R O. 7 c N Y c d E c O L W c E z V r a N L O id V L .F+ O U O E a� 'a c R L O .F+ V L d.d O U to O N to N Q CD N to M N a-+ N Y U R CL .a tZ O ttS d Y R c a� E a O L w i+ d E V a Packet Pa. 201 ENVIRONMENTAL KLEAN- UP PANG t A88ESY06 ContractorsStateIacense#684979 DOSH#595 19069 Van Buren Blvd,Suite 114385,Riverside,CA 92508 ■Tel(951)789-02930 Fax(9511)681-5559 E Mail:enviroldeanup @sbcglobal.net N L ° i/ V L County of San Bernardino 0 Purchasing Department U 385 North"D" St,4f Fl. E San Bernardino, CA 92418 0 _ Request for Proposal for On-Call Demolition and Site Clearance N Services o The proposal will be based on the Demolition and Site Clearance contract requirements ofthe RFP '°• with the City of San Bernardino.Environmental Klean-Up has a established relationship with the v City of San Bernardino Code Enforcement Division on-going since 1993,we are in agreement N with the standards the City of San Bernardino has set forth in order to comply with all ° applicable laws, rules and regulations, court orders and governmental agency orders. Environmental Klean-Up under agreement and performance will act as an independent not as an Q officer or employee to the City of San Bernardino,we are in full agreement on the contract 0) requirements. N M V Environmental Klean-Up record of responsiveness has been within 2 business days depending on the N City/Counties requested time frame,most work is scheduled on an emergency basis as well as Legal issues that may arise.To date we have maintained this with our agencies. U e. Environmental Klean-Up has accomplished the requested work within the required time frame provided by the agencies requested date of completion for the related scope of work requested. Z We do not try to take on more scheduled work than necessary in order to give are clients a satisfied end product within their budget and time frame. CD Y All our Staff has 25 or more years in experience with demolition and site clearance services,property w maintenance services,trash,general clean up services,environmental remediation,tree and orchard maintenance services,fire hazard abatement, we are a general turn-key company in order to provide our c clients with excellent service. o w Best Regards, m Beverley j.Gann E U R a Packet Pg.202 5.D.q L O �a L Y O U O E N L O r V L i+ O U N O N N N Q N w N N ' Y V Q. Q. C m N Y is c a� E c O L C W r C N E t V to Q g. , S.D.q N L O r+ U t4 L CALIFORNIA STATE LICENSING o U INFORMATION E Cl N L O ,w U cu L Y O U N O N U ' N Q fV N d Y U Q O. 3 C R N Y �a c a� E C O L c W r c m E t U Q 3_d Packet Pg. 204 L O r V L .F+ O U O E O c N L O U ttS L Ate+ O U N O N d N Q N M N Y 4) V m Q. Q Y is c d E C O L W bd a) E V cc Q Packet Pg.205 5.D.q Stine of California � 3 f A NP11rtmen(of Indlistl ial Relations 0 DIVISION OF OCCUPATIONAL SAFETY AND FMAI..,TH M c 0 Certificate of. for R As bes U)s-related Work L 0 L Ceniricarc Nu. 595 p Expiration llatr 5/612015 V .......----... N O Environmental Klean-Up a �Yaur ni Cnpilu�'nl ... � N t>, IS[luly Ngistered by the Division of Crct upational Safety and Hcalth in aecordurcc wish the Calilbraia Administrative Code,'Title A, Anicle 2.5 for asbestos-related work, N d Y . ✓' S2 tsion of Occupational Sofct) and - �I O. 1c11'cetnc Date .. - /6/2014 Contractor's License No. 68a.97._9 c m This registration is valid only when the following requirements and conditions are met: Y 1. The registered employer shall safely perform asbestos-related work in compliance with relevant occupational safety and health regulations. N 2 The registered employer shall notify the Division of changes in work locations or conditions as specified by E Section 34 1.9 of Title 8 of ilia California Administrative Code. O The registered employer shall post a sign readable at 20 feet at the location of any asbestos-related work stating: C Danger•Asbestos W May Cause Cancer-Causes Damage to Lungs Authorized Personnel Only m 4. A copy of ilia registration shall be posted at the jobsite beside the Cal-OSHA poster, V 5. The registered employer shall provide a copy of this registration certificate to the prime contractor and any other Q employers al the site before the commencement of any asbestos-relaled work. 6. The registered employer shall conduct a safely conference prior to the commencement of any asbestos-related work as specified by Section 341.11 of Title 8 of the California Administrative Code, 7. The registered employer acknowledges the Division's right to revoke or suspend this registration as prorded by Section 341.14 of Title 8 of the California Administrative Code. Packet Pg.206 • 5.D.q 0 . •,. ' i�i'�1�•+••i�•�\ '::: t •j �' �. it •;•i• _' �.'� �.:r' U. '�: ,tom• i ry to a0 +BFI}. •` .y �.. ,�.`:!"- Q :c .C�-E Iz CIM 41. •.�..:`' �: _ `�,;[ Cam` a CD OD' tn O' .. .i7S.�. ,�;:,, ••�- ice:, • � h'.r C - A.: o tp C uj �•y.�i�. IVY � Packet Pg. 207 Alillia r 0 N* R } s. U4 u O cc Ar aa. O t s rT 'q'�. :..Y O VA .4a4 to can O.-:H' .O i{: � •'�' E�, r G.#, i '• r 'w+• CL sue.'� � a'1�� '�7 -i tl y yr q. cS �. Frl G Q) 831 CL x F^ •O C 2' / . y y+t ;eC•iifel••,'�:,� :�: l� Oj. .1 4 „ate'%•: '.).s .TJy ui fJ n E Packet Pg. 208 L V �1111I11((11(1((llllltl.11f(1111(I(1I1 1114111Ut11p1t111111l 11illl(IIIlllllllllltUNliill111l 1111111 Hill lll(t111111111111(tll((IllllllJill I(I11I(IIII((Ilttltn111(�!r ro It(II 0 ° ik ,.• _ E Co °'b a= kn _ V" �.n O .2 SE C) �y w OO Q ;w ° 6l '� ° _ w" 3 ro u w 4) CD 0 Cr uMmy .Q 2e 2p> r a Ei U 113 RE CL Cu U a. ro v = aj ti. rl am £? o r.4 n U W > 0— CC) C W c m 47 � ° u 6 °' = E Ei ia Zj dr.+ cfj h U u cd 4) lU h � 0 �°°` ••�y`� acs x oU° a II ICI1Nly(lfllfl1 ll11t (11lfI�tQINl111tltiU�tlllNl l flllq(Iflifill[l p�llll�tlllludluui,�irru�.�nu�....�,��.. .. Packet Pg. 209 t � o I ro i U U I � i ' N i i O I � O cu U U O U u r` W C p �{{ o m o O U c w � () ro Q is Q1 C z N p V v z 0 I[J O ° M O LO u Ln tM-- U N u a O 1 C7 Q 'r o or-- _ � i 00. ro:. ..Z W-Z N (V o v W V r° CO E o I N V [ Y • �, C7 'Z U 2 n a w Svc Q kn to S 0 V) Q U _ C 1 N O Cc - J r O ac � r C14-5 W y:. a, o Z >. ° - ° � ° 3 u w v � J v u Uz rn In 'S S N p W 0. O r. C ' W I C v, n Cn U > Fc I U z Q i O cY. [r W n`°o U) i Y Ql O C to to O O y C) E i N Lcn � o i U C .� w i cSi = O N I m ' E i C) it ti i � 1 C i "Packet Pg. 210 o I � •J U + IC) ro YI f N Y W � I 16- v RS ; V O E � I U iu O D vi O 0 � Own* 0 v U o u CD CL a Ow C. c @ � 1 ti� Q! Z O N O ,V u n _O O CC- Ao D d �� a O r ro N 11* 4 .� O Qnj L) i Q vii Z N O r Vr� � O I vi Q C2. !' P p 6 ' N w w)= emu' N =v.8 ui 46m4 Q) 1 v , �' O? M " i7 Q ::• ro , C o�c c Cl) C O 1, q Q. C >..c N p a N O 1* O •3 1 4 N �. i co ��r C •�.•.� vi � �ro 3 n � Rf T •O QQ) U �' 3 y 4J N v Cy w 'a a, "D Lr 3t 2 ..CO I a tV ro z [ NoA c CLO c E O > U ? w E 1 co l a , ANI I jW Packet Pg.211 INSURANCE SUMMARY L 0 INFORMATION m O U O E c L O V L Y O U N O N N H! a w N M N r.+ d Y i1 Co CL .Q Q 3 C t9 d Y d E c O L W E V W a Q Packet Pg.212 ENVIRONMENTAL DANQEN KLEAN- UP A913�6'C,pS Contractors State License#684979 DOSH#595 19069 Van Buren Blvd.,Suite 114-385,Riverside,CA 92508 y L ■ Tel(951)685-5314■ Fax(951)681-5559 E-mail:envirokleanup @sbcglobal.net c 0 U 0 E INSURANCE SUMMARY o All our proposals include$2.0 million per Occurrence Liability Coverage,General Liability, Automobile Liability and Workman's Compensation Coverage. We have the access to various o types of additional coverage and can tailor a program to suit clients specific requirements. L Y _ 0 SPECIFIC COVERAGES: INSURANCE: N as A.General LiabiliW Q L1]Compa_nyName: Fadaie Insurance Services,Inc. N t0 12]Limit: $2.0 Million N w N Y B.Workman's Compensation: CL a [11 Company Name State Compensation Insurance Fund M 0. [_21 Limi • $1.0 Million M Y C.Automobile Insurance: 4) [1] Company Name: Infinity E _ 0 L [21 Limit; $1.0 Million > c w BondingAge t: E t Apollo General Insurance Services,Inc. Mr. Bob Elster Q P.O.Box 1508 Sonoma,CA 95476 Telephone:(707)996-2912 Fax: (707)996-7912 Parkpf Pn 21- Aco o® CERTIFICATE OF LIABILITY INSURANCE =DATE(MMjDDNyYY) �� 14 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLOER_ 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 policy(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 In cetificato holder in lieu of such endorsement(s). L_ PRODUCER CONTACT CT Kasha Fadale 0 Fadale Insurance Services Inc. PHONE FAX 41973 6th Street Suite CAytt: (g51►506 9780 AJC No l:(951)253-9 D76 Temecula, CA 92590 0 License#: OG61081 INSURES AFFORDING COVERAGE NAIC4 U INSURER A: Crum&Forster 4.4520 0 INSURED INSURERIB: Infinity.Select Insurance Company R0260 m Environmental Klean-Up Inc. - INSURERC: Crum&Forster 4160 Crestview Dr INSURER D: Navigators Insurance Co 42307 C Norco, CA 92860 INSURER E: Ry INSURER F: N >v COVERAGES CERTIFICATE NUMBER: 00001521-0 REVISION NUMBER: 3 0 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD U INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, _ EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 0 IN SR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER MMIUDO EFF MMMD EXP UMIT6 U LTR U) A GENERAL LIABILITY Y EPK104201 0511812014 0511812015 EACH OCCURRENCE $ 1,000,000 0 X COMMERCIAL GENERAL LIABILITY DAMAGE TO ENTED PREMISES EeoccurtenceL $ 5(),000 � N CLAIMS-MADE O OCCUR MED EXP(Any ono person) S 5,000 -Q X Proffessional Liab. PERSONAL&ADV INJURY $ 1,000,000 es X Pollution Liability GENERALAOOREOATE 5 2,000,000 GENT.AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGG S 2,000,000 � X POLICY PRO. LOC S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT .�. B Y 504597193499001 0112112014 01!2112015 Eagc d nt 1 000 000 N ANY AUTO BODILY INJURY(Per person) $ ALL OWNED S(:HEOULED BODILY INJURY(Per accidont) S Y X X AUTOS NON-OWNED ED Perr aaade-11 DAMAGE $ 1 000 000 Q X AUTOS S OCCUR EACH OCCURRENCE 5 CLAIMS-MADE NTIONS S = WOR KERS COMPENSATION WCSTATU- OTH- AND EMPLOYERS'LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE El NIA E.L.EACH ACCIDENT $ _ Y OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE S U yes,describe under E.L.DISEASE-POLICY LIMIT $ Y DESCRIPTION OF OPERATIONS below C Microbiological Deco Y EPK104201 0511012014 05H812015 Aggregate 1,000,000 (V D Inland Marine Y 04-IM005255 0910112013 09101/2014 Equipment l Bobcat 1,000,000 c 0 >v DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES(Attach ACORD 101•Addillonal Remarks Schedule,if more space Is m4ulred) > Certificate holder is included as additional Insured with respect to General Liability Including scheduled and completed ops W per the attached endorsements CG 2010 0413 and CG 20 37 04 13, c m E t U R r w CERTIFICATE HOLDER CANCELLATION Q SHOULD ANY OF THE DESCRIED POLICIES BE CANCIELLIEE City of San Bernardino THE EXPIRATION DATE ABOVE THEREOF,NOTICE WILL BE DELIVERED IN D BEFORE City Hall ACCORDANCE WITH THE POLICY PROVISIONS. 300 North D Street Attn:Vaness Sanchez AUTHORIZE DR R£SENTATIVE San Bernardino,CA 92418 r KDF ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD Printed by KDF on July 09,2014 at 09:2DAM Packet Pg. 214 S.D.q AGENCY CUSTOMER ID: 00001521 _ LOC#: ACOR" ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Fadaie Insurance Services Inc. Environmental Klean-Up Inc. _ POLICY NUMBER N NIA 0 Y U CARRIER NAiC CODE Multiple Carriers EFFECTIVE DATE: c ADDITIONAL REMARKS O U THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, O FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance E City of San Bernardino and the Economic Development Agency to be named as certificate holder. O cC N L O Y U L .b+ O U N O to N .Q N Q 0) cV M N Y U tSS Q CL C R d Y m c m >_ c O L LU E U Q ACORD 101 (2008101) 02008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Printed by KDF on July 09,2014 09:20AM Packet Pg. 215 S.D.q POLICY NUMBER: EPK104201 COMMERCIAL,GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. c U ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS �- COMPLETED OPERATIONS L) a This endorsement modifies Insurance provided under the rollowing: m 0 COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART cc L 0 r.+ SCHEDULE L F+ Name Of Additional Insured Person(s) o Or Organization(s) Location And Description Of Completed Operations 0 0 ANY PERSON OR ORGANIZATION WITH WHOM THE LOCATIONS AS REQUIRED BY WRITTEN CONTRACT. INSURED HAS AGREED BY WRITTEN CONTRACT TO PERFORM SERVICES WITHIN THE TERMS AND Q CONDITIONS OF THIS POLICY TO WHICH THIS FORM IS ATTACHED. rn N CO M • N r d Y U Q Information required to complete this Schadule,if not shown above,will be shown in the Declarations, c ca A. Section 11 —Who 1s An Insured Is amended to B. With respect to the Insurance afforded to these Include as an additional Insured the person(s)or additional Insureds, the following Is added to Y organizatton(s) shown In the Schedule, but only Section Ill—Limits Of Insurance; with respect to liability for "bodily Injury" or If coverage provided to the additional Insured Is "property damage"caused,in whole or in part,by required by a contract or agreement, the most we E "your work at the location designated and will pay on behalf of the additional Insured is th9 0 described In the Schedule of this endorsement amount of Insurance: performed for "that additlonal Insured and 1, Required b the contractor agreement,o a Included In the products-completed operations 4 Y r w hazard". 2. Available under the applicable Limits of However. Insurance shown In the Declarations; 0 1. The Insurance afforded to such additional whichever Is low. E Insured only applies to the extent permitted This endorsement shall not Increase the applicable by law;and Limits of Insurance shown In the Declarations. Q 2. It coverage provided to the additional Insured Is required by a contract or agreement, the Insurance afforded to such additional Insured will not be broader then th6t which you are required by the contract or agreement to provide for such additional insured. CG 20 37 0413 ®insurance Services Office,Inc.,2012 Page 1 of 1 Packet Pg. 216 POLICY NUMBER: CPK104201 COMMERCIAL GENERAL.LIABILITY CG 2010 4413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. o ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION 0 E This endorsement modifies insurance provided under the following: ° COMMERCIAL,GENERAL.LIABILITY COVERAGE PART N L O id SCHEDULE: cc L w Name Of Additional insured Person(s) o Or Organization(a) Location(s)Of Covered Operations N ALL PERSONS OR ORGANIZATIONS AS REQUIRED BY LOCATIONS AS REQUIRED BY A WRITTEN o A WRITTEN CONTRACT OR AGREEMENT WITH THE CONTRACT OR AGREEMENT NTH THE NAMED in NAMED INSURED. INSURED. .sZ N Q a� N tC M Information required to complete this Schedule,if not shown above,will be shown in the Declarations. N m A. Section II -- Who Is An Insured Is amended to B. With respect to the insurance afforded to these include as an additional Insured the person(s) or additional Insureds, the following additional a organization(s) shown In the Schedule, but only exclusions apply: 2 with respect to liability for"bodlty injury', "property This insurance does not apply to"t>odify injury"or C damage" or "personal and advert Bing injury" "property damage"occurring after: caused,in whole or in part,by: 1. Your acts or omissions;or 1. All work, Including materials, parts or equipment furnished In connection with sucll Y 2, The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs)to be performed by or ;g In the performance of your ongoing operations for on behalf of the additional Insured(s) at the ilia additional Insured(s) at the location(s) location of the covered operations has been E designated above, completed;or o However. 2. That portion of "your work" out of which the L- injury or damage arises has been put to its a 1. The insurance afforded to such additional Intended use by any parson or organization w insured only applies to the extent permitted by other than another contractor or subcontractor law,and engaged In performing operations for a 2. If coverage provided to the additional insured is principal as a part of ilia same project. E required by a contract or agreement, the � insurance afforded to such additional insured will not be broader than that which you are a required by the contract or I reement to provide for such additional insurer cG 2010 0413 ®Insurance Services Office,Inc.,2012 Page 1 of 2 Packet Pg. 217 U. With respect to the insurance afforded to these Z Available under the applicable limits of additional Insureds, the following Is added to Insurance shown in the Declaratlona• L Section ill»Limits of Insurance: whichever is less. 1 ° If coverage provided to the additional Insured is U reeqquired by a contract or agreement.the moat we This endorsement shall not Increase the will pay on behalf of the additional insured is the Declarations,Limits of Insurance shown In the o amount of Insurance: 1. Required by the contract or agreement;or ° E a� 0 c� N L ° •F+ U L i� _ 0 U N O r+ N U N Q N M N 0D Y U M Q. Q. 7 _ ' U ' Y �a y E _ 0 L _ w _ a� E ca Q Page 2 of 2 ®insurance Services Office,Inc..2012 CO 2010 0413 Packet PQ. 218 5.D.q ACORD,, CERTIFICATE OF LIABILITY INSURANCE PATE(MMIDIVO- } 09/18/2013 ouuCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Cal Commercial Insurance HOLDER, THIS CERTIFICATE DOES NOT AMEN[.?, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, P.O. Box 100--PMB#324 Mammoth,CA 93546 INSURERS AFFORDING COVERAGE NAICO INSURED INSURERA: N ENVIRONMENTAL KLEAN-UP INC INSURERS: BENCHMARK INSURANCE CQMPANY o 19069 VAN BUREN BLVD SUITE INeuRERO 114-PMB 385 -- RIVERSIDE,CA 92508 INSURER 0: NSURER E: O COVERAGES U THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NpTIMTHSTANDING O a) ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 13 SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CON"I-rIONS OF SUCH CI POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POUCYEFFECTIVE POLiCYEXPIRATI PL11-fCYNUMBER � LiMITT3 _ GENERALLUIBILITV N EACHOCCURRENCE $ i COMMERCIAL GENERAL LIABILITY DAU TO -- $ O CLAIMS MADE OCCUR M£DEXP me $ i PERSONALBADVINJURY C ------ GENERAL AGGREGATE $ O GENLAGGREGATELIMITAPPLIESPER: PRODUCTS-COMP/OPAGG $ v POLICY PRO" LOC NO AUTOMOBLELWS1nY N ANYAUiO COMBINEBSINGLELIM, $ (Ea axlden N ALL OWNEDAUTOS BODILY INJURY Q SCHEDULEOAUTOS (F'erperapn} IS 14IRFDAUTOS N BODILY INJURY NON-OWNEDAUTOS (PerseoWen!} $ PROPERTYDAMAGE N (PerecckknI) $ GARAGE LIABILITY AUTO ONLY-EAACCIDEW $ __ V ANYAUTO OTHER THAN AACC $ CL AUTOONLY: AGG $ :2 EXGESSIUMBRELLALIABB ITY M EACHOCCURRENCE $ >Z OCCUR CLAIMS MADE AGGREGATE $ 3 C DEDUCTIBLE N $ Y RETENTION $ $ � WORKERS COMPENSATION AND X WCSTATU- 0 B NYLOYERIETOR/ART CSTS004213 09/18/13 09118/14 E.L.EACH ACCIDENT g 1,000,000 ANYPROPRIMORIPARTNERIEXECUTNE E OFFICERJMEMBEREXCI.VDED7 E.LDISEASE-EAEMPLOYEE $ 1,000,000 a ifyyeeaa deacdbe under SMCIALPROVISIONS bdoy E.L.DISEAS£-POLICY LIMIT -1,000.000 O OTHER y C 7 UJ >_ DESCRIPTION OF OPERATIONS!LOCATIONSl VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT ISPECIALPROVISIONS 4) Additional Insureds: E City of San Bernardino and The Economic Development Agency d CERTIFICATE HOLDER CANCELLATION ,TY OF SAN BERNARDINO SHOULD ANY OF THE ABOVE DESCMBEO POLICIES BE CANCELLED BEFORETHEEXPIRATION y Hall DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN .JO North"D"Street NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL 4th Floor IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR San Bernardino, CA 92418 1 REPRESENTATIVES Attn.Vanessa Sanchez AUTHORIZED REPRESENTATIVE ACORD 23120011081 ®ACORD COR Packet Pg. 219 N L O LLI cc CID CL LL C ca � L L O U s Yom+O ♦ rs� w � $ ON a U a HM O Y . L Z� e� � N�O n &a W (V coo o • �$ N M U m • n :s CL F o � o O rL Md U CO LU • (3) Y u s a V m is z °b z M 4 (D cC• oa 7 `° f? O CD GTrW h O > _ a4 a'�q N • _ o ll T E fn g s Q "� z OY W u�l z H W ••a � � ti d Z E� N �t $Q ooh 3 5 O V W E `d E Rl • 7, Q a mz m a � W W (71 • s 0 0 O A O en P4 C,4 vNi s W M Q a o o an d p m CLIENT REFERENCE INFORMATION y L O i+ V L d+ O U O E 4) c N L O .Fd V L O U N O N N N a N M N r+ N Y V 'C C R _N iC C N E C O L W r C N E V r r-� a Packet Pa.221 Client Reference List City of Riverside Community Development Department Sue Devlin, Code Enforcement Investigator L Various Demolition,Nuisance Abatement-On-Going (951) 351-6084 Direct Line 0 County of Riverside 0 TLMA E Charlene Mc Nair, Buyer ° Various Nuisance Abatement Projects c (951)955-1858 N L 0 V Rancho HousingAlliance,Inc. DACE o Glenn Bash,Project Manager 0 Demolition,Abatement&Nuisance Abatement 0 (760) 391-5050 County of Riverside-EDA N Asbestos/Lead Abatement-Various Projects M Erik-Project Manager-(951)955-8116 N Various Projects-On going Y V County of San Bernardino-Code Enforcement Division .� Asbestos/lead/demolition Various Projects David Jorgenson-Code Compliance Officer(909)884-4056 Pam Buscemi-Purchasing Dept. (909)387-2066 Y City of Moreno Valley—Code Compliance Division r Terry-Sr. Compliance Officer(909)413-3342 Mike Burnaz,Weed Abatement/Fire Hazard c Asbestos/lead/demolition/Hazardous properties clean-up/pigeon guano Various projects(on-going). w _ County of San Bernardino-Facilities Management Division E Asbestos/lead/mold abatement-various projects Robert-Maintenance Dept. (909) 387-2391 Rick @(909) 387-2392 City of Duarte-PWC/Eng.Dept. Asbestos Abatement-various projects Steve Esbenshadc-Project Manager- (626)705-4841 ACQRD25(2001/08) ACORDCOR Packet Pa. 222 U.S. BANK NuisanceAbatement Projects Lama Hayden (213) 443-1572 Sheffield Communities Renovations, Inc. Property Maintenance and Renovations Bill O'Loughlin N (951) 682-5353 X 205 0 Young Homes Demolition/Asbestos- 0 Various Projects John Fong @(909) L) 291-7707 E 0 County of San Bernardino -� Land Use Services Julie Hernandez,Sr.Code Officer o (909) 387-4132 c Primus Contracting Group,Inc. Tom Molin,President-(970)482-0843 0 209 Commerce Drive,Unit#2 Fort Collins, CO 80524 a Various Projects-Southern California City of San Bernardino-Code Compliance Division M Director of Code Division(909) 384-5205 04 Asbestos/lead/demolition Y Various Projects-Procedure 5 Specialty Projects(ice House) Q City of San Bernardino-Economic Development Agency �. John Hagar-Development Specialist(909) 663-1044 Asbestos Projects-City of San Bernardino az Cz County of San Bernardino-Purchasing Division c Pam Buscemi,Deputy Purchasing Agent- (909) 386-8046 Asbestos/demolition- E Various Locations-County Code Compliance o c Dalke&Sons Construction,Inc. Barry Dalke-President- (951) 274- w 9880Asbestos/Lead Projects Various Projects thru-out Southern California(on-going) E Young's Land Clearing Rocky Young—Owner—(760)398-0854 Asbestos/Lead/Asbestos Survey Inspection Various Projects thru-out Riverside/San Bernardino County(On-going) Packet t.223 S.D.q Centennial Contractors Enterprises, Inc. Bob Barr/Ted Osborne—Project Managers-(619)557-0372 Asbestos Abatement Replacement of Steam Lines,NAVSTA, San Diego County of San Bernardino-Engineering Department Robert Coutts Facilities Maintenance Division- (909) 379-2263 Asbestos Abatement- Various Projects/Sheriff s Station/Court House o 0 KBR-Kellogg,Brown & Root Sharon Rose-Administrator U Various Projects-(760)3392609 0 NavalAir Facility- 4) a) 0 El Centro, CA c L 0 r L 0 U O w N d N a N tC M N d Y V CL B fII N eC w C N E C 0 L W r C G3 E t V r i-+ Q Packet Pg.224 ENVIRONMENTAL KLEAN- UP OhN4�R z. ns�3�ata Contractors State License#684979 DOSI I#595 19069 Van Buren Blvd.,Suite 114,PMB 385,Riverside,CA 92508 ■ Tel(909)685-5314■ Fax(909) 681-5559 E-Mail: envirokleanup @sbcglobal.net N L ENVIRONEMENTAL KLEAN-UP MANAGEMENT TEAM L i+ _ O EXPERT PROJECT MANAGEMENT v O E m 0 .a c Owner Beverley J. Gann N L Director Charlie Ray Gann, Sr. L w 0 Operations and Project Manager Aurelian Lopez N O Office Management Beverley J. Gann N a Site Managers Rosario Lopez 0 N W Worldng Site Supervision Jaime Lopez Si- Erik Alvarez d Raul Irtibude U a Environmental Klean-Up is made up of experienced construction management and environmental specialists,who are aggressive and hard working individuals committed to a cornmon goal-success. Our companies success is attributed to this commitment and Y dedication to quality service. w _ a� Environmental Klean-Up is a women owned family business, everyone is hands on. c If we are needed on site,all management from the Owner to the Operations and Project Manager down will work hand in hand with personnel to get the job done. w r Our company represents strong community ties and traditional family values. s Business is business and we are committed to excellence in the field,highly professional, Very aggressive marketers and tough but fair management. Environmental Klean-Up a personnel are loyal to the cause and traditionally we have paid higher than union wages. Packet;Pg.225 S.D.q The above listed Site Superintendents and Site Managers are recognized experts with a minimum of 10 years (with the expectation of our director who has over 50 years) Site Supervision,Site Management and Project Management experience in Fire Hazard Reduction, Environmental Remediation,Project Management,Demolition, and o Design Build General Contracting.Procedures and specifications for the removal of Hazardous Materials: Asbestos, Lead, Lead Paint and Lead Dust, PCB's, Mold and Fungus, UFFI, Infection Control, HEPA Cleaning, Heavy Metals,Chemicals from Commercial,Residential, 0 U Institutional,Hospitals,Schools,Industrial and Manufacturing Facilities and Properties. 0 a� We provide our clients with only trained,certified and experienced technicians. Our labor force Is supplied with the newest state-of-the-art equipment. Environmental Klean-Up adheres strictly = to high standards of personal,health and environmental safety. v 0 Environmental Klean-Up, which was established in 1993. EKU is a full service L Fire Reduction Environmental Demolition contractor specializing in Weed Abatement c Asbestos, Lead,PCB's,Turn-Key Environmental Solutions From Audit and Assessment to complete remediation,with over 20 years experience in fire hazard reduction 5,000 asbestos o projects and Over 150 Lead and Heavy Metal Industrial Plant Cleanups completed successfully. See our Reference and client list. Q SUPPORT TEAM N M In addition to the people listed above,we have a very competent support team. N aD Financial Management-Manny Fernandez-since 1994;is our internal accountant. CL Fadaie Insurance Services-Kasha Fadaie-since 1999;is our insurance,bonding consultant. M Q. S&R Services-Stan Rittenhouse-since 1993; EPA/DOT Registered Hauler. Enviro-Test-since 1993; is our internal assessment consultant. Y R w C E C O L W E V r .V Q Packet'Pg.226 STATEMENT OF QUALIFICATIONS N i O V I. Beverley j. Gann o II. Charlie Ray Gann III. Aureliano Lopez c O L W c O U N O N a> a N M N a� N Y V Ri O. .fl O. c c0 N Y R c d E c O w c a� E u �a w a k Packet Pa 227 I ENVIRONMENTAL KLEAN UP �EMasn�sxa Contractors State License#684979 DOSH#595 19069 Van Buren Blvd.,Suite 114-PMB 385,Riverside,CA 92508 ■ Tel(951)685-5314 ■ Fax(951)681-5559 E-Mail: envirokleanup @sbeglobal.net N L i+ V President/Owner/Partner BEVERLEY J.GANN 0 0 Statement dQualifications 0 IVis.Gann is a recognized expertwith over thirty-five years of Project Management and L Contracting experience in the Environmental Remediation, Code Compliance Abatement, Fire Hazard(Weed Abatement),Project Management;Demolition,and Design Build General Contracting procedures and specifications for the removal of Hazardous o Materials,Asbestos, Lead, Lead Paint; Lead Dust, PCBs,Mold and Fungus,UFFI, a Infection Control,HEPA Cleaning from Commercial,Residential,Institutional, Hospitals,Schools,Industrial and Manufacturing Facilities and Properties,Federal and Military Bases. a N Als.Gann has coordinated various environmental hazards activities in the M v Asbestos,lead and mold remediation field. Ms. Gann has been involved with all aspects N of environmental pollutants including removal,testing, monitoring treatment and Y disposal. 0. Beverley established EnvironmentalKlean-Up in 1993 and has completed various types CL of Environmental Abatement projects (asbestos/lead/mold demolition),as well as interior demolition projects,partial demolitions(both interior and exterior demolition's)and complete site clearances,Fire Hazard-(Weed/Tree Reduction)in accordance with State, Y Federal & EPA Regulations. a� E Environmental Klean-Up is a turn-key full service environmental contractor o specializing in Mold,Asbestos, Lead Hazardous Materials, Fire Hazard Reduction which `> has completed various types of commercial buildings,residential properties,apartment w complex's,school sites,service stations,and diaries,Cal-Trans&Federal Military Base projects, etc. for Federal, State, County, City and Private enmities successfully. EnvironmentallUean-Up under the direction of BeverleyGann has completed projects Q in a swift;dependable,business-like manner under normal circumstances with time to spare for a successful completion ofprojects.At the presenttime Environmental IG ean- Up does not does not have any type of City,State or Federal Citation,nor has any public or private enmityhad to secure payment orperfiormance bonds towards completion of any contract Packet Pa. 228 Ms. Gann is responsible for contractual documents,the bidding procedures,site visits (Examining of site to be redeveloped), cost estimating, preparation of all documents pertaining to submission of bidding practices,prepare and process of submittals to government prior to start of projects along with correspondence to City,State and Federal Officials,health and safety plans,quality control and production reports Maintaining and monitoring insurance requirements,air quality notifications,permits,etc. c 0 Ms Gann is responsible for tracking the work performance of employees (in field acid office), maintaining quality control of employees and creating a workable environment o between client's and EKU personnel is a goal she has established. 0 Ms Gann is familiar with the demolition industry, hazardous material field (both ° asbestos, lead and mold), soil and tank removals,she has become familiar with all aspects c of the industries laws and regulations,the federal-rule making process, individual policies L and procedures of the various City, County, State and Federal Agencies. L Environmental Mean-Up maintains a State of California Contractors License Number 0 684979 with a B,C-21,C-27,C-61/D40,ASB,FHC(specialty classifications)and is Registered with the Department of Health and Safety (Asbestos Unit) license number ° 595. Ms. Gann maintains the necessary certifications as prescribed by The Environmental Protection Agency for practices and procedures in asbestos/lead/mold abatement as well as the required 40-hour haz-mat certification. N d Y V to .Q Q C R Y c d E c ° L C W C d E t V to r-. Q Packet P— a.229 ENVIRONMENTAL KLEAN- UP 'bAN9ER k$pC$TQ Contractors State License#684979 DOSH#595 19469 Van Buren Blvd.Suite 114-PMB 385,Riverside,CA 92508 ■ Tel(951)685-5314■ Fax(951)681-5559 E-Mail: envirokleanup @sbeglobal.net N CHARLIE RAY GANN, SR. L _ 0 U Charlie Ray Gann,Sr.,Individual owner of Charlie Ray Gann Demolition Contracting Firm since 0 1956 became Director of C.R. Gann Demolition,Inc. in 1997 and Director/Qualifying Partner for 0 Environmental Mean-Up in 1993.During his expanded history in the Environmental,Fire Hazard .0 Reduction and demolition field,Charlie has successfully completed various,City,State,Federal Government, Department of Defense,Department of Transportation and Private Contracts for over o fifty years. 0 L M _ Charlie Gann has completed various types of projects that have consisted of various different types of 0 Fire Hazard Reduction, site clearances some in which included complete demolition,partial demolition o (both interior and exterior demolition's), grading of sites (rough and fine),Abatement of asbestos and/or lead containing materials, Mold and Fungus,under State,Federal&EPA Regulated Guidelines, soil -� contaminations,underground and above ground fuel storage tanks,commercial buildings, residential Q properties, apartment complexes, N School sites,service stations(including tank removal),complete abandonment of dairies, Cal-trans freeway widening projects,along with various types of site work, etc.for both public and private N agencies. Y CL 0 Charlie Gann has completed projects in a swift,dependable, business-like manner with time to Spare to successfully complete projects.At the present Charlie Gann has never received any type of a City, State, or Federal Citation,nor has any public or private enmity had to secure payment or performance bonds towards completion of any contract,his reputation is well know in the demolition d Field. Y _ Charlie Gann's equipment consist of various 973 CAT Loader's, Ken worth tractor-trailer's, E Fruehauf(high-side trailer's),and Clements(low-side trailer's),Massey-Ferguson(hoe-ram/breaker), o CAT 235&245 Excavators,various John Deere disking/mowers tractors along with service trucks to .5 completely service and properly maintain equipment for production services and adequate safety. w Charlie Gann maintains the necessary Auto Liability, General Liability Insurance (2 million), and E Workman's Compensation Insurance to State, City & Federal requirements, in addition to insurance U Charlie complies with all City, County, State & federal agencies to procure all the necessary licenses, Q permits, SCAQMD regulations, utilities, underground alert, etc. to perform projects according to all laws, ordinances,rules and regulations specified work. Packet Pg.230 S.D.q EXPERIENCE: As founder and owner of Charlie Ray Gann for over the past 60+years,Mr.Gann provides guidance And direction to Environmental Mean-Up's business development efforts,and in conjunction with His advisors,sets management policy for all demolition and abatement related project work. He is a working manager intimately involved in all major projects, sometimes assuming the role of proj ect v Manager, overseer,or coordinator. His project-related duties include quality control, contract 0 negotiations and sometimes client liaison. Implicit in the above duties is a responsibility for keeping E Environmental Mean-Up current in the latest methods of asbestos abatement and demolition technology. _ Mr. Gann has more than fifty years of experience in the abatement and demolition industry and v Business procedures,he is familiar with all aspects of the industry with its current laws and regulations, the federal rule-making process and individual procedures and policies of the different Cities,Counties, w State and Federal Agencies,this uniquely qualifies Mr. Gann to lead Environmental Klean-IJp and o his team of professionals. N 0 fA CERTIFICATIONS: ¢ rn Mr. Gann has been a licensed by the State of California Contractors License Board since 1959 0 With an A,B,C-21,C61/D40,Asb/Lead,and Haz-Mat Certifications,along with the necessary 40 hour Contractors/Supervisor Asbestos&Lead certification as prescribed by The Environmental Protection Agency(EPA) for practices and procedures in asbestos/lead abatement as well as the U Required 40-hour Haz-mat certification. Q. a a� Y �a w _ d E _ 0 L .y c w m E t ea Packet Pg.231 ENVIRONMENTAL V , ', IpN.14 ` A QTR KLEAN UP A8��91'QS Contractors State License#684979 DOSH#595 19069 Van Buren Blvd.Suite 114-PMB 385 Riverside,CA 92508 ■ Tel(951)685-5314■ Fax(951)681-5559 L 0 id V Aurelian Lopez o U 0 E Statement of Oualilications o Mr.Lopez is an expert with over 23 years of experience in the Fire Hazard Reduction,Environmental N Remediation,Project Management,Demolition and Design Build General Contracting procedures and o specifications for the removal of Hazardous Materials Asbestos,Lead,Lead Paint,and Lead Dust, PCBs, 2 Mold&Fungus, UFFI, Infection Control, Hazardous Materials, HEPA Cleaning, from Commercial, c Residential, Institutional, Hospitals, Schools, Industrial and Manufacturing Facilities and Properties, U Federal and Military Bases. o a� Mr. Lopez has been involved with estimating, operations and project management with asbestos/lead a and mold abatement.He began working as an asbestos/lead abatement worker and quickly advanced to supervisor. After six months, Mr. Lopez was promoted to the position of Project Manager where advanced to larger projects and became the person chosen to manage projects on the Federal Military v Bases.While Project Manager,Mr.Lopez began estimating abatement projects and has estimated and managed multiple projects since 1996. 1k a Mr. Lopez has expertise in general nuisance abatement including the boarding-up of residential and commercial structures,general site clean-up,the pumping of dangerous pools and spas,temporary fence Installation,mowing,weed abatement including trash abatement, graffiti removal. a� Y Mr.Lopez has expertise in asbestos/lead/mold abatement includes all aspects of the trade; estimating, r project management,consulting,layout,procurement,personnel training,record keeping,job costing, invoicing,etc. Mr.Lopez has maintained excellent working relations with clients,consultants, and E regulatory agencies. He has composed "plan of actions" for several projects including various to 0 SCAQMD for procedure 5 abatement projects. w r Mr. Lopez is very familiar with IBM/compatible computers. He is knowledgeable of MS-DOS 6.22, Windows 95 and Works Suite 2000. His expertise with software programs includes; AutoCAD, Word s for Windows,Lotus 1-2-3,Excel,Quickbooks Pro and many others.In addition Mr. Lopez is capable of repairing and upgrading computer hardware,formatting of drives,etc. Q Packet Pg. 232 Education: Cenntienal High School *US Requirements Riverside Community College(RCC)-Major in Business Managemerrt Chaffey College-Business Management o Los Angeles City College- Business Major L i+ _ O Specialized Training o E Asbestos Contractor/Supervisor Certification o Lead Contractor/Supervisor Certification = Mold Abatement&Remediation Techniques AHERA Asbestos Building Inspector Certification o Project Manager Certification i Emergency Response Foreman Training c Emergency First Aid and CPR Training Fire Extinguisher Training o Confined Entry Training for Qualified Person CIean Room Training Q ® N References: M N Available Upon Request a _ a� w _ a� E _ 0 L w r aD E Q Packet Pg.233 N i O r CONCULSIONS AND L) REPRESENTATIONS E 0 N O r L r O U N O r N d .Q N a N Co N r d Y V R5 Q. Q. C tC Y m r d E c O L C W r E V r r a Packet Pg. 234 . ,. DANGER '. 19069 Van Buren Blvd.,Suite 114 PUB 385,Riverside, CA 92508 ■ Tel(951)685-5314■ Fax(951)681-5559 E-Mail: envirokleanup @sbcglobal.net N i O CONCLUSIONS AND REPRESENTATIONS L .M+ _ O U Environmental Klean-Up, believes that responsible stewardship over the environment is E important and is committed to this premise.We also believe that balancing environmental and o demolition concerns with sustainable business goals is also very important. Consequently, _ we take the environmental and demolition industry very seriously. A big reason for this commitment is that the control of environmental cost are highly dependent on these two factors. o In the final analysis this means doing the job once and doing it right! L d.d _ Environmental Klean-Up's, longevity is testimony to the fact that its management is adaptable 0 to the changing regulations over time, and the nature of our successful track record can accom- o modate the most demanding of client environments, and challenges of physical circumstances. N Q As the Environmental industry matures, Environmental Klean-Up is keeping abreast of the growing introduction of technology improvements,both domestic and from abroad. The concept of Total Quality Management is an example; it has been for the past forty years. N Y In addition to workman's compensation, casualty, automobile and liability insurance, Environmental Klean-Up notifies South Coast Air Quality Management District(SCAQMD), C. EPA, Underground Alert,utility companies in advance before any site work is started. All management staff has the appropriate and necessary certifications,registrations and licenses. The EKU Team of qualified professionals comprises a complete investigation,design and management capability, with a single point of contact and responsible leader for each project or assignment. We stand ready to respond to you needs and will enjoy the challenge. E O .y _ w u m E t Y a Packet Pg.235 ENVIRONMENTAL KLEAN- UP Contractors State License#684979 DOSH#595 N L 0 id V Overview of Services Offered 0 U O E as N L 0 V L i+ �0♦ V O N 0 a N N r.. d Y V SCi Q Q. 3 C _N Y c d E C O L_ 0 W d E V 0 it Q Packet Pg.236 5.D.q RANC4�tt- t13ilEgT4. 19069 Van Buren Blvd.,Suite 114-PUB 385,Riverside,CA 92508■Tel(951)685-5314■ Fax(951)681-5559 N L 0 "We Demolish Everything" L .Id 0 Selective Demolition U 0 E Selective demolition of existing structures for renovations and remodeling can be interior or exterior o Exterior demolition can involve cutting a building in half to make it smaller or to add a large -0 Addition. EKU uses a variety of high tech demolition equipment with many attachments to ensure a safe,effective and economical demolition projects.EKU also works with clients in preserving c 0 Historical structures including facades and artwork. L C 0 Interior Demolition 0 Interior demolition is primarily seen in commercial structures when changing out a retail space to Q Accommodate a new tenant as well as renovations to residential properties to accommodate the q private sector. M EKU can tear out one wall as well as gut an entire shopping mall or hotel for renovation. Southern California has undergone as extensive amount of interior demolition in the old hotels and commercial buildings,that need to keep their"art deco" facades but want to modernize and renovate their existing facilities.EKU has proudly worked on various projects.EKU has worked on renovation projects located on Federal Military Installations that have a great historical value but needed to modernize CL their existing facilities. c cc a� Total Demolition Y Demolition projects have a broad range, from detailed and complex to basic and simple. EKU has experienced owners and employees with a broad knowledge of this very specialized industry. o EKU can handle light interior demolition as well as total removal of structures.EKU'S corporate > approach to demolition provides their clients with professional service, expertise and pricing w for all their demolition needs. c a) Total demolition's involving the removal of a structure,including footings/foundations,makes a large Percentage of our work;this involves the new construction industry by wrecking an old structure to Y provide a way for the new. We have facilitated many contractors and homeowners on their quest for Q a new house where an old one stood. Packet Pg.237 u�tiar srg Contractors State License#684979 DCSH#595 19069 Van Buren Blvd.,Suite 114-PMB 385,Riverside,CA 92508 ■ Tel(951)685-5314■ Fax(951)681-5559 E-Mail-Envirokleanup @sbcglobal.net N i O .r V ca i _ O Commercial v 0 Residential E d Industrial ° ■ Total Demolition N • Selective Demolition c • Property Maintenance//Renovation L • Asbestos/Lead/Mold Abatement c • Land Clearing v • Weed Abatement o U) ■ Tree Removal (from one tree to a whole grove) y Q • Site removals;paving, underground drains,pools) N t0 M N Serving Southern California& Oklahoma for over 55 years CL We are a certified women owed business enterprise(wbe)contractor serving Southern California Environmental Klean-Up can be found in the Construction Bluebook for Southern California a (Los Angeles, Orange, Riverside, San Bernardino and San Diego Counties). _ a� I Environmental Klean-Up removes structures from a site or dismantles the interior of a facility Y quickly,safely and within a minimum of interruptions to business utilizing state-of-the-art equipment to provide a safe and cost effective service to our clients in a timely manner E _ O Environmental Klean-Up is fully licensed, insured, bonded, certified and it owns its own equipment, c to work throughout California and Oklahoma, with a main emphasis in the Southern California Area. w We have excellent crews specializing in selective and interior demolition projects with our team of a heavy equipment operators for all y our total demolition projects E 0 Please call on us for a free estimate on any of you upcoming projects. In the commercial sector, Many old restaurants, shopping malls, gas stations and banks have been torn down to build new Facilities. Packet Pa_ 238 f: , ENVIRONMENTAL AOEM- K-LEAN- UP Contractors State License#684979 DOSH#595 19069 Van Buren Blvd.,Suite 114-PUB 3 85,Riverside,CA 92508 0 ■ Tel(909)685-5314■ Fax(909)681-5559 L F Mail envirnkieannnnshr.alnhal net O U O c WEED ABATEMENT&RUBBISH REMOVAL SERVICES L i+ O U Environmental Klean-Up has expertise in the disking,mowing,and rubbish refuse w removal of from one half(1/2) acre parcels to one hundred(100)acre parcel lots including fire breaks,weed abatement handwork, etc. We have removed rubbish, a refuse, and incidental dirt where necessary.When requested by the owner we have N utilized a water truck for dust control. N Environmental Klean-Up has completed numerous projects during the spring season and during the fall tumbleweed season for over ten(10)years. We have CL completed numerous code compliance projects as well CDF projects successfully. Taking both before and after photos for future reference to establish compliance. In some cases we have had to complete the entire project by hand due to the ruff Terrain with great success. Y Environmental Klean-Up has completed various debris and rubbish projects thru E Riverside County and the Inland Empire to the satisfaction of county and city ° inspectors. w r We have completed many nuisance abatement projects thru code compliance E departments in both County and Cities thru-out the Southern California Area. a We offer many types of general weed,rubbish and debris clean-up thru-out the year. Packet Pa. 239 5.D.r PRICE FORM REQUEST FOR QUOTES: RFQ X-15-01 DESCRIPTION OF RFQ: On-Call Demolition Services at Various Locations COMPANY NAME: v-CE 1V V I u�Z_ N L ADDRESS: 6,0�i -� - .��, -k:>Q_ L i.. Y Q E NAME OF AUTHORIZED o REPRESENTATIVE S I-e t'-A t L.i..V� �a PRINT NAME K ktLL'uzP, o u TELEPHONE NUMBER ! - 696, �GC� 0 U FAX NUMBER &04, 7'3 q Z- 0 N E-MAIL ADDRESS �k �� � r } 1 u n �'� ` G,�c1J [3�vg1 PRICE FORM N M SUMMARY PROPOSAL AS FOLLOWS: a CrOUL D e-Y6 UP � ASBESTOS ABATEMENT(range) $� - DEMOLITION/REMOVAL OF SUBSTANDARD STRUCTURE (range) 0 OVERGROWN/HAZARDOUS VEGETATION REMOVAL $ 6 PER LOAD o i� TRASH & DEBRIS REMOVAL $laY3IPER LOAD OBTAIN CITY PERMITS, DEPT. APPROVALS $J-djL. U,f? PER SITE w DETAILED COST BREAKDOWN FORE EACH ITEM FOLLOWS: CITY PERMITS, SCAQMD NOTIFICATIONS, ETC., EACH SITE 28 Packet Pa. 240 5.D.r Price Form (continued) TYPE OF STRUCTURE: WOOD-FRAMED PER FOOT MASONRY(BLOCK, BRICK, ETC.) PER FOOT $ METAL-FRAMED PER FOOT 0 JAC- FOUNDATIONS AND FLATWORK PER FOOT $ J Z' L J = REMOVAL AND BACKFILLING OF BASEMENTS PER FOOT $ f,:,, Fir v 0 E MOBILE HOMES EACH $ t-z- o IN-GROUND POOL REMOVAL& BACKFILL-I'EFi-TGNd- �— `0 MASONRY WALLS REMOVED PER FOOT FENCES REMOVED PER FOOT $ �' o TRASH & DEBRIS REMOVED PERff" Le-'>NQ $ 5 V�7 N OVERGROWN/HAZARDOUS VEGETATION PER TON \ TREE REMOVAL (UP TO 18 FEET) PER TREE rn M STORAGE ITEMS PER TON $ CD U ASBESTOS REMOVALS AS FOLLOWS: CL ASBESTOS DISPOSAL/MANIFESTED PER YARD $ �5e "p 0 c a� EXTERIOR STUCCO PER FOOT $ o FLOOR COVERING MASTIC OR OTHER MASTIC PER FO T 0 INTERIOR WALL-BOARD OR PLASTER PER FOOT $_ -2 w Q PIPE LAGGING, INSULATION, FLUES, DUCTS PER LINE R FOOT $ 1Q RESILIENT FLOOR COVERING OR FLOOR TILES PER FO T $ •`fit 1 BOILER OR VESSEL LAGGING OR INSULATION PER FOOT $ Zo ROOF FELT OR COVER MATERIAL PER FOOT 29 1 Packet Pa. 241 I Price Form (continued) ROOF MASTIC PER FOOT CEMENT SIDING PER FOOT $ SPRAY-ON CEILING MATERIAL PER FOOT $ N CEMENT PIPING PER LINEAR FOOT $ ' l •'7 o U WINDOW PUTTY PER LINEAR FOOT 0 U FIREPROOFING PER FOOT $ ���` E d LEAD REMOVAL AS FOLLOWS: 0 a _ LEAD DISPOSAL/MANIFESTED PER YARD $ In 0 CEILING, FLOOR, WALL MATERIAL, FLAT SURFACES PER FOOT $ 2,�{�-- M c TRIM, MOULDING PER LINEAR FOOT $ �f-3. �'" U 0 0 cn TOTAL: $ Q Beginning on or about January 2014 through June 30, 2015 plus three (3) single-year renewal options, for City's partial requirements, on an as-needed basis, M with no guaranteed usage for Demolitions, Option veer one, if exercised, shall be effective July 1, 2015 through June 30, 2016, a Option year two, if exercised, shall be effective July 1, 2016 through June 30, 2017, :2 Option year three, if exercised, shall be effective July 1, 2017 through June 30, 2018. o Are there any other additional or incidental costs, which will be required by yoir.Cn in o order to meet the requirements of the Technical Specifications? Yes / No (circle one). If you answered "Yes", please provide detail of said additional c E s w Q Please indicate any elements of the Technical Specifications that cannot be met by your firm. 30 Packet Pg. 242 I Have you included in your bid all informational items and forms as requeste ? Yes No (circle one). If you answered "No", please explain: to This offer shall remain firm for 120 days from RFQ close date. 2 L Terms and conditions as set forth in this RFQ apply to this bid. 0 U Cash discount allowable % days; unless otherwise stated, payment terms E are: Net thirty (30) days. o In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. o From time to time, the City may issue one or more addenda to this RFQ. Below, o please indicate all Addenda to this RFQ received by your firm, and the date said v Addenda was/were received. Verification of Addenda Received N Q Addenda No: Received on: Addenda No: Received on: Addenda No: Received on: U This bid has been reviewed and found to be correct and final. The undersigned C is authorized to providing pricing: Q 0 AUTHORIZED SIGNATURE: �� l t � Y 0 PRINT SIGNER'S NAME AND TITLE: _ c U Q DATE SIGNED: -2 COMPANY NAME & ADDRESS: V- C) 31 Packet Pg. 243 r PHONE: q5I -( - lofoC FAX: �I151 -C z, ,%Now EMAIL: &ke-v�o 1a n Web Address:-Df,,Vwk4b'0 046Lt`6 X/Clw,, 00 yy - IF SUBMITTING A"NO BID", PLEASE STATE REASON(S) BELOW: N L O Y V Y O U O E d D O Y v cC Y C O U O Y y O .Q N Q 01 N t0 ch Y d Y V t6 Q O C N O Y C w E V Y Q 32 Packet Pg.244 5.D.r 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 o excess of one-half of one percent, he agrees that he is fully qualified to perform i that portion himself and that he shall perform that portion himself. O U 0 E DIVISION OF NAME OF FIRM OR LOCATION o WORK OR CONTRACTOR CITY TRADE _ 0 U lII L id U N O N N .Q t/} Q N M Y Print Name Si Bidder C. 0 Company Name: _J A, Address: d E REJECTION OF BIDS Y w Q 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. 33 Packet Pg. 245 5.D.r t NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO In accordance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of perjury: L That he/she has not, either directly or indirectly, entered into any agreement, U participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with RFQ X-15-01. 0 U 0 v Business Name - ter �� r�,� r ,►, o Business Address X02.i L Signature of bidder X Q L U Place of Residence N a N Subscribed and sworn before me this day of , 20—. M r Notary Public in and for the County of State of California. �. My commission expires , 2p 0 E U fC Q 34 Packet Pg. 246 DAKENO, INC. CSLB LIC.#250091 DEMOLITION CONTRACTOR EST.1967 6021 Tarragona Dr,Riverside Ca 92509 INSURED AND BONDABLE_ Phone(951)686-6608 Fax(951)686 7342 N DATE: December, 16, 2014 2 �a ATTN: City of San Bernardino, Finance Dept. 0 U To Whom It May Concern; E a� 0 Our company was founded in 1967. We've been in operation continuously as a family owned and operated business, mainly in San Bernardino, Riverside and Los Angeles Counties. We own and operate our own equipment and are fully licensed, insured and bonded. Our reputation with the cities and counties and private parties is outstanding. Our heavy equipment owner/operators are extremely skilled and have a lifetime of experience in demolishing 0 structures that was passed on from father to sons. N o Listed here are a few references; N Q Joseph Bashoura (909) 437-3084 N Frank Greenwalt (951) 276-0600 M Grace Escobar (760) 863-2568 Y David Jorgenson (909) 387-4463 a Please include us in any bidding opportunities. o 0 Kathy A. Miller DAKENO, INC s dakenodemolition@yahoo.com Q Packet Pg. 247 SECTION V. N GENERAL SPECIFICATIONS o O U O E 0 O c N L O t+ V L i+ O U N O N d .Q N Q N w M r N Y V m Q .Q O C m Y C d E t U tG Y Q 35 Packet Pg. 248 IV, GENERAL SPECIFICATIONS 1. Each bid shall be in accordance with Request for Quotes(RFQ) Number X-15-01. All specifications are minimum. Bidders are expected to meet or exceed these specifications as written. Bidder shall attach to their bid a complete detailed itemization and explanation for each and every deviation or variation from the RFQ specifications and requirements. Conditional bids, or those that take exception to the RFQ specifications and requirements, may be considered non-responsive and may be rejected. 2. The City reserves the right to accept or reject any and all bids and to award a contract to the bidder o whom best meets the City's requirements. This may include waiver of minor irregularities or U 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, o workmanship, accessibility of parts and service, known evidence of manufacturer's responsibility and v record, durability and known operational record of product and suitability as well as conformity to City 0 needs and requirements. In all cases the best interest of the City shall prevail in all contract awards. ° 3. The City of San Bernardino reserves the right to purchase more or less than the quantities specified at unit prices bid. -a 4. Bids shall be firm offers, subject to acceptance or rejection within 120 days of the opening thereof. 5. Regular dealer. No bidder shall be acceptable who is not a reputable manufacturer or dealer of such ` items as submitted for bid consideration. ° 6. All materials,workmanship and finish entering into the construction of the equipment must be of the L best of these respective kinds and must conform to the character of the equipment and the service for o which it is intended to be used and shall be produced by use of the current manufacturing processes. U "Seconds", factory rejects, and substandard goods are not acceptable. W 7. Each bidder shall submit with their bid a copy of the proposed product specifications, complete N detailed drawings, and other descriptive matter in sufficient detail to clearly describe the equipment, materials and parts offered. 8. Manufacturer and/or Contractor shall defend any and all suits and assume all liability for any and all claims made against the City of San Bernardino, or any of its officials or agents for the use of any N patented process, device or article forming a part of equipment or any item furnished under the c� contract. �- 9. Each bidder must state in their bid 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. v 10. Each bidder shall list in their bid all factory, manufacturer's and/or dealer's warranty and/or guarantee o coverage and shall submit such written documents evidencing the same attached to the bid. _ 11. Successful bidder(s) (Contractor)shall furnish and deliver to the City complete equipment as bid and awarded, ready for installation and fully equipped as detailed in these specifications. v 12. Price shall be quoted F.O.B. San Bernardino(all transportation charges shall be fully prepaid), and shall include all discounts. Bid shall include California sales tax, where applicable, (effective January 1,2013)computed at the rate of 6.25%, (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 Q specified items by the City of San Bernardino and receipt of the Contractor's priced invoice. 14. All"standard equipment" is included in any bid. Bidders furnishing bids under these specifications shall supply all items advertised as"standard"equipment even if such items are not stipulated in the specifications, unless otherwise clearly accepted in the bid. 15. The items which the bidder proposes to furnish the City must comply in all respects with the appropriate safety regulations of all regulatory commissions of the Federal Government and the State of California, whether such safety features and/or items have been specifically outlined in these specifications or not. 36 Packet Pg. 249 5.D.r 26. 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. 27. Equipment. In the purchase of equipment, Contractor shall be required to furnish one(1) OPERATORS MANUAL and one(1) PARTS MANUAL,for all equipment bid, 28. In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act(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 bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing L body tenders final payment to the bidder. o 29. Contractor shall indemnify, defend and hold City, its officers,employees and agents harmless from any claim, demand, liability, suit,judgment or expense (including,without limitation, reasonable costs of defense) arising out of or related to Contractor's performance of this agreement, except that such 0 duty to indemnify, defend and hold harmless shall not apply where injury to person or property is v caused by City's willful misconduct or sole negligence. The costs, salary and expenses of the City E Attorney and members of his office in enforcing this Agreement on behalf of the City shall be as considered as"attorney's fees"for the purposes of this paragraph. ° 30. While not restricting or limiting the foregoing, during the term of this Agreement Contractor shag c maintain in effect policies of comprehensive public general and automobile liability insurance in the v amount of 1,000,000 ombined single limit and statuto w rker's com Sensation co era a and shall o file copies of said policies with the City's Risk Manager prior to undertaking any work under this U Agreement. The policies shall name the City as an additional insured and shall provide for tern(10) day notification to the City if said policies are terminated or materially altered. o 31. v _o $ern ° ° � N the 6t�aid #e ate rsysrl®kih6-Gity-Gf Sap a �8{fi&i�1f18 bt 6lfi�tleliX36 iFl� {f�3 -n-d4he--GG�Fa#ef} Q �6e �tQ-63i�b9i & c�t� Fa�l9-�i-F&tii��-f1��8fi6 F13(36t rtFi9t��-lea3NGe� • " " 32. Written contract documents, duly authorized and signed by the appropriate authority,constitute the Cn N complete and entire agreement(s)that may result from the RFQ. 33. City may, at its discretion, exercise option year renewals for up to three(3)years, in one-year increments. 35. By submitting a bid, bidder warrants that any and all licenses and/or certifications required by law, statute, code or ordinance in performing under the scope and specifications of this RFQ are currently -a held by bidder, and are valid and in full force and effect. Copies or legitimate proof of such ficensure and/or certification shall be included in bidder's response. Bids lacking copies and/or�sroof of said = licenses and/or certifications may be deemed non-responsive and may be reiec#ed Y 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. c 37. Vendor(Contractor)/Consultant services agreements) (VSA/CSA).A signed vendor/Consultant E service agreement may be required between both parties prior to commencement of the job. ca a 38 Packet Pg. 250 12-06-14 00:30 From-City of Sar �nardlno FinancoVurchasia +8083845043 T-711 P.002/00 2 F-658 San Droar too a. December 8, 2014 L SUBJECT: NOTICE INVITING BIDS (RFQ) X-15- 1 2 L The City of San Bernardino (City) invites bids from qualified vendors for: o U On-Call Demolition Services at Various Locations E a� 0 Parties interested in obtaining a copy of this RFQ X-15-01 may do so by accessing the City of San Bernardino Web Page at www.sbcitv.orQ > City ball > Administrative Services > Finance > Request for Bids > beginning December S, 2014 or by faxing o their request to (909) 384-5043, attention Vanessa Slouka, Accounting Assistant. Please include the following information in your request: name and address of firm; o name, telephone and facsimile number of contact person; specify RFQ X-15-01. 0 a Copies of the RFQ may also be obtained by calling Vanessa Slouka at (909) 384-5345 or in person at City Hall, 300 N. "D" St., 4th floor, Purchasing Division, San Bernardino, CA .92418. N 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 regarding this procurement, other than during interviews, demonstrations, and/or site visit, except at the dfrection of Vanessa Slouka, Accounting Assistant the Q designated representative of the City of San Bernardino. Contact with anyone not designated will result In elimination from the bid process. 0 Closing late: Bids must be submitted at or before 3:00 PM, PST, December 17, 2014 o at 300 North "D" Street, 4t" Floor, Purchasing, San Bernardino CA 92418. Issuance of this RFQ and/or receipt of bids do not commit City to award a contract. E s Sincerely, r Vanessa Slouka a Accounting Assistant Packet Pg. 251- 12-08-14 0$,30 From-City of Sar and€no FinanceVurchasiQ +8083845043 , T-T11 PAWN F-656 L FIANCE DFP RnMNT o PLrRCNASING DMSC?N L 300 North"D"Street Saxe BeruardiB0,CA 92418-OOQ1 0 U MOM#9091384-5242 0 E d 0 PAX COVER SHEEN` FaX# (909) 384-5043 0 U R v1 0 DATE; � ° U N o -"" COMPANY: Q TO: rn N Y Ax 4:_Abh U f6 1\70. OF SAGES D\TCLUD NG COVER SIMET TO FOLLOW: c 0 If you do not receive all the pages or have any questions Plea-so contact �Y1�'-tea at(909)384-_5�)4 in the CQIvil4�NTS E -- Ca 1 rte °, Packet Pg. 252 Ip San Bernar IIIo u N L December 8, 2014 2 L SUBJECT: NOTICE_ INVITING BIDS (RFQ) X-15-01 0 U The City of San Bernardino (City) invites bids from qualified vendors for: E 0 On-Call Demolition Services at Various Locations Parties interested in obtaining a copy of this RFQ X-15-01 may do so by accessing the City of San Bernardino Web Page at www,sbeity.org > City Hall > Administrative L Services > Finance > Request for Bids > beginning December 8, 2014 or by faxing o their request to (909) 384-5043, attention Vanessa Slouka, Accounting Assistant. Please include the following information in your request: name and address of firm; name, telephone and facsimile number of contact person; specify RFQ X-15-01. N Copies of the RFQ may also be obtained by calling Vanessa Slouka at (909) 384-5346 a or in person at City Hall, 300 N. "D" St., 4th floor, Purchasing Division, San Bernardino, N CA 92418. 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 CL or officials regarding this procurement, other than during interviews, demonstrations, and/or site visits, except at the direction of Vanessa Slouka, Accounting Assistant the designated representative of the City of San Bernardino. Contact with anyone not designated will result in elimination from the bid process. c� Closing Date: Bids must be submitted at or before 3:00 PM, PST, December 17, 2014 at 300 North "D" Street, 4tr' Floor, Purchasing, San Bernardino CA 92418, w Issuance of this RFQ and/or receipt of bids do not commit City to award a contract. a Sincerely, Vanessa Slouka Accounting Assistant Packet Pg. 253 IZNQ X-I5-15 On-Call Demolition Services at Various Locations L O SECTION 1. L INSTRUCTIONS TO BIDDERS O E a> 0 c v, L O f+ V L _ O U N O N a) .O N Q N 0 M a) Y V O _ d -Y t0 a+ _ a> E V «S w Q 2 Packet;Pg.254 5.D.r [ZFQ X-15-15 On-Call Demolition Scrvices at Various Locations rrr► City of San Bernardino, Finance Department Purchasing Division Bid Documents to Be Returned by Bidder RFQ X-15.01 ON-CALL DEMOLITION SERVICES AT VARIOUS LOCATIONS y, ❑ Copy of Contractor License (if applicable)•..Bid Content and Forms,General Specification#35, O lnstruc ions to Offeror(s) /Bidders Clcap L. ❑ Bidder Experience, Competency, Qualification and Profile (Vendor Document) ... U Proposai/Bid Content Forms 0 E a, Lti ❑ Non-Collusion Affidavit (City Form) Instructions to Offeror(s)I Bidders ra ❑ Listing of Proposed Subcontractor (City Form) "'Proposal/Bid content and Forms ;n 0 U Instructions to Bidders, III Bid Content and Forms ❑ Cost/ Price Form (City Form) r_ a ❑ Authorized Signatures Instructions to Bidders U 0 ❑ Bidder Identification III Bid Content and Forms w u� [] Addendum Received (City Form) III Bid Content and Forms W F] 120 Day Bid Validity Statement III Bid Content and Forms ai y� III Bid Content and Forms as E] Authorized Signatures (City Form) c: 2 ❑ References III Bid Content and Forms M C> a� ❑ Propot r td Bid efication and Submittal of Proposal/Bid Package, and Price Form ci ea Brs Bidders are requested to submit this checklist completed with all bid documents +� eC This list may not be reflective of all documents necessary for submittal. 3 Packet Pg. 255 I. INSTRUCTIONS TO BIDDERS A. Mandatory Pre-Bid Conference/Job Walk NIA B. Examination of Bid Documents 1. By submitting a bid, the Bidder represents that it has thoroughly examined L and become familiar with the items required under this RFQ and that it is capable of quality performance to achieve the City's objectives. 0 2. The City reserves the right to remove from its mailing list for future RFQs, o for an undetermined period of time, the name of any Bidder for failure to E accept a contract, failure to respond to two (2) consecutive RFQs and/or a unsatisfactory performance. Please note that a "No Bid" is considered a response. L Q C. Addenda L i+ Any City changes to the requirements will be made by written addendum to this RFQ. Any written addenda issued pertaining to this RFQ shall be incorporated o into the terms and conditions of any resulting Purchase Order. The City will not be bound to any modifications to or deviations from the requirements set forth in this RFQ as the result of oral instruction. a) 2. Submitting Requests as a. All questions, clarifications or comments shall be put in writing and 5 must be received by the City no later than 3_00_ PM, December '!0, cz 2014 and be addressed as follows: si 2 z: City of San Bernardino 300 North "D" Street C; 4th floor, Attn: Vanessa Slouka }� r: San Bernardino, CA 92418 s: �s 4c 4 Packet Pg. 256 i 3 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. The City will also accept questions sent by facsimile machines or email, however, all faxed or emailed questions must be received by the City no later than 3:00 PM, PST, December 10, 2014, Send facsimile transmissions to (909) 384-5043, attention Vanessa y Slouka, and emails to: slouka va@sbcity.org. o L C. Inquiries received after 3:00 PM December 10. 2014 will not be o accepted. U 0 E 3. City Responses o Responses from the City will be communicated in writing to all recipients of this RFP, by a posting to our website, www.sbcify.orq by the close of c business December 15, 2014. L r For automatic electronic notifications, please visit our Homepage and register for SB Connect. If you are not registered for SB Connect, you o may view or download any Addenda at www.sbcitY.org > City Hall > W Finance > Request for Bids. CD N CD D. Submission of Bids 1. Date and Time c. All bids are to be submitted to the City of San Bernardino, Attention: _C Vanessa Slouka, Accounting Assistant. Bids received after 3:00 PM, PST, _' December 17. 2014, will be rejected by the City as non-responsive. a R a 2. Address c. a Bids shall be addressed as follows: s; R City of San Bernardino a; Finance Department 300 N. "D" Street, 4th Floor-Purchasing San Bernardino, CA 92418. Bids may be delivered in person to the Purchasing Division, 4th floor of the above address. 5 Packet Pg. 257 } 5.D.r 3. Identification of Bids Bidder shall submit a SEALED bid package consisting of: a) one (1) signed original of Quote and Price Form b) one (1) copy of each The bid package shall be addressed as shown above, bearing the Bidder's name and address and clearly marked as follows: L 0 RFQ X-15-01: L "ON-CALL DEMOLITION SERVICES AT VARIOUS LOCATIONS" c U 4. Acceptance of Bids E d 0 a. The City reserves the right to accept or reject any and all bids, or = any item or part thereof, or to waive any informalitles or irregularities in bids. o r b. The City reserves the right to withdraw this RFQ at any time without prior notice and the City makes no representations that any contract will be awarded to any Bidder responding to this RFQ. o N C. The City reserves the right to postpone bid opening for its own convenience. a NI E. lire-Contractual Expenses Pre-contractual expenses are defined as expenses incurred by the Bidder in: 1. preparing its bid in response to this RFQ; c 2. submitting that bid to City; R, c 3. negotiating with City any matter related to this bid; or a E: 4. any other expenses incurred by the Bidder prior to date of award, if any of the Agreement. R a; The City shall not, in any event, be liable for any pre-contractual expenses incurred by Bidder in the preparation of its bid. Bidder shall not include any such expenses as part of its bid. 6 Packet Pa. 258 F. Contract Award Issuance of this RFQ and receipt of bids does not commit the City to award a Purchase Order. The City reserves the right to postpone bid opening for its own convenience, to accept or reject any or all bids received in response to this RFQ, and to negotiate with other than the selected Bidder(s) should negotiations with the selected Bidder(s) be terminated. The City also reserves the right to apportion the award among two or more Bidders. -- N G. Acceptance of Order 0 L The successful Bidder will be required to accept a Purchase Order in accordance o with and including as a part thereof the published Notice Inviting Bids, and the 0 RFQ documents including all requirements, conditions and specifications contained therein, with no exceptions other than those specifically listed in the o written purchase order. -� _ H. Business License o Y The City's Business Ordinance requires that a Business doing business o 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 o to undertaking any work under this Agreement. U) 1. Local Vendor Preference Q 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. a For the purposes of this section, "local bidders" shall be bidders for which the paint Y of sale of the goods, materials or services shall be within the limits of the City of o San Bernardino. a E L) U ca Y Y Q 7 Packet Pg. 259 SECTION II. i 0 TECHNICAL SPECIFICATIONS L 0 v 0 E as 0 c N L 0 U R L 0 U N O N N .Q N Q I N N M r+ d Y U Q O C d Y D C N t U O a-+ Q Cl 8 Packet Pg.260 5.D.r City of San Bernardino Technical Specifications Bid Specification: RFQ X-15-01 On-Call Demolition Services at Various Locations ITEM DESCRIPTION NOTICE: SPECIAL INSTRUCTIONS TO THE BIDDER Bidder shall complete right-hand column indicating brief reasoning for exceptions to c requirements when not acceptable. State "Acceptable" if requirements are agreeable as set forth on left-hand column. 0 FAILURE TO COMPLETE RIGHT- HAND COLUMN WILL INVALIDATE BID 0 0 MINIMUM BIDDER REQUIREMENTS All Bidders must: _ 1. Have specific expertise in demolition of buildings. �G `i� L 2. Must be able to verify a minimum of five years /�lT experience with demolition of buildings and must provide, WITH ITS BID, at least three positive references for past work similar to that specified herein that have been in within the last three (3) years. 3. Possess a valid California Contractors License class lq l)?&, p a "C-21„ 4. Have no record of unsatisfactory performance as e"73TI 2z M evidenced by complaints filed with State of California Better Business Bureau, Contractor's State License % Board, and State of California Department of Q Consumer Affairs, South Coast Air Quality Management District (SCAQMD) and any related o local agencies. _ 5. Must have ability to commence demolition within ten � ��� (10) calendar days of notification by Code °. Enforcement. E U IC Y TIME FOR COMPLETION: All work shall be fully and finally completed within the time specified by the Code Officer from "Notice to AMZ > 161 Proceed." Contractor shall give (10) ten day notice of cancellation or changes of items. 9 Packet Pg. 261 5.D.r PROSECUTION OF WORK: After work has been started, it shall be prosecuted continuously without stoppage until the entire contract has been completed. LIQUIDATED DAMAGES The City specifies that time is of the essence in this contract. The City requires the contract shall be completed within the time identified on the Bid Form. It i is essential to the City that the work be completed by ° the time specified by the Code Officer. The Cityj ,�Z specifies that the contract shall provide for liquidated o damages to be paid by the Contractor to the City in the U amount of$100.00 per day for each and every day E beyond the due date specified by the Code Officer and o work that the City determines remains incomplete. PROJECT TIMELINE o Each bidder shall submit a project timeline that includes the estimated completion time that will meet the requirements stated in this solicitation. Include the starting date for the entire project and the completion date for the complete project. N N SITE INSPECTION a Bidders are responsible to inspect site prior to submitting N bids. No additional cost will be allowed, without prior approval from the Code Enforcement Manager. U REFERENCES: Along with Bid Form, bidders are required to submit three (3) references from customers whose location was within = a 50-mile radius of the City of San Bernardino. A listing of at least three (3) demolitions similar in scope and size to n the project in this bid. The references shall be for work completed within the last three years. This list shall include owner or purchaser; address of demolition; service or maintenance organization; brief description of property and demolition performed; date of demolition, a contact person; and phone number. 10 Packet Pq. 262 USE OF SUBCONTRACTORS: Bidder agrees not to enter into any subcontracting agreements for work contemplated under this agreement except for Asbestos removal and Hazardous waste disposal. All subcontractors are subject to approval by the City. Any subcontracting shall be subject to the same terms and conditions as the Bidder. Bidder shall be fullyC'��'� 7�9�L� responsible for the performance and payments of any L subcontractor's contract. o L Bidders must submit a complete list of Asbestos and o Hazardous Substance Removal subcontractors that they will use for completion of this project. Bidder must submit copies of the subcontractor's valid licenses from the o California State Contractor's license certificate "ASB" Asbestos Certificate and "HAZ" Hazardous Substance Removal Certificate. o U t0 L r C LABOR LAWS: 0 Bidder will strictly adhere to applicable provisions of the o Labor Code regarding the employment of apprentices; minimum wages; travel and subsistence pay; retentionC�'L� �T' �' °' N and inspection of payroll records; workers compensation; a and payment of wages. The bidder will forfeit to the City N the penalties prescribed in the Labor Code for violations. M The same would apply to any sub-contractors being used on this project. Y a LICENSE CLASSIFICATION : Each bidder shall be a licensed Contractor pursuant to 0 the Business and Professions Code and shall be Y licensed in the following classification: A Limited �G, ���1 o Specialty Contractors (C-21 Building moving /Demolitions) classification will be required for this project. A copy of your license, showing the number and expiration date must be submitted with your bid. You must submit copies of valid licenses of subcontractors a with-your bid as well. BUSINESS LICENSE: If the scope of work under this bid includes performing services or installation on City of San Bernardinor� �� z property, the SUCCESSFUL BIDDER must obtain a City of San Bernardino Business License upon execution of the contract. 1� Packet Pa. 263 5.D.r PAYMENT The City shall make payment to the Contractor thirty (30) days after final acceptance for the site. The City may retain 10% of the total project costs until final acceptance. The City Project Officer will make payments to the Contractor for the project after acceptance of the work upon completion, N PERFORMANCE BOND. SOTQUt2D ° The Contractor will be required to furnish a cashier's T check, certified check or faithful performance bond o made payable to the City of San Bernardino in an v amount equal to 10% of the bid price to insure the E contractor's faithful performance of this contract. Said o 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 o issuing said bond shall have a rating in Best's most recent insurance guide of"A" or better. 0 DISCLOSURE OF CRIMINAL AND CIVIL y PROCEEDINGS: The selected vendor may be requested to provide � information to clarify initial responses. Negative information provided or discovered may result in N disqualification from the selection process and no award M of contract. GENERAL TECHNICAL REQUIREMENTS: O All bids must be made on the basis of and either meet or exceed the requirements contained herein. o The demolition and asbestos removal of the building shall be based on and meet the following: '4'l��d�T� '�r w 1. Ail work must conform to the CBC and a Green Book where applicable, 2. Contractors shall meet all specifications and/or industry standards for demolition and asbestos removal. 12 Packet Pg. 264 3. Contractor shall meet current public health code requirements. 4. Contractor shall provide site cleaning for the project. By submitting a bid, offeror warrants that any and all licenses and/or certifications required by law, statute, code or ordinance in performing under the scope and L specifications of this RFP are currently held by offeror, 2 and are valid and in full force and effect. Copies or legitimate proof of such iicensure and/or certification o shall be included in offeror's bid. Bids lacking copies U and/or proof of said licenses and/or certifications may be deemed non-responsive and may be o rejected. -� PROTECTION OF PUBLIC: `o Adequate warning devices, barricades, guards, flagmen L or other necessary precautions shall be taken by the ��� ��/ G' Contractor to give advised and reasonable protection, safety and warning to persons and vehicular traffic o concerned in the area. y FENCING FOR CONSTRUCTION SEPARATIONS: a Bidder shall provide a six-foot high fence around N demolition site during the entire demolition duration; n equipped with vehicular and pedestrian gates with locks. Y U Temporary Fencing - The Contractor shall erect a CL temporary 6' safety fence or similar barrier around the area required for the installation (including space for _ storage of materials and equipment). The Contractor Y shall post "No Trespassing" signs on the fence. The o Contractor shall be responsible for the maintenance of the fence throughout the demolition period and shall E remove the fence immediately after final acceptance of the project by the City. If so directed, the Contractor r shall use only specified access routes and staging areas on the site. 13 Packet Pg.265 DISPOSAL OF DEBRIS: Contractor shall recycle as much demolition debris as practical. All materials that are recyclable and/or salvageable shall be the property of the contractor. All debris from the demolition and property must be removed and disposed of at an approved landfill. „f�C'C�447�1 Vendor to provide receipts from the Landfill to City of L San Bernardino Code Enforcement Division prior to payment. L c DEMOLITION SCOPE: 0 Complete demolition of all buildings, structures, garages E or carports, basements, foundations, driveways, o walkways, asphalt, walls, fences, dead trees, shrubs. Pavement in areas adjacent to alleys, streets, public o right-of-way should be removed to two feet from easement. U All trash and debris to be removed from site. Fill and compact all holes to 90%. All mature/healthy trees to remain. Remove all other vegetation. Leave lot clean N and graded to within two inches of curb elevation. Dust Q control to be enforced. N t0 City of San Bernardino demolition permit required. See attached guidelines. C. Contractor must coordinate all activities with Code Enforcement Staff. o d) 0 UTILITIES: The City will disconnect utilities and post authorization to proceed with demolition 24 hours prior to start of demolition, Y Cap all utilities at the street. Contractors to obtain sewer cap permit from water purveyor and obtain appropriate inspections and approvals. Permit required. 14 Packet Pg. 266 SEWER OR SEPTIC SYSTEM: Properties with public sewer service shall have said sewer service access line removed and capped, per the California Building Code (CBC). All properties with septic tank(s) shall have tank(s) pumped and back-filled with clean sand or removed from the property to an approved disposal site. L r All hazardous substances and storage tanks for such L materials and wastes shall be removed in accordance o with California State and Local Laws and Regulations. U 0 E Capping of sewer and demolition of septic systems shall o be per the California Building Code, -o ASBESTOS REMOVAL: o Asbestos surveys have been performed by the City and ca are available for all properties at job walk. O U Any contractor removing such hazardous substances o must be licensed with South Coast Air Quality Management District (SCAQMD). N a Vendor to provide receipts from the Landfill to City of N San Bernardino Code Enforcement Division prior to payment. U All Contractors shall be required to comply with South �. Coast Air Quality Management District Rule 1403 for proper assessment of asbestos in the structure. _ CD Y Contractor shall provide all appropriate notification to 0 SCAQMD per attached instructions and must provide proof of notification to obtain City of San Bernardino demolition permit. Contractors to supply all labor, equipment and a materials. is Packet Pg.267 INSURANCE AND INDEMNIFICATION: Contractor to obtain and maintain in force during the term of this contract, at his or her expense, public liability and property damage insurance in companies and through brokers approved by the City, adequate to protect against liability from damage claims arising out of contractor's operations in a minimum amount of $1,000,000 (one million dollars) comprehensive liability L with 30 day notice of cancellation. City of San 0 Bernardino to be named as certificate holder. Y _ 0 Bids received without Certificate of Insurance will U be considered incomplete and unacceptable. d 0 Contractor to submit liability insurance certificate in the amount of$1,000,000 and property damage insurance N certificate in the amount of$1,000,000 with City of San o Bernardino named as certificate holder prior to co demolition permit being issued. o U Contractor agrees to indemnify and hold City harmless o from all claims, demands, causes of action or suits, of whatever nature, arising out of the services furnished by Q contractor or his or her subcontractors under this contract, and from all laborers', material providers', and N mechanics' liens upon the real property upon which the work is located or any property of the City. CL 0 a 0 a� E s Q 16 Packet Pg.. 268 1 City of San Bernardino Building & Safety Division DEMO GUIDELINES In order to provide for the safety of the public, and to insure compliance with State and local codes, the following requirements must be met: Notify the South Coast Air Quality Management District (SCAQMD) of the pending L demolition in accordance with Rule 1403 (Addendum A). If asbestos or other hazardous materials are present in the building, state laws governing protection of personnel and proper disposal of such materials is required. c U Help maintain good air quality by keeping creation of dust to a minimum. E 0 The discovery of cesspools, septic tanks, seepage pits, or similar sewage disposal facilities and subsequent abandonment requires a permit from the Building & Safety N Division. The City of San Bernardino Plumbing Code, Section 1119, stipulates the o following procedure for abandonment of sewage disposal facilities: L i.d • remove any remaining sewage, U • remove the cover or arch, o • backfill with sand, earth, gravel or concrete to a height not to exceed the level of CD any outlet pipe, or to the top of the sidewall, whichever is less, a • obtain inspection from City of San Bernardino Building & Safety Division, .. • complete backfilling to the level of the adjacent grade. M The demolition site should be secured. If the demolition work will extend beyond a 24.- hour period, the loft must be fenced to a height of& feet to secure the site. If the demolition and clean up of site requires the use or obstruction of any "public way', (i.e., street, alley, sidewalk, etc.) an encroachment permit from the Public Works = Department must be obtained prior to using or obstructing. (Phone: 909-384-7272) 0 Pedestrian protection in the form of protective canopies, railings, walkways and fences shall be provided in accordance with the most current edition of the California Building E Code; whenever work must be conducted adjacent to a public street and public way. Plans and a schedule for demolition will be required. All protective devices must be in a place and an inspection obtained, and approval of pedestrian protection granted prior to the start of the demolition work. 17 Packet Pa. 269 N L O SECTION Ili. O SCOPE OF WORK o E 0 N L O V L i+ O U N O y d to Q N lie M Y U m L) Q O N Y t6 O C d U Q Packet Pg. 270 9.5 E uicpment and Personnel List Contractors shall provide current equipment and personnel lists. The personnel list should include qualifications and years of experience for all listed personnel. 9.6 Evidence of Insurance In addition, Contractors shall provide evidence of insurance as required by the Sample Contractor Services Agreement. Contractors intending to use certified subcontractors to perform asbestos abatement work shall provide evidence of subcontractor(s) pollution liability insurance upon award 2 of any demolition. These items should be included in the proposal and clearly identified as Evidence of Insurance and Certification, o U 0 10. Instructions and Schedule for Submittal of Proposals E 0 All Proposals shall be signed and sealed by a duly authorized representative of Contractor. The name and mailing address of the individual executing the proposal must be provided. L 0 r The City shall not be liable for any pre-contractual expenses incurred by any Contractor in relation to the L preparation or submittal of a proposal. Pre-contractual expenses include, but are not limited to, expenses o by Contractor in: preparing a proposal or related information in response to RFP; negotiations with City on any matter related to this RFP; and costs associated with interviews, meetings, travel or presentations, o Additionally, City shall not be liable for expenses incurred as a result of City's rejection of any proposals made in response to this RFP. a One (1) original and one (1) copy of Contractor's Proposal (each sealed), must be received before 3:00 to p.m., on December 17, 2014, Y Proposal must be submitted to; CL Vanessa Slouka,Accounting Assistant City of San Bernardino, Finance Department r_ 300 N "D"Street, 4th Floor San Bernardino, CA 92418 °. d RE: RFP for On-Call Demolition Services U ca Y Proposals received at any place other than the office of Finance Department will not be considered, and Q will be returned unopened. Late proposals will not be accepted. The City reserves the right to reject any and all proposals and to waive information and minor irregularities in any proposal received. 22 Packet Pg. 271 eky l 11. Public Records All proposals submitted in response to this RFP become the property of the City and under the Public Records Act (Government Code 6250 et. seq.) are public records, and as such may be subject to public review at least ten (10)days before selection and award. If a Contractor claims a privilege against public disclosure for trade secret or other proprietary information, such information must be clearly identified in the proposal. L Note that under California law, price proposal to a public agency is not a trade secret. L 12. Evaluation Process and Criteria o U O Proposals will be evaluated by City representatives from relevant departments. E 0 At the City's sole discretion, Contractors may be asked to participate in an oral interview to discuss in greater detail the content of their proposal. :n O U f� L i+ O U N O w N N N Q Q) N M a.+ O Y U Q O a N Y M n a� E U fSf Q 23 Packet Pg. 272 Bidder shall: a. provide a brief profile of the firm, including the types of slervices offered; the year founded; form of the organization (corporation, partnership, sole proprietorship); number, size and location of offices; number of employees; b. describe the firm's experience in performing work of a similar L nature to that solicited in this RFQ: o G. provide, as a minimum, three (3) references from current o customers of a similar size as the City as related experience; U reference shall furnish the name, title, address and telephone E number of the person(s) a the client organization who is most a knowledgeable about the work performed. 4. Appendices o U cC Information considered by Bidder to be pertinent to this RFQ and which has not been specifically solicited in any of the aforementioned sections may be placed in a separate appendix section. Bidders are cautioned, o however, that this does not constitute an invitation to submit large amounts of extraneous materials; appendices should be relevant and N brief. N B. LICENSING AND CERTIFICATION RE4UIREMENTS M By submitting a bid, bidder warrants that any and all licenses and/or certifications required by law, statute, code or ordinance in performing under the scope and C. specifications of this RFQ are currently held by bidder, and are valid and in full force and effect. Copies or legitimate proof of such iicensure and/or certification o shall be included in bidder's response. Bids lacking copies and/or pr®oaf of D said licenses and/or certifications may be deemed non-responsive ancl ma v o be rejected. C. COST AND PRICE FORMS Bidder shall complete the Cost/Price Form in its entirety including: 1) all items a listed and total price; 2) all additional costs associated with performance of specifications; and 3) Bidder's identification information including a binding signature. 26 Packet Pg. 273 i Bidder shall state cash discounts offered. Unless discount payment terms are offered, payment terms shall be "Net 30 Days". Payment due dates, including discount period, will be computed from date of City acceptance of the required services or of a correct and complete invoice, whichever is later, to the date City's check is mailed. Any discounts taken will be taken on full amount of invoice, unless other charges are itemized and discount thereon is disallowed. Freight terms shall be F.O.B. Destination, Full Freight Allowed, unless otherwise specified on price form. i O U P L O U O E N D N L O V L i+ O U N O N N U1 Q N to M V CL O C N D C d V w Q 27 Packet Pg. 274 COVER LETTER Q Hello my name is Milton Jay Woodson Jr., and I am the sole owner of Woodys Demolition. I am confirming that I have reviewed and understand L ti all elements of this RFP, and intend to perform all demolition and abatement of selected properties if awarded this bid. 0 U We are also willing to enter into a Master Agreement under the terms and conditions prescribed by this RFP and in the Sample Master Agreement. We have been in Demolition industry for over 28 years, and have been o a California License Demolition Contractor for the past 17 years. Previously we have demolished many houses and buildings for the City of San Bernardino, for Code Enforcement and The Economic Development Dept., Including the 6 Story Ice House Building on 3' St a few years back 0 for code enforcement. A quarter of a million dollar project that too only 7 weeks to complete. We now look forward again to working with the city on a an On Call Basis. Thanks one again for this opportunity. N M Milton Jay Woodson Jr. Owner 760-559-4567 C. wood sdemo msn com -� 0 m 0 0 0 c m E Q Packet Pg.275 I Statement of Understanding and Approach We at Woodys Demolition understand all elements of the Demolition field. Our company is a family owned and operated business which owns and operates it own equipment and heavy hauling equipment. Such as Excavators, Track Loaders, and 18 wheel dump Trucks and Trailers. We do not have to rent equipment since we own our own, thus keeping L prices loader than many of our competitors. L t+ O U Contractor Information E ° Main Office: Sole Proprietorship 9243 8th Ave Project Manager: Milton Woodson L Hesperia, Ca 92345 760-559-4567 760-559-4567 woodysdemo@msn.com ° U N O Sub Contractor: J &J Environmental (Asbestos Removal if Necessary) a N Onalifications and Experience M d County of San Bernardino (Code Enforcement) 385 N. Arrowhead Ave. -� San Bernardino Ca 92415 David Jorgenson(Code Enforcement Supervisor) (909) 387-4463 (On-Call Demolition Projects) 6 ° City of Trona(Trona Cage Association) P.O, Box 374 0 Trona, California 93592 Trisha Funke (Project Manager) (760)-372-1196 (Various Demolition Projects) LTA Industries Inc. a 4940 Helix Hills Terrace La Mesh, CA 91941 Dan Walker(Project Manager) 619-990-7311 (Demolition of Over Head Canopies) Packet Pg.276 Equipment and Personnel List 1999 Peterbuilt 18 wheel Truck 1990 36 Foot Hobbs Dumb Trailer 2001 John Deere Excavator N 1990 977 Caterpillar Track Loader 2011 F-350 Truck 1093 Ziema Trailer U O E Milton Jay Woodson Jr. 28years ° Bernet Payton 27years Marlin Woodson 6 years o Meloni Woodson 7 years L Joseph Turner 21years Milton Jay Woodson III 18years o N M d Y V tC CL C O O E d N O O 'S r r Q Packet Pa_ 277 ,,r...nn.-nos . .:... ,:.:_«..ate...... ..«,..,.._.:....... :::..� -... w1 IL INSURANCE POLICY ENDORSEMENT CA# 184368 5.D.S Motor Carriers of Property Bodily Injury liability and Property Damage Liability INSURER(INSURANCE COMPANY)NAME AND ADDRESS NA[C# Status; 10193 ® Licensed to write insurance in the State of California Progressive Express Ins Company suRPlus LINE BROKER# PO BOX 94739 (Admitted Insurer) CLEVELAND,OH 44101 OTHER# ❑ Nonadmitted Insurer subject to Section 1763 of the California Insurance Code. ❑ Charitable Risk Pool SURPLUS LINE BROKER NAME ❑ Risk Retention Group INSURED(MOTOR CARRIER)NAME AND ADDRESS N O MILTON WOODSON JR WOODY'S TRUCKING 9243 EIGTH STREET 0 HESPERIA,CA 92345 U 0 TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE LIMITS 4) DATE MM D 0 PRIMARY LIABILITY COMBINED SINGLE LIMIT $750,000 ❑ Coverage below statutory minimum BODILY INJURY OR DEATH te=a limits. CA 02467642-0 10/28/2013 (ONE PERSON) L BODILY INJURY OR DEATH ® Coverage equa[to or exceeding (MORE THAN ONE PERSON) statutory minimum limits. PROPERTY DAMAGE w EXCESS LIABILITY COMBINED SINGLE LIMIT $ in excess of$ O ❑ Coverage between primary cover- BODILY INJURY rn age and statutory minimum limits. (ONE PERSON) $ in excess of S ° N ❑ Coverage provided at or above BODILY INJURY OR a� statutory minimum limits. DEATH(MORE THAN ONE $ in excess of$ can PERSON) Q - - . ... .. -- - PROPERTY DAMAGE —$- ---.-.Inexcess-of-S -- - � N This Endorsement shall be attached to and made a part of all policies insuring motor carriers of property M required to obtain a permit pursuant to the Motor Carriers of Property Permit Act, commencing with California Vehicle Code section 34800. The purpose of this Endorsement is to assure compliance with the 14 Act and related rules and regulations. a Insurer agrees to each of the following: • The coverage provided by the endorsement excludes any costs of defense or other expense that the policy provides. Z • To pay,consistent with the minimum insurance coverage required by California Vehicle Code Section 34631.5,and consistentwith the o limits it provides herein,any legal liability of insured for bodily injury, death, or property damage arising out of the operation, maintenance, or use of any vehicle(s)for which a motor carrier permit is required,whether or not such vehicle(s)is described in the attached policy. ° • No provision, stipulation,or limitation contained in the attached policy or any endorsement shall relieve insurer from obligations arising out aa) of thls Endorsement or the Act, regardless of the insured's financial solvency, indebtedness or bankruptcy. • The Certificate of Insurance shall not be canceled on less than thirty(30)days notice from the Insurer to the DMV,written on an authorized Notice of Cancellation form and that the thirty(30)day/period commences to run from the date the Notice of Cancellationwas actually °a received at the office of the California Department of Motor Vehicles, Motor Carrier Services Branch,in Sacramento,California. 0 • To furnish DMV with a duplicate original of the referenced policy,DMV authorized endorsement,and all other related endorsements and documentation upon request. • Except as specified in this endorsement,the terms,conditions,and limitations of this policy remain in full force and effect, This endorsement E shall not prevent Insurer from seeking reimbursement from Insured for any payment made by insurer solely on account of the provisions 0 herein, Q insurer certifies to each of the following: • This insurance policy covers all vehicles used In conducting the service performed by the insured for which a motor carrier permit is required whether or not said vehicle(s)is listed in the insurance policy, 1 certify(or declare) under penalty of perjury under the laws of the State of California'that the foregoing is true and correct PRINTED NAME OF INSURERS AUTHORIZED REPRESENTATIVE TELEPHONE NUMBER EMAIL ADDRESS(OPTIONAL) Kevin Maher 1-800-895-2886 CV_FiLINGS @PROGRESSiVE.COM SIGNATURE OF INSURER'S AUTHORIZED REPRESENTATIVE EXECUTED AT(CITY,STATE) DATE Xr-� MAYFIELD VILLAGE,OH 11/14/2013 OMV 67 MCP(REV.8/2007)UN REGS Packet Pct. 278 RFQ X-15-15 On-Call Demolition Services at Various Locations L O U ctf L r _ SECTION I. u O INSTRUCTIONS TO BIDDERS a� 0 L O V L i.d _ O U N O N d N N w M d Y V R Q. _ O O E N O y O O r _ d E t V Q 2 Packet Pi.279 5.D.s San Bc nilPmo S1A L V December 8, 2014 0 SUBJECT: NOTICE INVITING BIDS (RFQ) X-15-01 0 E The City of San Bernardino (City) invites bids from qualified vendors for: ° On-Call Demolition Services at Various Locations i 0 Parties interested in obtaining a copy of this RFQ X-15-01 may do so by accessing the w City of San Bernardino Web Page at www.sbcity.orq > City Hall > Administrative 0 Services > Finance > Request for Bids > beginning December 8, 2014 or by faxing N their request to (909) 384-5043, attention Vanessa Slouka, Accounting Assistant. Please include the following information in your request: name and address of firm; CD name, telephone and facsimile number of contact person; specify RFQ X-15-01, a N Copies of the RFQ may also be obtained by calling Vanessa Slouka at (909) 384-5346 M or in person at City Hall, 300 N. "D" St., 4th floor, Purchasing Division, San Bernardino, CA 92418. U cC Q 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 regarding this procurement, other than during interviews, demonstrations, 2 and/or site visits, except at the direction of Vanessa Slouka, Accounting Assistant the .6 designated representative of the City of San Bernardino. Contact with anyone not o designated will result in elimination from the bid process. a Closing Date: Bids must be submitted at or before 3:00 PM, PST, December 17, 2014 00 at 300 North "D" Street, 4th Floor, Purchasing, San Bernardino CA 92418. CD Issuance of this RFQ and/or receipt of bids do not commit City to award a contract. E U tCf Sincerely, a Vanessa Slouka Accounting Assistant Packet Pg. 280 RFQ X-15-15 On-Call Demolition Services at Various Locations L 0 Y L SECTION I. o U INSTRUCTIONS TO BIDDERS E 4) AF A 0 L 0 Y V L Y _ O U N 0 Y N m • N N W M Y N Y V R O. Q _ O O E d N A O O Y _ 4) E V Y Y Q 2 5.D.s RFQ X-15-i5 On-Call Demolition Services at Various Locations City of San Bernardino, Finance Department Purchasing Division Bid Documents to Be Returned by Bidder RFQ X-15-01 ON-CALL DEMOLITION SERVICES AT VARIOUS LOCATIONS L 0 Ill Bid Content and Forms,General Specification#35, Cop ! of Contractor License (if applicable) Instruc ions to Offeror(s) /Bidders 0 • U Bidder Experience, Competency, Qualification and Profile (Vendor Document) III E Proposal/Bid Content Forms y O Non-Collusion Affidavit (City Form) Instructions to Offeror(s)/Bidders $ N [� Listing of Proposed Subcontractor (City Form) III Proposal/Bid Content and Forms 0 Instructions to Bidders, III Bid Content and Forms o Cost/ Price Form (City Form) L) Instructions to Bidders Y) Authorized Signatures CD Bidder Identification III Bid Content and Forms Q Addendum Received (City Farm) III Bid Content and Forms N III Bid Content and Forms 120 Day Bid Validity Statement U a [Authorized Signatures (City Form) III Bid Content and Forms References III Bid Content and Forms o 0 �/ E U Proper Identification and Submittal of Proposal/Bid Package, and Price Form o Instructions to Bidders 0 0 0 Bidders are requested to submit this checklist completed with all bid documents. This list may not be reflective of all documents necessary for submittal. S r a 3 Packet Pg. 282 tisitt� - � 9 O ` D ro CD vc O CD rt O •a .+ CL U p `o ro w 2. a N 2 VI:2 ISO .a •, .+`..`" :�� to �F�,•. c > 3 +yl /•� USA m C yh '` 1r il" 10.. a A Pl�� N p NM r a C od V zi U �+ O 3 t w orocE Cl) N u a. c O a m p v n cn � 4 �eN:_. p i ,... �. L as Cd ° c "'= o V �1 p o { � f y y VV—• r ° o `' c � 0 G U N $ CZ ro ro a1 to U1 vs U O — � � Q� c0 0 4- N N ^ p CD 41 3 p - O a �{ LL o a Q w W Q z rt O � o W 0 U a . LU z N � O LL U v LL, J D LL 0 z a N Q (] .. z . y 4 N J M SI (7 C 1 1. INSTRUCTIONS TO BIDDERS A. Mandatory Pre-Bid Conference/Job Walk NIA B. Examination of Bid Documents L 1. By submitting a bid, the Bidder represents that it has thoroughly examined and become familiar with the items required under this RFQ and that it is capable of quality performance to achieve the City's objectives. 0 0 2. The City reserves the right to remove from its mailing list for future RFQs, for an undetermined period of time, the name of any Bidder for. failure to ° accept a contract, failure to respond to two (2) consecutive RFQs and/or = unsatisfactory performance. Please note that a "No Bid" is considered a N response. ° M L C. Addenda 0 U N Any City changes to the requirements will be made by written addendum to this N RFQ. Any written addenda issued pertaining to this RFQ shall be incorporated into the terms and conditions of any resulting Purchase Order. The City will not a be bound to any modifications to or deviations from the requirements set forth in 0) this RFQ as the result of oral instruction. M 2. Submitting Requests Y U C4 0. a. All questions, clarifications or comments shall be put in writing and 72 must be received by the City no later than 3:00 PM, December 10 2014 and be addressed as follows: 2 0 City of San Bernardino 300 North "D" Street ° 4th floor, Attn: Vanessa Slouka -� San Bernardino, CA 92418 0 w E U r Q 4 Packet Pg. 284 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. The City will also accept questions sent by facsimile machines or email, however, all faxed or emailed questions must be received by the City no later than 3:00 PM, PST, December 10, 2014. Send facsimile transmissions to (909) 384-5043, attention Vanessa o Slouka, and emails to: slouka—va@sbcity.org. L 0 C. inquiries received after 3:00 PM December 10, 2014 will not be U 0 accepted. E 0 3. City Responses _ Responses from the City will be communicated in writing to all recipients o of this RFP, by a posting to our website, www.sbcity.org by the close of L business December 15, 2014. o U For automatic electronic notifications, please visit our Homepage and o register for SB Connect. If you are not registered for SB Connect, you CD may view or download any Addenda at www.sbcity.org > City Hall > a Finance > Request for Bids. N M D. Submission of Bids CU 1. Date and Time -C All bids are to be submitted to the City of San Bernardino, Attention: 2 w Vanessa Slouka, Accounting Assistant. Bids received after 3:00 PM. PST, o December 17, 2014, will be rejected by the City as non-responsive. v 0 2. Address 0 0 Bids shall be addressed as follows: 3: City of San Bernardino Finance Department 300 N. "D" Street, 4th Floor-Purcasing a San Bernardino, CA 92418. Bids may be delivered in person to the Purchasing Division, 4th floor of the above address. 5 Packet Pg. 285 3. Identification of Bids Bidder shall submit a SEALED bid package consisting of: a) one (1) signed original of Quote and Price Form b) one (1) copy of each The bid package shall be addressed as shown above, bearing the Bidder's name and address and clearly marked as follows: L i+ RFQ X-15-01: 0 "ON-CALL DEMOLITION SERVICES AT VARIOUS LOCATIONS" o E a� 4. Acceptance of Bids ° _ a. The City reserves the right to accept or reject any and all bids, or L any item or part thereof, or to waive any informalities or irregularities in bids. _ 0 b. The City reserves the right to withdraw this RFQ at any time without prior notice and the City makes no representations that any contract will be awarded to any Bidder responding to this RFQ. N Q C. The City reserves the right to postpone bid opening for its own convenience. M E. Pre-Contractual Expenses_ Y U fSf Pre-contractual expenses are defined as expenses incurred by the Bidder in: -� 1. preparing its bid in response to this RFQ; 0 0 2. submitting that bid to City; a) 0 N 3. negotiating with City any matter related to this bid; or 0 0 4. any other expenses incurred by the Bidder prior to date of award, if any of 3: the Agreement. E The City shall not, in any event, be liable for any pre-contractual expenses incurred by Bidder in the preparation of its bid. Bidder shall not include any such a expenses as part of its bid. 6 Packet Pg. 286 5.D.s F. Contract Award Issuance of this RFQ and receipt of bids does not commit the City to award a p Y Purchase Order. The City reserves the right to postpone bid opening for its own convenience, to accept or reject any or all bids received in response to this RFQ, and to negotiate with other than the selected Bidder(s) should negotiations,with the selected Bidder(s) be terminated. The City also reserves the right to apportion the award among two or more Bidders. 0 U G. Acceptance of Order _ 0 The successful Bidder will be required to accept a Purchase Order in accordance 0 with and including as a part thereof the published Notice Inviting Bids, and the E RFQ documents including all requirements, conditions and specifications ° contained therein, with no exceptions other than those specifically listed in the written purchase order. L 0 H. Business License 0 The City's Business Ordinance requires that a Business doing business with the City, obtain and maintain a valid City Business Registration Certificate 2 during the terms of the Agreement. Bidder agrees to obtain such Certificate prior to undertaking any work under this Agreement. a °' 1. Local Vendor Preference M 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 Q 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. .0 0 For the purposes of this section, "local bidders" shall be bidders for which the point o of sale of the goods, materials or services shall be within the limits of the City of Y, San Bernardino. 0 0 c m E UL I U a� Q 7 Packet Pg. 287 r L SECTION fl. U L TECHNICAL SPECIFICATIONS 0 O E m o �a c �a L O i+ V L O U O N N N C) N tD M d U l4 G O Y .O E Q� 0 O O E U RS r Q 8 Packet Pg.288 5.D.s City of San Bernardino Technical Specifications Bid Specification: RFQ X-15-01 On-Call Demolition Services at Various Locations ITEM DESCRIPTION NOTICE: SPECIAL INSTRUCTIONS TO THE BIDDER L 0 Bidder shall complete right-hand column indicating brief reasoning for exceptions to requirements when not acceptable. State "Acceptable" if requirements are agreeable as set forth on left-hand column. U 0 FAILURE TO COMPLETE RIGHT- HAND COLUMN WILL INVALIDATE BID o MINIMUM BIDDER REQUIREMENTS N All Bidders must: o 1. Have specific expertise in demolition of buildings. 2. Must be able to verify a minimum of five years o experience with demolition of buildings and must provide, WITH ITS BID, at least three positive o references for past work similar to that specified herein that have been in within the last three (3) a years. 3. Possess a valid California Contractors License class 41C-21". M 4. Have no record of unsatisfactory performance as evidenced by complaints filed with State of California Better Business Bureau, Contractor's State License .� Board, and State of California Department of Consumer Affairs, South Coast Air Quality 0 Management District (SCAQMD) and any related a local agencies. E 5. Must have ability to commence demolition within ten (10) calendar days of notification by Code Enforcement. Acceptable 00 TIME FOR COMPLETION: E All work shall be fully and finally completed within the time specified by the Code Officer from "Notice to a Proceed." Contractor shall give (10) ten day notice of cancellation or changes of items. Acceptable 9 Packet Pg. 289 5.D.s PROSECUTION OF WORK: After work has been started, it shall be prosecuted continuously without stoppage until the entire contract has been completed. LIQUIDATED DAMAGES The City specifies that time is of the essence in this contract. The City requires the contract shall be L completed within the time identified on the Bid Form. It is essential to the City that the work be completed by the time specified by the Code Officer. The City o specifies that the contract shall provide for liquidated o damages to be paid by the Contractor to the City in the E amount of$100.00 per day for each and every day o beyond the due date specified by the Code Officer and work that the City determines remains incomplete. 0 PROJECT TIMELINE L Each bidder shall submit a project timeline that includes o the estimated completion time that will meet the requirements stated in this solicitation. include the o starting date for the entire project and the completion Acceptable cu date for the complete project. a SITE INSPECTION Bidders are responsible to inspect site prior to submitting r bids. No additional cost will be allowed, without prior Y approval from the Code Enforcement Manager. Acceptable Q REFERENCES: Along with Bid Form, bidders are required to submit three (3) references from customers whose location was within a 50-mile radius of the City of San Bernardino. A listing of o at least three (3) demolitions similar in scope and size to N the project in this bid. The references shall be for work -0 completed within the last three years. This list shall 0 include owner or purchaser; address of demolition; service or maintenance organization; brief description of property and demolition performed; date of demolition, E contact person; and phone number. a Acceptable 10 Packet Pg. 290 5.D.s USE OF SUBCONTRACTORS: Bidder agrees not to enter into any subcontracting agreements for work contemplated under this agreement except for Asbestos removal and Hazardous waste disposal. All subcontractors are subject to approval by the City. Any subcontracting shall be subject to the same terms and conditions as the Bidder. Bidder shall be fully responsible for the performance and payments of any subcontractor's contract. o U Bidders must submit a complete list of Asbestos and Hazardous Substance Removal subcontractors that they 0 will use for completion of this project. Bidder must submit E copies of the subcontractor's valid licenses from the o California State Contractor's license certificate "ASB" Asbestos Certificate and "HAT' Hazardous Substance Removal Certificate. e Acce tabl ° Acceptable 2 L d.+ LABOR LAWS: ° U Bidder will strictly adhere to applicable provisions of the o Labor Code regarding the employment of apprentices; W minimum wages; travel and subsistence pay; retention N and inspection of payroll records; workers compensation; a and payment of wages. The bidder will forfeit to the City N the penalties prescribed in the Labor Code for violations. The same would apply to any sub-contractors being used on this project. Acceptable CZ a LICENSE CLASSIFICATION : Each bidder shall be a licensed Contractor pursuant to 0 the Business and Professions Code and shall be licensed in the following classification: A Limited E Specialty Contractors (C-21 Building moving o /Demolitions) classification will be required for this ;, project. A copy of your license, showing the number and o expiration date must be submitted with your bid. You 0 must submit copies of valid licenses of subcontractors with your bid as well. Acceptable E BUSINESS LICENSE: If the scope of work under this bid includes performing services or installation on City of San Bernardino Q property, the SUCCESSFUL BIDDER must obtain a City of San Bernardino Business License upon execution of Acceptable the contract. 11 Packet Pg. 291 5.D.s PAYMENT The City shall make payment to the Contractor thirty(30) days after final acceptance for the site. The City may retain 10% of the total project costs until final acceptance. The City Project Officer will make payments to the Contractor for the project after acceptance of the work upon completion. Acceptable UJ L it PERFORMANCE BOND: NOT REQUIRED L The Contractor will be required to furnish a cashier's o check, certified check or faithful performance bond U made payable to the City of San Bernardino in an E amount equal to 10% of the bid price to insure the o contractor's faithful performance of this contract. Said surety shall be subject to the approval of the City of San N Bernardino, bonds shall be in accordance with o Ordinance No. 821, Section 2400, and the corporation L issuing said bond shall have a rating in Best's most o recent insurance guide of"A" or better. N O DISCLOSURE OF CRIMINAL AND CIVIL PROCEEDINGS: Q The selected vendor may be requested to provide information to clarify initial responses. Negative information provided or discovered may result in disqualification from the selection process and no award of contract. Acceptable �- c GENERAL TECHNICAL REQUIREMENTS: o All bids must be made on the basis of and either meet or exceed the requirements contained herein. ° The demolition and asbestos removal of the building $ shall be based on and meet the following: 1. All work must conform to the CBC and E Green Book where applicable. Y 4 2. Contractors shall meet all specifications and/or industry standards for demolition and asbestos removal. Acceptable 12 Packet Pa. 292 5.D.s 3. Contractor shall meet current public health code requirements. 4. Contractor shall provide site cleaning for the project. By submitting a bid, offeror 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, o and are valid and in full force and effect. Copies or R legitimate proof of such licensure and/or certification shall be included in offeror's bid. Bids lacking copies 0 and/or proof of said licenses and/or certifications E may be deemed non-responsive and may be Acceptable o re'ected. PROTECTION OF PUBLIC: Adequate warning devices, barricades, guards, flagmen or other necessary precautions shall be taken by the Contractor to give advised and reasonable protection, 0 safety and warning to persons and vehicular traffic concerned in the area. Acceptable FENCING FOR CONSTRUCTION SEPARATIONS: Q Bidder shall provide a six-foot high fence around N demolition site during the entire demolition duration; M equipped with vehicular and pedestrian gates with locks. Temporary Fencing - The Contractor shall erect a CL temporary 6' safety fence or similar barrier around the area required for the installation {including space for o storage of materials and equipment}. The Contractor shall post "No Trespassing" signs on the fence. The Contractor shall be responsible for the maintenance of o the fence throughout the demolition period and shall y remove the fence immediately after final acceptance of o the project by the City. If so directed, the Contractor 0 shall use only specified access routes and staging areas on the site. CD E U CU a Acceptable 13 I Packpt P;--293 5.y. DISPOSAL OF DEBRIS: Contractor shall recycle as much demolition debris as practical. All materials that are recyclable and/or salvageable shall be the property of the contractor. All debris from the demolition and property must be removed and disposed of at an approved landfill. N Vendor to provide receipts from the Landfill to City of San Bernardino Code Enforcement Division prior to Acceptable a ment. 0 U DEMOLITION SCOPE: E Complete demolition of all buildings, structures, garages or carports, basements, foundations, driveways, _ walkways, asphalt, walls, fences, dead trees, shrubs. L 0 Pavement in areas adjacent to alleys, streets, public L right-of-way should be removed to two feet from o easement. U N O All trash and debris to be removed from site. Fill and s compact all holes to 99%. All mature/healthy trees to a remain. Remove all other vegetation. Leave loft clean Cn and graded to within two inches of curb elevation. Dust control to be enforced. City of San Bernardino demolition permit required. See Q attached guidelines. Contractor must coordinate all activities with Code 0 Enforcement Staff. o Acceptable E 0 UTILITIES: a The City will disconnect utilities and post 0 authorization to proceed with demolition 24 hours prior to start of demolition. Cap all utilities at the street. Contractors to obtain sewer E cap permit from water purveyor and obtain appropriate U inspections and approvals. Permit required. Q Acceptable 14 Packet Pg. 294 5.D.s SEWER OR SEPTIC SYSTEM: Properties with public sewer service shall have said sewer service access line removed and capped, per the California Building Code (CBC). All properties with septic tank(s) shall have tank(s) pumped and back-filled with clean sand or removed from the property to an approved disposal site. o U All hazardous substances and storage tanks for such o materials and wastes shall be removed in accordance U with California State and Local Laws and Regulations. E Capping of sewer and demolition of septic systems shall Acceptable ° be per the California Building Code. L 0 ASBESTOS REMOVAL: Asbestos surveys have been performed by the City and are available for all properties at job walk. v N Any contractor removing such hazardous substances must be licensed with South Coast Air Quality a Management District (SCAQMD). Vendor to provide receipts from the Landfill to City of M San Bernardino Code Enforcement Division prior to payment. a All Contractors shall be required to comply with South Coast Air Quality Management District Rule 1403 for o proper assessment of asbestos in the structure. o E Contractor shall provide all appropriate notification to 0 SCAQMD per attached instructions and must provide ;, proof of notification to obtain City of San Bernardino 0 demolition permit. 3: Contractors to supply all labor, equipment and materials. r a Acceptable 15 Packpt Pn_ 295 5.D.s INSURANCE AND INDEMNIFICATION: Contractor to obtain and maintain in force during the term of this contract, at his or her expense, public liability and property damage insurance in companies and through brokers approved by the City, adequate to protect against liability from damage claims arising out of contractor's operations in a minimum amount of N $1,000,000 (one million dollars) comprehensive liability o with 30 day notice of cancellation. City of San L Bernardino to be named as certificate holder. 0 0 Bids received without Certificate of Insurance will E be considered incomplete and unacceptable. o Contractor to submit liability insurance certificate in the amount of$1,000,000 and property damage insurance o certificate in the amount of$1,000,000 with City of San U Bernardino named as certificate holder prior to r- demolition permit being issued. N Contractor agrees to indemnify and hold City harmless N from all claims, demands, causes of action or suits., of a whatever nature, arising out of the services furnished by contractor or his or her subcontractors under this N contract, and from all laborers', material providers', and M mechanics' liens upon the real property upon which the Acceptable Y work is located or any property of the City. 0 0 E 0) 0 N O O _ Q> E U r+ Q 16 Packet Pg. 296 DEMO GUIDELINES In order to provide for the safety of the public, and to insure compliance with State and local codes, the following requirements must be met: Notify the South Coast Air Quality Management District (SCAQMD) of the pending demolition in accordance with Rule 1403 (Addendum A). If asbestos or other hazardous materials are present in the building, state laws governing protection of personnel and proper disposal of such materials is required. Help maintain good air quality by keeping creation of dust to a minimum. 0 The discovery of cesspools, septic tanks, seepage pits, or similar sewage disposal i facilities and subsequent abandonment requires a permit from the Building & Safety o Division. The City of San Bernardino Plumbing Code, Section 1119, stipulates the U following procedure for abandonment of sewage disposal facilities: 0 0 • remove any remaining sewage, • remove the cover or arch, Ca • backfill with sand, earth, gravel or concrete to a height not to exceed the level of o any outlet pipe, or to the top of the sidewall, whichever is less, • obtain inspection from City of San Bernardino Building & Safety Division, o • complete backfilling to the level of the adjacent grade. U Cn 0 The demolition site should be secured. If the demolition work will extend beyond a 24- hour period, the lot must be fenced to a height of 6 feet to secure the site. a If the demolition and clean u p re of site requires the use or obstruction of any"public way" N q Y � (i.e., street, alley, sidewalk, etc.) an encroachment permit from the Public Works Department must be obtained prior to using or obstructing. (Phone: 909-384-7272) U tC Pedestrian protection in the form of protective canopies, railings, walkways and fences shall be provided in accordance with the most current edition of the California Building Code; whenever work must be conducted adjacent to a public street and public way. o Plans and a schedule for demolition will be required. All protective devices must be in o place and an inspection obtained, and approval of pedestrian protection granted prior to the start of the demolition work. o N T O O C d E t U r Q 17 Packet Pg. 297 5.D.s N L O r V L r SECTION III. o U O SCOPE OF WORK E 0 R N L O r V RS L r _ O U N ' O r N N N N tL1 M r N Y U R _ O O E d N a .a O O .i+ _ d U fCi r r a 18 Packet Pg. 2987 5.D.s 1. Introduction/Purpose The Code Enforcement Division of the Community Development Department is seeking proposals from qualified contractors who are readily available to participate in demolitions of dangerous and/or substandard buildings on an on-call basis, 2. Background N L The overall intent of this Request for Proposals ("RFP") is to select qualified contractors who will be available on an as needed basis and will be pre-qualified and pre-authorized with a Contractor Services Agreement, The terms and conditions set forth in the Contractor Services Agreement are non-negotiable, 0 Contractors submitting conditional proposals which take exception to any provision(s) in the Contractor 0 Services Agreement will be rejected as non-responsive. Execution of a Contractor Services Agreement is E no guarantee that a Contractor will be awarded any work. Award will be made to the lowest responsive ° bidder for each demolition. If that Contractor is unavailable, the next lowest bidder will be awarded the work. A Purchase Order will be issued for each demolition awarded and shall constitute a separate L contract,subject to the terms and conditions of the Contractor Services Agreement, 2 L 3. Prerequisites 0 U N Proposals will only be considered from Contractors that meet the following prerequisites: • Contractors must have a State of California issued Contractors License with a C-21 a classification in good standing. N • Contractors shall have at least two (2) years' experience, under their current name, license M number and C-21 license classification within the past two (2) years, in providing demolition services to public agencies. • Contractors must have the appropriate State of California issued certification for asbestos �- removal or be able to demonstrate the ability to subcontract any portion of the demolition requiring such certification. o • Contractor must have sufficient equipment and manpower to mobilize for demolitions as o awarded. E 0 4. RFP Schedule of Events 0 The City reserves the right to amend, withdraw and cancel this RFP. The City reserves the right to reject any or all responses to this RFP at any time prior to contract execution. The City reserves the right to request or obtain additional information about any and all submittals. It is the goal of the City to select and E retain Contractors by January 1, 2015. In preparation for that action, the following schedule of events has been prepared: r a • Proposals due December 17, 2014, before 3:00 p,m. • Oral interviews (if option exercised by City) will occur within two (2) weeks after the proposal submission deadline 19 Packet Pg. 299 5.D.s All requests for clarifications or interpretations of the Scope of Work or Terms and Conditions set forth in this RFP should be submitted in writing and emailed to: Vanessa Slouka,Accounting Assistant Finance Department Slouka Va(asbcity.org All questions and requests for clarifications or interpretations must be received in writing on or before o Wednesday December 10, 2014, at 3:00 p.m. Addendum will be posted to our website on Monday L) December 15, 2014. 0 U 5. Term of Service 0 The initial term of the Master Agreement will begin on or about January 2015 through June 30, 2015. ° Three (3) additional years may be executed at the option of the City following satisfactory performance of ca the initial term. (see page 30) L 0 U 6. General Terms and Conditions _ 0 The successful Contractor will be required to execute a Contractor Services Agreement for On-Call o Demolition Services. Contractor must meet all insurance requirements in the Sample Contractors Agreement. If applicable, Contractor must also demonstrate capacity to secure bonding as reflected in the -(n Technical Specifications. All terms and conditions of the Contractor Services Agreement are non- Q negotiable. N M Failure to execute the Contractor Services Agreement and furnish the required insurance within the required time period shall be just cause for rescission of the award. U CL 7. Scope of Work 0 Contractors selected to participate are required to perform each demolition in accordance with the o Technical Specifications and the Demolition Price Form and any plans and specifications issued with the E Request for Bids for any given demolition. Contractors will need to be able to commence the demolition ° within ten (10) calendar days of notification by the Code Enforcement Division. 0 8. Services to be provided by the City of San Bernardino _ Authorization to enter upon private property to perform demolition will be provided by City in the form of E written consent from the property owner(s) and/or tenant(s)or by court issued warrant. r a 20 Packet Pg. 300 5.D.s 9. Proposal Content II be prepared in such a way as to provide a straightforward, concise delineation f Proposals shall p p y p g o capabilities to satisfy the requirements of this RFP. Expensive bindings, colored displays, promotional materials, etc., are not necessary or desired. Emphasis should be placed on completeness and clarity of content. Proposals shall adhere to the following format for organization and content. Proposals must be o typed and arranged/divided in the following sequence to facilitate evaluation: L 9.1 Cover Letter 0 U 0 The cover letter shall: 1) confirm that all elements of this RFP have been reviewed and o understood; 2) include a statement of intent to perform demolition work as awarded; 3) express Contractor's willingness to enter into a Master Agreement under the terms and conditions prescribed by this RI=P and in the Sample Master Agreement; 4) include a brief summary of ;n Contractor's qualifications; and 5) identify a single person for possible contact during the RFP review process. The cover letter shall be limited to two(2)pages. 0 U 9.2 Statement of Understandinq and Approach o 0 This section should demonstrate an understanding of the Special Provisions which govern demolition work. It should describe Contractor's ability to provide the means and methods, and a manpower required to perform demolitions. N M 9.3 Contractor Information U This section shall include relevant Contractor information including the address and telephone °- number for the Contractor's main office and any branch offices. 0 Each Contractor shall identify itself as to the type of organizational entity (corporation, sole o proprietorship, partnership, joint venture, etc.) it is. Contractor's Project Manager and/or E Superintendent should be identified by name and title and contact phone numbers should be o provided. Include also major subcontractors (if any) and their degree of involvement in the demolitiQn§. 0 9.4 Qualifications and Experience E Contractors shall provide at least three (3) references, within the past two (2) years, of public agency.qustgmers for whom services have been performed that are comparable to the work a described in this RFP. The references shall include names, addresses, and telephone numbers of the customers for whom prior work was performed and include an explanation of the services provided. zi Packet Pg. 301 5.D.s 9.5 Equipment and Personnel List Contractors shall provide current equipment and personnel lists. The personnel list should include qualifications and years of experience for all listed personnel. 9.6 Evidence of insurance In addition, Contractors shall provide evidence of insurance as required by the Sample Contractor o Services Agreement. Contractors intending to use certified subcontractors to perform asbestos abatement work shall provide evidence of subcontractor(s) pollution liability insurance upon award of any demolition. These items should be included in the proposal and clearly identified as 0 Evidence of Insurance and Certification. 0 10. Instructions and Schedule for Submittal of Proposals ° All Proposals shall be signed and sealed by a duly authorized representative of Contractor. The name and L mailing address of the individual executing the proposal must be provided. L The City shall not be liable for any pre-contractual expenses incurred by any Contractor in relation to the 0 preparation or submittal of a proposal. Pre-contractual expenses include, but are not limited to, expenses o by Contractor in; preparing a proposal or related information in response to RFP; negotiations with City on any matter related to this RFP; and costs associated with interviews, meetings, travel or presentations. N Additionally, City shall not be liable for expenses incurred as a result of City's rejection of any proposals a made in response to this RFP. M One (1) original and one (1) copy of Contractor's Proposal (each sealed), must be received before 3:00 p.m., on December 17, 2014. CL Proposal must be submitted to: _ 0 Vanessa Slouka, Accounting Assistant 0 City of San Bernardino, Finance Department E 300 N "D"Street, 4th Floor San Bernardino, CA 92418 0 0 RE: RFP for On-Call Demolition Services 3: _ Proposals received at any place other than the office of Finance Department will not be considered, and E will be returned unopened. U a Late proposals will not be accepted. The City reserves the right to reject any and all proposals and to waive information and minor irregularities in any proposal received. 22 Packet Pg. 302 5.D.s 11. Public Records All proposals submitted in response to this RI=P become the property of the City and under the Public Records Act {Government Code 6250 et. seq.} are public records, and as such may be subject to public review at least ten (10)days before selection and award. If a Contractor claims a privilege against public disclosure for trade secret or other proprietary information, such information must be clearly identified in the proposal. L 0 U Note that under California law, price proposal to a public agency is not a trade secret. ;a _ 0 12. Evaluation Process and Criteria U 0 E m Proposals will be evaluated by City representatives from relevant departments. ° At the City's sole discretion, Contractors may be asked to participate in an oral interview to discuss in L greater detail the content of their proposal. ° L i+ _ 0 U N O Q N a N M d U R Q _ O O O ° N A O O _ O E U tCf a� .r+ Q 23 Packet Pg. 303 i 5.D.s N L O V SECTION IV. O BID CONTENT AND FORMS o E 0 N L O r V L O U N O N d N Q fV M d U Q .a .Q C O O E N N 'CS O O 'S .i+ C N E V r.. Q 24 Packet Pg. 304 5.D.s A. BID FORMAT AND CONTENT 1. Presentation Bids should not include any unnecessarily elaborate or promotional material. Information should be presented in the order in which it is requested. Lengthy narrative is discouraged, and presentations should be o brief and concise. Bids shall contain the following: U a. identification of Bidder, including name, address and telephone; 0 0 b. proposed working relationship between Bidder and subcontractors, if applicable; ° _ C. acknowledgment of receipt of all RFQ addenda, if any; L 0 r d, name, title, address and telephone number of contact person L during period of bid evaluation; 0 e. a statement to the effect that the bid shall remain valid for a period 2 of not less than 120 days from the date of submittal; and N Q f. signature of a person authorized to bind Bidder to the terms of the bid. M Bidder may also propose enhancement or procedural or technical innovations to the Technical Specifications which do not materially deviate from the objectives or required content of the project, _ 2. Exceptions/Deviations 0 p State any exceptions to or deviations from the requirements of this RFQ, stating "technical" exceptions on the Technical Specifications form, and ° "contractual" exceptions on a separate sheet of paper. Where Bidder wishes to propose alternative approaches to meeting the City's technical 0 or contractual requirements, these should be thoroughly explained. 3. Qualifications, Related Experience and References of Bidder U This section of the bid should establish the ability of Bidder to satisfactorily a perform the required work by reasons of experience in performing work of a similar nature; demonstrated competence in the services to be provided; strength and stability of the firm; staffing capability; work load; record of meeting schedules on similar projects; and supportive client reference. 25 Packet Pg. 305 Bidder shall: a. provide a brief profile of the firm, including the types of services offered; the year founded; form of the organization (corporation, partnership, sole proprietorship); number, size and location of offices; number of employees; N b. describe the firm's experience in performing work of a similar nature to that solicited in this RFQ: _ 0 C. provide, as a minimum, three (3) references from current U customers of a similar size as the City as related experience; E reference shall furnish the name, title, address and telephone o number of the person(s) a the client organization who is most knowledgeable about the work performed. N L 0 4. Appendices L Information considered by Bidder to be pertinent to this RFQ and which has not been specifically solicited in any of the aforementioned sections o may be placed in a separate appendix section. Bidders are cautioned, however, that this does not constitute an invitation to submit large a amounts of extraneous materials; appendices should be relevant and brief. N M B. LICENSING AND CERTIFICATION REQUIREMENTS U By submitting a bid, bidder warrants that any and all licenses and/or certifications required by law, statute, code or ordinance in performing under the scope and -� specifications of this RFQ are currently held by bidder, and are valid and in full 0 force and effect. Copies or legitimate proof of such licensure and/or certification o shall be included in bidder's response. Bids lacking copies and/or proof of E said licenses and/or certifications may be deemed non-responsive and may ° be rejected. 0 0 C. COST AND PRICE FORMS _ Bidder shall complete the Cost/Price Form in its entirety including: 1) all items E listed and total price; 2) all additional costs associated with performance of ca specifications; and 3) Bidder's identification information including a binding a signature. 26 Packet Pg. 306 5.D.s Bidder shall state cash discounts offered. Unless discount payment terms are offered, payment terms shall be "Net 30 Days". Payment due dates, including discount period, will be computed from date of City acceptance of the required services or of a correct and complete invoice, whichever is later, to the date City's check is mailed. Any discounts taken will be taken on full amount of invoice, unless other charges are itemized and discount thereon is disallowed. Freight terms shall be F.O.B. Destination, Full Freight Allowed, unless otherwise L specified on price form. 0 L 0 U 0 E a O c N L 0 J.d U L 0 U N O N d N 04 N tD M O U R Q. .a C O O E v N O O C N E t V O a 27 Packet Pg. 307 PRICE FORM REQUEST FOR QUOTES: RFQ X-15-01 DESCRIPTION OF RFQ: On-Call Demolition Services at Various Locations COMPANY NAME: WOODYS DEMOLITION L 0 U ADDRESS: 9243 8TH AVE 0 HESPERIA, CA 92345 c E a� 0 NAME OF AUTHORIZED REPRESENTATIVE MILTON JAY WOODSON JR. N 0 r PRINT NAME MILTON JAY WOODSON JR. L 0 TELEPHONE NUMBER 760-559-4567 0 FAX NUMBER 760-244-1317 E-MAIL ADDRESS WOODYSDEMO @MSN.COM a N M PRICE FORM d U SUMMARY PROPOSAL AS FOLLOWS: c. ASBESTOS ABATEMENT(range) $ 5-3500 0 DEMOLITION/REMOVAL OF SUBSTANDARD STRUCTURE (range) $ 1500 TO 25,000 6 a� OVERGROWN/HAZARDOUS VEGETATION REMOVAL $ 400 PER LOAD ° N TRASH & DEBRIS REMOVAL $ 800 PER LOAD o OBTAIN CITY PERMITS, DEPT. APPROVALS $ 350 PER SITE E DETAILED COST BREAKDOWN FOR EACH ITEM FOLLOWS: CITY PERMITS, SCAQMD NOTIFICATIONS, ETC., EACH SITE $ 450 a 0 28 Packet Pg. 308 Price Form (continued) TYPE OF STRUCTURE: WOOD-FRAMED PER FOOT $ 2.50 _ MASONRY (BLOCK, BRICK, ETC.) PER FOOT $ 5.00 L METAL-FRAMED PER FOOT $ 2'00 ° U Cz L FOUNDATIONS AND FLATWORK PER FOOT $ 1'25 0 0 REMOVAL AND BACKFILLING OF BASEMENTS PER FOOT $ 6.00 aEi 0 MOBILE HOMES EACH $ 3,500.00 = IN-GROUND POOL REMOVAL& BACKFILL PER TON $ 40.00 0 U R MASONRY WALLS REMOVED PER FOOT $ 6.00 0 U FENCES REMOVED PER FOOT $ 300 o N 45.00 PLUS 60.00 DUMP FEE TRASH & DEBRIS REMOVED PER TON $ Q OVERGROWN/HAZARDOUS VEGETATION PER TON $ 40.00 N M TREE REMOVAL(UP TO 18 FEET) PER TREE $ 310.00 Y U STORAGE ITEMS PER TON $ 30c 00 �- ASBESTOS REMOVALS AS FOLLOWS: _ 0 50.00 0 ASBESTOS DISPOSAL/MANIFESTED PER YARD $ E as EXTERIOR STUCCO PER FOOT $ 3.00 FLOOR COVERING MASTIC OR OTHER MASTIC PER FOOT $ 3.50 0 INTERIOR WALL-BOARD OR PLASTER PER FOOT $ 2.75 E PIPE LAGGING, INSULATION, FLUES, DUCTS PER LINEAR FOOT $ 40'00 U Q RESILIENT FLOOR COVERING OR FLOOR TILES PER FOOT $ 2.75 BOILER OR VESSEL LAGGING OR INSULATION PER FOOT $ 35.00 ROOF FELT OR COVER MATERIAL PER FOOT $ 3.00 29 Packet Pg. 309 5.D.s Price Form E (continued) ROOF MASTIC PER FOOT $ 30.00 CEMENT SIDING PER FOOT $ 3.50 SPRAY-ON CEILING MATERIAL PER FOOT $ 3.50 N L .V CEMENT PIPING PER LINEAR FOOT $ 30.00 c 0 WINDOW PUTTY PER LINEAR FOOT $ 25.00 U 0 E FIREPROOFING PER FOOT $ 25.00 0 c LEAD REMOVAL AS FOLLOWS: N L 0 LEAD DISPOSAL/MANIFESTED PER YARD $ 110.00 L CEILING, FLOOR, WALL MATERIAL, FLAT SURFACES PER FOOT $ 3.00 v TRIM, MOULDING PER LINEAR FOOT $ 20.00 d TOTAL: $ i rom- cod N Beginning on or about January 2014 through June 30, 2015 plus three (3) single-year renewal options, for City's partial requirements, on an as-needed basis, Y with no guaranteed usage for Demolitions. Option year one, if exercised, shall be effective July 1, 2015 through June 30, 2016. s Option year two, if exercised, shall be effective July 1, 2016 through June 30, 2017. o Option year three, if exercised, shall be effective July 1, 2017 through June 30, 2018. o E Are there any other additional or incidental costs, which will be required by your firm in 0 order to meet the requirements of the Technical Specifications? Yes / [Ng] ) (circle one). If you answered "Yes", please provide detail of said additional costs: 0 E U Please indicate any elements of the Technical Specifications that cannot be met by your a firm. NA 30 Packet Pg. 310 5.Ds Have you included in your bid all informational items and forms as requested? Y s No (circle one). If you answered "No", please explain: N L r V This offer shall remain firm for 120 days from RFQ close date. P _ 0 Terms and conditions as set forth in this RFQ apply to this bid. 0 E Cash discount allowable % 10 days; unless otherwise stated, payment terms ° are: Net thirty (30) days. L In signing this bid, Bidder warrants that all certifications and documents requested 0 herein are attached and properly completed and signed. w 0 From time to time, the City may issue one or more addenda to this RFQ. Below, N please indicate all Addenda to this RFQ received by your firm, and the date said 0 Addenda was/were received. a Verification of Addenda Received Addenda No: 1 Received on: 12-15-2014 Addenda No:. Received on: Y Addenda No: Received on: Q WE HAVE RECEIVED ALL INFORMATION -_ This bid has been reviewed and found to be correct and final. The undersigned o is authorized to providing pricing: E AUTHORIZED SIGNATURE: 0 JA PRINT SIGNER'S NAME AND TITLE: MILTON JAY WOODSON JR w _ a� E s DATE SIGNED: 12-16-2014 Z a COMPANY NAME &ADDRESS: WOODYS DEMOLITION 9243 8TH AVE HESPERIA, C 92345 31 Packet Pa. 311 S.D.s PHONE;760-559-4567 FAX: 760-244-1317 EMAIL:WOODYSDEMO MSN.COMNeb Address: @ WOODYSD MO .ITION.CO. IF SUBMITTING A "NO BID", PLEASE STATE REASON(S) BELOW: N L O Y V L O U O E a> C �a N L O Y V L O U N O N N N N M d 19 U tC C C O O E d N O O C m E u �a r Q 32 Packet Pg. 312 5.D.s 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 L 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 i excess of one-half of one percent, he agrees that he is fully qualified to perform o that portion himself and that he shall perform that portion himself. U 0 E a 0 DIVISION OF NAME OF FIRM OR LOCATION WORK OR CONTRACTOR CITY N TRADE o ASB # &J 0 U N 0 N N N a N M Y U tC MILTON JAY WOODSON JR. Print Name Si tureAf Bidder 0 0 Company Name: WOODYS DEMOLITION 0 N Address: 9243 8TH AVE HESP__ERIA, CA 92345 0 0 REJECTION OF BIDS E 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 a law, if to do seems to best serve the public interest. 33 Packet Pg. 313 5.D.s 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: o U 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 0 competitive bidding in connection with RFQ X-15-01, E 0 Business Name WOODYS DEMOLITION L Business Address 9243 8TH AVE HESPgIA, CA 92345 Signature of bidder X 0 g � N O (n HESPERIA CA Place of Residence a 0) N i m Subscribed and sworn before me this day of 0� Notary Public in and for the County of ��L � � ate of California. 0 J My commission expires /a� �/ �� , 24 I�-" o E v JAVA-C• DE MONO .� COMM#2042317 •r '.- SAN BERNARDINO COUNTY NOTARY PUBLIC-CALIFORNIA Z Q MY COMMISSION EXPIRES -' SER 21, 2U17 34 Packet Pg. 314 SECTION V. L O r GENERAL SPECIFICATIONS O U O E O c N L O ++ U L +d O U N O N CD N N M d Y V l4 O. 'a C O O E d ❑ N O O �S G N E C> M r a 35 5.D.s IV. GENERAL SPECIFICATIONS 1. Each bid shall be in accordance with Request for Quotes(RFQ) Number X-15-01. All specifications are minimum. Bidders are expected to meet or exceed these specifications as written. Bidder shall attach to their bid a complete detailed itemization and explanation for each and every deviation or variation from the RFQ specifications and requirements. Conditional bids, or those that take exception to the RFQ specifications and requirements, may be considered non-responsive and may L be rejected. o 2. The City reserves the right to accept or reject any and all bids and to award a contract to the bidder whom best meets the City's requirements. This may include waiver of minor irregularities or discrepancies, or nonconformity to specifications in appropriate circumstances. Purchase shall be on ° a best buy basis after due consideration of all relevant factors, including but not limited to, c workmanship, accessibility of parts and service, known evidence of manufacturer's responsibility and E record, durability and known operational record of product and suitability as well as conformity to City o needs and requirements. In all cases the best interest of the City shall prevail in all contract awards. 3. The City of San Bernardino reserves the right to purchase more or less than the quantities specified at is unit prices bid. 4. Bids shall be firm offers, subject to acceptance or rejection within 120 days of the opening thereof. ° 5. Regular dealer. No bidder shall be acceptable who is not a reputable manufacturer or dealer of such L items as submitted for bid consideration. 6. All materials, workmanship and finish entering into the construction of the equipment must be of the ° best of these respective kinds and must conform to the character of the equipment and the service for which it is intended to be used and shall be produced by use of the current manufacturing processes. ° "Seconds", factory rejects, and substandard goods are not acceptable. in 7. Each bidder shall submit with their bid a copy of the proposed product specifications, complete Q detailed drawings, and other descriptive matter in sufficient detail to clearly describe the equipment, materials and parts offered. N 8. Manufacturer and/or Contractor shall defend any and all suits and assume all liability for any and all claims made against the City of San Bernardino, or any of its officials or agents for the use of any patented process, device or article forming a part of equipment or any item furnished under the Y contract. 9. Each bidder must state in their bid 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 :2 essence relative to this contract. Contractor shall prosecute the work continuously and diligently and c shall deliver the items at the earliest possible date following the award of the contract. ° 10. Each bidder shall list in their bid all factory, manufacturer's and/or dealer's warranty and/or guarantee o coverage and shall submit such written documents evidencing the same attached to the bid. E 11. Successful bidder(s) (Contractor)shall furnish and deliver to the City complete equipment as bid and o awarded, ready for installation and fully equipped as detailed in these specifications. us 12. Price shall be quoted F.O.B. San Bernardino(all transportation charges shall be fully prepaid),and -a shall include all discounts. Bid shall include California sales tax,where applicable, (effective January o0 1,2013) computed at the rate of 8.25%, (this will normally be shown as a separate line item on the 3: price form). 13. City shall make payment within thirty(30)days after the complete delivery and acceptance of the W specified items by the City of San Bernardino and receipt of the Contractor's priced invoice. 14. All"standard equipment"is included in any bid. Bidders furnishing bids under these specifications c shall supply all items advertised as"standard"equipment even if such items are not stipulated in the e specifications, unless otherwise clearly accepted in the bid. 15. The items which the bidder proposes to furnish the City must comply in all respects with the appropriate safety regulations of all regulatory commissions of the Federal Government and the State of California, whether such safety features and/or items have been specifically outlined in these specifications or not. L) 36 Dnrlrn+ Dn '11A 16. Contractor delivering equipment pursuant to these RFQ specifications shall guarantee that equipment meets specifications as set forth herein. If it is found that equipment delivered does not meet requirements of these specifications the Contractor shall be required to correct the same at their own expense. 17. By submitting a bid, each bidder agrees that in the event complete delivery is not made within the time or times set forth pursuant to this specification, damage will be sustained by the City, and that it is, and will be impractical and extremely difficult to, ascertain the actual damage which the City will sustain in the event of and by reason of such delay. 18. In case the delivery of the items under this contract is delayed due to strikes, injunctions, government c controls, or by reason of any cause or circumstance beyond the control of the Contractor, the time for U 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 Manager of the City o of San Bernardino. The City shall not unreasonably refuse such extension. L) 19. Contract. Each bid shall be submitted and received with the understanding that acceptance by the City 0 of San Bernardino of bid in response to this solicitation shall constitute a contract between the Contractor and the City. This shall bind the Contractor to furnish and deliver at the price bid and in ° complete accordance with all provisions of RFQ No.X-15-01. In most cases the basis of award will be the City's standard purchase order that may or may not incorporate this solicitation by reference. 20. Prohibited interest. No member, officer, or employee of the City or of any agency of the City during his c 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 Y board member, officer or employee of the City has any interest,whether contractual, non-contractual, o financial or otherwise, in this transaction, or in the business of the contracting party other than the City, v and that if any such interest comes to the knowledge of either party at any time, a full and complete o disclosure of all such information will be made in writing to the other party or parties, even if such a 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 California. 21. One Document,These specifications, the notice inviting bids, RFQ X-15-01, the Contractor's bid, any written agreement executed by the parties, the purchase order and all documents referred to in the complete specifications and purchase order, and all written modifications of said documents shall be construed together as one document.Anything called for in any one of said documents shall be _Ile deemed to be required equally as if called for in all. Anything necessary to complete the work properly Q shall be performed by the contractor,whether specifically set out in the contract or not. All sections of is the specifications shall be read as constituting a whole and not as an aggregation of individual parts, and whatever is specified in one section shall be construed as applying to all sections. _ 22. The City of San Bernardino reserves the right to accept or reject any and all bids. 23. Prompt payment. Each bidder may stipulate in their bid a percentage prompt payment discount to be taken by the City in the event the City makes payment to the Contractor within ten (10)working days o of receipt of material and approval of invoice. For the purpose of this provision, payment is deemed to N be made on the date of mailing of the City check. NOTE: prompt payment discounts will only be > used during bid evaluation in the case of ties. -0 0 24. Inquiries. Direct all inquiries to Vanessa Slouka at 909-384-5346. Technical questions may be sent 0 via fax to 909-384-5043. The answers to material questions will be provided to all potential bidders. Bid/Price forms. No bid will be acceptable unless prices are submitted on the pricing forms furnished = herein, and all required forms are completed and included with bid. Deliver all bids, SIGNED and E SEALED, to the Purchasing Division, Finance Department at 300 North "D"Street, 41"Floor, City Hall, San Bernardino, California 92418. CLEARLY MARK THE RFQ SPECIFICATION TITLE: On-Call y Demolition Services at Various Locations and Number X-15-01 ON THE OUTSIDE OF THE ¢ ENVELOPE. 25. Time. All bids must be received in the Purchasing Division no later than 3:00 PM, PST, December 17,2014,where at such time and said place bids will be publicly opened, examined and declared. Any bid may be withdrawn by bidder prior to the above scheduled time for the opening of bids.Any bid received after that time and date specified shall NOT be considered. 37 Par4nt Pn '147< 5.D.s 26. 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. 27. Equipment. In the purchase of equipment, Contractor shall be required to furnish one(1) OPERATORS MANUAL and one(1) PARTS MANUAL for all equipment bid. 28. In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act(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 bidder for sale to the purchasing body L pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. U 29. Contractor shall indemnify, defend and hold City, its officers, employees and agents harmless from c any claim, demand, liability, suit,judgment or expense(including, without limitation, reasonable costs ° of defense)arising out of or related to Contractor's performance of this agreement, except that such o duty to indemnify, defend and hold harmless shall not apply where injury to person or property is E caused by City's willful misconduct or sole negligence.The costs, salary and expenses of the City o Attorney and members of his office in enforcing this Agreement on behalf of the City shall be considered as"attorney's fees"for the purposes of this paragraph. 30. While not restricting or limiting the foregoing, during the term of this Agreement, Contractor shall ;n maintain in effect policies of comprehensive public, general, and automobile liability insurance, in the amount of$1,000,000 combined single limit, and statutory worke(s compensation coverage, and shall L file copies of said policies with the City's Risk Manager prior to undertaking any work under this c Agreement.The policies shall name the City as an additional insured and shall provide for ten (10) v day notification to the City if said policies are terminated or materially altered. N n o 31. FAITHFUL��a�naaenr� RnnnvRin annn U) GheGk, G94ifled GheGk or faithful performanGe beRd i bid bond made payable to the City of Sa4i CD gemaMiRe on an amGWRt equal to 0 0 PFiGe N peFfermai;Ga of this GantraGt. Said 6uFaty shall be subjeGt tG the appmov-al ef the City of San f3emardine, 139-46 Shall IJ9 iA aGGGFdaAG-e Mdth Qrd-inaMe Ne. 821, Section 2400, and the GorpeFation a N r,6wIP9 said bond shall have a FatiRg iR gest'6 mo6t rQGeRt iRSUFanG9 guide of"A" or m better. M 32. Written contract documents, duly authorized and signed by the appropriate authority, constitute the complete and entire agreement(s)that may result from the RFQ. Y 33. City may, at its discretion, exercise option year renewals for up to three(3)years, in one-year increments. CL 35. By submitting a bid, bidder warrants that any and all licenses and/or certifications required by law, statute, code or ordinance in performing under the scope and specifications of this RFQ are currently c held by bidder, and are valid and in full force and effect. Copies or legitimate proof of such licensure .2 and/or certification shall be included in bidder's response. Bids lacking copies and/or proof of said o licenses and/or certifications may be deemed non-responsive and may be rejected. E 36. Once the award has been made and prior to the commencement of the job, the City's Municipal Code o (M.C. 5.04.005) requires that a Business doing business with the City, obtain and maintain a valid City J4 Business Registration Certificate during the term of the Agreement. -a 37. Vendor(Contractor)/Consultant services agreement(s) (VSA/CSA). A signed vendor/Consultant °o service agreement may be required between both parties prior to commencement of the job. c d E U a 38 Packet P. 11 ft SCOTT MORRISON & ASSOCIATES P.O.Box 55329 31855 Date Palm Drive,Ste.3 4507 Riverside,CA 92517 Cathedral City,CA 92234 (909)624-1665 (760)323-7743 December 15, 2014 Vanessa Slouka Accounting Assistant L O San Bernardino Police Dept.,Finance Dept. 300 N. "D"Street-4'"floor San Bernardino,CA 92418 ij O E Re: Proposal and fee schedule to provide asbestos and lead inspection/ bulk sampling/ consulting and ° analysis services to the San Bernardino, Finance Dept. L O V Attn:Ms.Vanessa Slouka, O U N O Scott Morrison&Associates is a Cal-OSHA certified asbestos consulting company since 1991(DOSH certification#92-0248),and a Cal.DHS certified lead inspector since 1995(DHS#1-7596). N Q Our laboratory procedure used for analysis of bulk samples for asbestos content is polarized light microscopy(PLM),which is required at both the state and local levels.Our laboratory procedure for lead analysis is atomic absorption spectrometrometry(A.A.),also acceptable at the state and local levels. -� U Q. Asbestos and lead consulting services include: asbestos and lead inspections, bulk sample and paint chip analysis, on-site compliance air monitoring, and written reports, including "procedure 5 abatement plans*"(to be discussed below). O Our detailed lab reports describe the types of materials that were sampled, specific location(s) c samples were taken from, square footage of each sample area (when possible), and laboratory results from certified asbestos and lead laboratories. c *If a property contains asbestos, and is fire-damaged or partially collapsed/ demolished, the South Coast Air Quality Management District (S.C.A.Q.M.D.) requires that a California Certified Asbestos Consultant must provide a written abatement plan, and must gain approval by the S.C.A.Q.M.D. prior to a any work being done. Scott Morrison & Associates also provides on-site project management,compliance air monitoring for asbestos and/or lead,and final air clearance monitoring for asbestos and/or lead". "All attached bid prices will be valid for at least 120 days from the date this bid package has been received by the City of San Bernardino, Finance Department. Pg. 1 of 2 Packet Pg. 319 SCOTT MORRISON & ASSOCIATES P.O.Box 55329 31855 Date Palm Drive, Ste. 3#507 Riverside,CA 92517 Cathedral City,CA 92234 (909)624-1665 (760)323-7743 Scott Morrison & Associates provides asbestos and lead paint inspection (random representative sampling of suspect and/or damaged surface areas) and analysis services according to the following I schedule of fees: L O Asbestos and/or lead inspection fee total, inc. travel for single-family home..........................$180.00 ea. L Y Asbestos and/or lead inspection fee total for 2—4 unit residential (apt.)Idg..structures.....$280.00 ea. O U O Asbestos and/or lead inspection fee total,inc.travel for commercial Idg.. (<2,000 sq.ft.)=$280.00 ea. w 0 Asbestos and/or lead inspection fee total,inc.travel for commercial Idg.. (2,000+sq,ft.)_$380.00 ea. C L Bulk sample analysis for asbestos PLM,inc. lab report) ° ( p )......................... ... ...$20.00 per sample. � L Paint chip analysis for lead(A.A.,inc. lab report)...................................I.........................$25.00 per sample. v N O Written and approved"Procedure 5"abatement plans for single-family home......................$650.00 ea. a Q Written/approved"Procedure 5"abatement plans for commercial Idg.. (<2,000 sq.ft.)=$750.00 ea. N Written/approved"Procedure 5"abatement plans for commercial Idg..(2,000+sq.ft.)or 2-4 unit r m residential (apt.)Idg.. structures.......................... ...........$950.00 ea ca CL On-site project management,compliance air monitoring,and final air clearance monitoring for asbestosand/or lead.........................................................................................................................$380.00/day w a� h 0 L_ Sinc/rely,�/� w `� Scott C. Morrison � r Certified Asbestos Consultant and Lead Inspector Q DOSH Certification#92-0248,DHS#1-7596 Pg.2 of 2 Packet Pg. 320 T PRICE FORM ASBESTOS SURVEY SERVICES VARIOUS LOCATIONS All firm fixed prices to include asbestos and lead paint inspection (sampling N suspect and/or damaged surface areas) and analysis services. L 1) Asbestos and/or lead inspection fee total, o U inc. travel for single-family home $180.00 each o 2) Asbestos and/or lead inspection fee total for 2-4 unit o residential (apt.) building structures $280.00 each -� c 3) Asbestos and/or lead inspection fee total, N inc.travel for commercial bldg. (<2,000 sq. ft.) $280.00 each 2 U 4) Asbestos and/or lead inspection fee total, Y inc. travel for commercial bldg. (2,000+sq. ft.) $380.00 each o U 5) Bulk sample analysis for asbestos (PLM, inc. lab report) $20.00 per sample o 0 6) Paint chip analysis for lead (A.A., inc. lab report) $25.00 per sample N Q Additional services* N M 1) Written and approved "Procedure 5" abatement plans for single-family home $650.00 each C. 2) Written/approved "Procedure 5" abatement plans for commerc ial bldg. (<2,000 sq. ft.) $750.00 each (D 3) Written/approved "Procedure 5" abatement plans o for commercial bldg. (2,000+sq. ft.) or 2-4 unit w residential (apt.) bldg. structures $950.00 each 4) On-site project management, compliance air monitoring, E and final air clearance monitoring for asbestos and/or lead $380.00/day Q *If a property contains asbestos, and is fire-damaged or partially collapsed/demolished,the South Coast Air Quality Management District(SCAQMD)requires that a California Certified Asbestos Consultant must provide a written abatement plan,and must gain approval by the SCAQMD prior to any work being done. Packet Pg. 321 �• �Y�.'s y4'��1 � Sy��i d a�41��}? �St�� t �#�f �y `�;`�•..�' .sy rit r ``' t g t r• v ,2�i l '1�j��S'1 sE t�?� t ,��r�l *t�,� a.. .�y�'S:r'.:';':'.•: \'+rt#V�i?3yir �7a i�Ht cK5�X 7ila 'K:y{rns\ SS3v >•�t)`,��'�wTityz3 f ifi)�Ya�'x�4 t y tY�ri :;,� .Cj� ��\ask 3 .�4 i+�>,f'�E �`?-�,\S*14:. �.tl.�t y:'•'�r . e?,vi;r kY,:�iri^^`••Lrc.�x'�.t�.�,,k te>, {�i�rfaj�� gt , CZu�S �r1Jtfif d (F C�y' !f Y7 F1�r > M ' C rSy'f�Zfi!sS1l�k „ ua yL•vr .>n."a.wa,r.s..........'° ... .. __' _;:ih. � s)ziSYF � f lVYPP r :.r P �. S!?.FS Gil Y11� r X ``' fY yL{T13yy' k •; t > t � .:af, aft#ornia N s ,i � i, zhi °taiC 1s. 3feiy and Health 0 t Y y Sti io o } \ r sig Vion o ;t l..! i:ti..;. rsij c t :a::• ... �y�!�!�(yj{��.k M�:�� i� A'..�" .'S -+•�.+.� o f i Y W.Issued by the.f3ivisian of _ L 4n {, ahortat SaCei}r k Health a$authorized by _ SecOnS.7j80.et seq.of the:Business and v '• Prpfessioltis Code: � 4 a OA i d M U Q 2 .. r in d h O ' L _ W d.+ _ �C C U it Y Q Packet Pq. 322 £Z£ 'Bd 18MOBd 0 .N v C `�;V 3 � ��,tai':^. .O 7�'�z�* ♦'l�r,,i�v 1 CL t t !� -------------- TL�i�1• N ,`}.l � 'f eta x- � t .r•' 4 .;v, ti -s,� K .' t, ;s e �'♦�1 ������#`.Sri�t�ry l�. t ):iY ��;.z�;ails �:S^is�•f t.r.°M� u.;quco ss O � 3� :ate;*{ x!► �s��� °�v ti� -�a .s..• St t{s [ �� § i CD ��.: rL pN 4,t n2a .fir � �, `•. sq t:-,t_lr. � f.s n 'fy�N �'a l#f Y! 1 �� 4 VZ£ 'Bd WI;Oe�d •pi •\S �••' ' 1�'J '-1�/�. 'l• .^ '. 1 ` �f}.'�' ..• i'��.-•• ---. tit �w. �� ..., �S�t1ss�1!�.s�L'}����llTr��' - �- =f ��lf+►� v a•... ,���TJ1�1 t�� to D 0 L- CD 03 5 cr s' - rn o Al ` U o � / ~ Q a� U v) N 4 CL 2) e1 a \ r wr Q Q 11 i �f CD :r © 0 >' s _ ' gg +. 'lu �• r 0 to Tj tu LL CD Ifl } L • O • Q W �. Li. ' N 1 ' �. •Q. f1 tV i � 3 p / it ui s z O N E ro n o E Q , r ton :3 CD 9 � Q � 7 o `I 0 cn IL All. v , t .r, S.D.t s 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: N L That he/she has not, either directly or indirectly, entered into any agreement, 2 participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with RFQ F-15-15. o U A� E Business Name Povk-1°if 0 Business Address _ P�' gut SSs'� q ���'vjrr,16 911S('� � 1 V Signature of bidder X__-_- � L 0 0 0 Place of Residence N Q Subscribed and S�m n before me this _day of 120 M Notary Public in and for the C # of -- --� , State of California. a My commi xpires , 20 N F- 0 W E U Q 26 Packet Pg. 325 5.D.t Jurat State of California County ofC�� va���� Subscribed and sworn to(or affirmed)before me on this k6' day of L 20j by Y proved to me on the basis of satisfactory evidence to be the person("ho appeared before me. U 0 c Slgnatu a (Notary seal) 0 Y U tC Y KIM•LAU MA 0 Cor,1M.1! 2058508 NOTARY P11800-CALIFORNIA V! 0 SAN BERNARDINO COUNTY *' MY COMM.Ere•MAR.19,2OJ8"+ N Q rA OPTIONAL INFORMATION M Y 0 Y INSTRUCTIONS FOR COMPLETING THIS FORM The wording of all Jurats completed in California ajler•January 1,2008 must CL be in the form as set forth within this Jurat.There are no exceptions,if a Jut at to be completed does not follow this fonn, the notary nnst correct the verbiage by using a jurat.stmnp containing the correct wording or attaching a to separate jurat form such as thts one which does contain proper wording. In Fa) DESCRIPTION OF THE ATTACHED DOCUMENT separate the notary must require an oath or q/jinnadon from the document p n h lit � � signer regarding the truthfulness of the contents of the document. The L !u 5!are T 9 k ui✓ document nnust be signed AFTER the oath or afj?rntation.If the document was > (Title or description of attached document) previously signed,it must be re-signed in front of the notary public during the W jurat process. y °115-15 • State and County information must be the State and Coun where the E (Title or description of attached document continued) h' ty document signer(s)personally appeared before the notary public. _ Number of Pages Document Date– �� • Date of notarization must be the date that the signer(s)personally appeared U f which must also be the same date the jurat process is completed. Y • Print the narne(s)of document signer(s)who personally appear at the time of Q notarization, (Additional infon-nation) e Signature of the notary public must match the signature on file with the office of the county clerk. • The notary seal impression must be clear and photographically reproducible. Impression must not cover tent or lines,If seal impression smudges,re-seal if a sufficient area permits,otherwise complete a different j urat form. Additional information is not required but could help to ensure this jurat is not misused or attached to a different document, Indicate title or type of attached document,number of pages and date. • Securely attach this document to the signed document 2008 Version CAPA vl.9.07 800-873-9865 www.NotaryClasses,com Packet Pa. 326 S.D.t • oo t•or tip k e� LARRY W.WARD COUNTY OF RIVERSIDE P.O.Hoc 751,Riverside,CA 92502-075I—(951)486-70 ASSESSOR COUNTY CLERK-RECORDER 82-675 Hwy.I It,Rm.113,Indio,CA 92241—(760)8634n OFFICE OF THE COUNTY CLERK FICTITIOUS BUSINESS NAME STATEMENT SEE REVERSE SIDE FOR FEES AND INSTRUCTIONS F I L E Q RIVERSIDE COUNTY CLERK•s OFFICE CLERK S>�ONLY LIMY U. L"" USE BLACK INK ONLY- MUST BE TYPED OR PRrEa =. 3013- 03047 OWH OWED R` 11/21/2013 Fa:58.08 Page 2 of I THE FOLLOWING PEflSON(S)IS(ARE)DOING BUSINESS AS: t• �ENSG v 1a Fieti>ioess Bedntss Name(H tmeG thtm one business mrue at sand ar)dccss-Atmch S�gleucaml Sbax) rC invo Ttst C#f F n4prt7'$fn c)- o lb.List C&OLEE Physka Basiaess Address(No P.O.Boxes or Postal Facilities) Ic.Name of County(where business is located)' U IO7-p RZA01'a ALot Whilt il-v 9LZ� � i�rt�sry�� E Mailing Address(Ifdiffawt dm bud= Q,11 aal) o vie 8q 5532� . l I've , C 9 2S-/ 7 ?a,Reghhm aWormatoA(kdRvidual,Corp,11C—Cs n.>aer,etc) 2b.>Re&kwAkfan (fDdividoal,Corp.LIP,Cxn.part=,etc.) 5c6p tralb lytol-.�rYB y If individual-spell,out firs4 adddle names(use dash if no middle name) If individual-spell out first,middle and lasts(use dash if no middle name �Q a ZQ Z �''I' �W. r c Residm=Address(if IC�orp.or LLC enter dre ph cal address of fhelC�orp/I�CG� Residence Address(if Coip.or i LC enter the physical address of We CorpjU U City State Tap City State 7AP V) N List State of CorpJi.M Mast be registered in t aMniia List State of CmVJ LC.Must be registered in California Q 2e.Registrant Wormation(Individual,Corp„LLC,Gen.Partner, 2d.Registrrud Tafotnalion(Individual,Corp.,LLC,C&n.Partner,etc) N h L (Milo CM011 M if individual-spell out first. fiddle and last nam dash if no middle name) If individual-spell out first,middle and last mums(use dash if no noddle name, Residence Address(if C LLC.enter the physical address of the Corp./L:CC) Residence Address(if Corp.or LLC enter the physical address of the Corp./I C CL City state Zap City State Zip s State of Cmpol.IBC.Must be regisfiesed in California —Y � List State of Corplid.C.Must be registered in California h a 3..TTh��business is cwdL&ed by: pt Moro Then tan FA*raMS-Mach A*monw Stet St mbv Gwner Aron} EVInd ividual ❑Married Couple ❑Trust ❑Corporation ❑General Partnership c ❑ A limited PatinershiP ❑Co-partners ❑Joint Venture ❑Umited Liability COmpany ❑UnIfted Liability Parinershil w ❑ An UnhooMorated Association-other than a partnershin ❑ L fist Do ' P hip 4.❑0 P g1sfiant has not yet begun to transact business under the fictitious name(s)listed above. �p q E Registrant c mm aced to transact business under the fictitious business names)listed above on R I declare that all the in1prmation in this statement is true and correct: (A re&t rant who declares as true,information which 1 Q or she knows to be jocrime.) S. Signafur+e(s) f .. �' (Orly one Is required) Typed or Printed Nwno(s) if limited 1-lability Company/Corporation.Title THIS STATEMENT WAS FILED WITH THE COUNTY CLERK OF RIVERSIDE COUNTY ON DATE INDICATED BY FILE STAMP ABOVE NOTICE4N ACCORDANCE WrrH SU13OMSION(a)OF SwnoN-17920,A FICTITIOUS 13USSIESS I HEREBY CERTIFY THAT THIS COpY IS A CORRECT Cop NAME STATEMENT GENERALLY EXPIRES AT THE END OF FIVE YEARS FROM THE DATE ON OF THE ORIGINALSTAlEMENTON FILE IN FRY OFFICE, WHICH IT WAS FILED IN THE OFFICE OF THE COUNTY CLERK, EXCEPT, AS PROVIDED IN SUBDIVISION(b)OF SE=ON 17920,WHERE R EXPIRES 40 DAYS AFSER ANY CHANGE IN THE LARRY°W.WARD FACTS SET FORTH IN THIS STATEMENT PURSUANT TD SECIM 17913 OTHER THAN A CHANGE IN THE RESIDENCE ADDRESS OF A REGISTERED OWNER. A NEW FICTITIOUS RIVERSIDE COU BUSINESS NAME STATEMENT MUST BE FILED BEFORE THE EXPIRATION.THE FILING OF THIS ev-Aveueur nnce Linr nr aura a Atrrunor=TuF imi: m Tum Craw nx A Frr_Tmnits 11191 Packet Pa. 327 5.D.t Form WM9 Request for Taxpayer Give Form to the (Rev.December 2011) identification Number and Certification 'requester. bo not Departure-011:eTreasury send to the IRS. internal Revenue Sarvke Name(as shown on your Income tax return) scv•)F 7 (, V I nc aryl3 v t N Business name/dtsregarded entity name.If different from above ro ChUird n Check appropriate box for federal tax classffk ation: r= Zridfvidual/sole proprietor C lion Pop ❑ Corpora ❑S Corporation ❑ Partnership ❑Trust/estate 0 O h ❑ Umfted liability company.Enter the tax classiflcalion(C=G corporation,3=S corpomtkur,P=partnership)11� ❑Exempt payee y ❑ Other(see lnsttuctions)t► p Address(number,street,and apt,or suite no.) Requester's name and address(opttonalj 0 CL P> �, 13 55.E Z `I City,state,and ZIP rn 771 C1g 9Zs1 U ust account number 0 s)here(opYlonaq E _ d w 1" 8yer identification Number MN $ Enter your TiN In the appropriate box.The TIN provided must match the name given on the"Name"line social security numbar to avoid backup withholding.For individuals,this Is your social security number(SSN).However,for a N resident alien,sole proprietor,or disregarded entity,see the Part l instructions on page 3.For other entities,it Is your employer identification number(E(M.If you do not have a number,see Now to get a MM�A ! tP Z O TIN on page 3. U R Note.If the account is in more than one name,see the chart on page 4 for guidelines on whose Employer tdenttflcatfon number number to enter. O U Certification o Under penalties of perjury,l certify that: N 1. The number shown on this form Is my correct taxpayer identification number(or I am waiting for a number to be Issued to me),and m Q 2. 1 am not subject to backup withholding because:(a)l am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that t am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am N no longer subject to backup withholding,and 3. I am a U.S.citizen or other U.S,person(defined below). Certification insbuetions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding � because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2,does not apply.For mortgage U interest paid,acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRAN,and CL generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions on page 4. .Sign Slgnature Here U.S.person C`/G lfli Date*- General Instructions Note.If a requester gives you a form other than Form W-9 to request o your TIN,you must use the requester's form if it Is substantially similar > Section references are to the Internal Revenue Code unless otherwise to this Form W-9. c noted. Definition of a U.S. LU person.For federal tax purposes,you are Purpose of Form considered a U.S.person if you are: _ A person who is required to file an information return with the IRS must .An individual who is a U.$.citizen or U.S.resident alien, E obtain your correct taxpayer identification number MN)to report,for •A partnership,corporption,company,or association created or � example,income paid to you,real estate transactions,mortgage interest organized in the UnitedStates or under the laws of the United States, y you paid,acquisition or abandonment of secured property,cancellation .An estate(other than a foreign estate),or of debt,or contributions you made to an IRA. Q Use Farm W-9 only if you are a U.S.person(including a resident 'A domestic trust(as defined in Regulations section 301,7701-7). alien),to provide your correct TIN to the person requesting it(the Special rules for partnerships.Partnerships that conduct a trade or requester)and,when applicable,to: business in the United States are generally required to pay a withholding 1.Certify that the TIN you are giving is correct(or you are waiting fora tax on any foreign partners'share of income from such buslness. number to be Issued), Further,in certain cases where a Form W-8 has not been received,a partnership Is requited to presume that a partner Is a foreign person, 2.Certify that you are not subject to backup withholding,or and pay the withholding tax.Therefore,If you are a U.S.person that is a 3.Claim exemption from backup withholding if you are a U.S.exempt partner in a partnership conducting a trade or business in the United payee.if applicable,you are also certifying that as a U.S.person,your States,provide Form W-9 to the partnership to establish your U.S. allocable share of any partnership income from a U.S.trade or business status and avoid withholding on your share of partnershlp income. is not subject to the withholding tax on foreign partners'share of effectively connected income. Cat No.10231X Form W-9(Rev.12-2011) Pnt-kaf Pn q7R SCOTT MOMSON & ASSOCIATES P.O.Box 55329 31855 Date Palm Drive,,Ste.3#507 Riverside,CA 92517 Cathedral City,CA 92234 (909)624-1665 (760)323-7743 City Client List (partial). Updated December, 2014 y L 0 1) City of Rancho Mirage L Contact: Steven Buchanon or Bob Parnell c Tel: (760)202-9532 �j 0 2) City of Fontana,Purchasing o Contact:Elia Alvarez Tel:(909)350-6605 3) City of Desert Hot Springs Contact:Fred Andre or Arnold Iniquez a Tel:(760)329-6411x248 0 4) City of Fontana,Housing&Bus.Develop. o Contact: Ken Williams or Brent Mickey Tel: (909)350-6657 or(909)350-7649 N Q 5) City of Cathedral City,Successor Agency N Contact: Jim Sherman M Tel: (760)250-9933 m 6) City of Palm Desert Contact: David Flint C Tel: (760)346-0611 a r M d 7) City of Big Bear Lake 61 Contact: Margaret Riley ° Tel: (909)866-5831 w 8) City of Lake Elsinore Contact:Joyce Teyler E Tel: (909)674-3124x228 r 9) City of Moreno Valley Q Contact:Henry Ho Tel:951-992-2483 10) Coachella Valley Housing Coalition Contact: Ray Cardinale Tel: (760)777-3838 Pankaf Pn 329 City of San Bernardino TECHNICAL SPECIIE:ICATIONS BID SPECIFICATION NO. RFQ F-15-15 Asbestos - Various Locations y L 0 V ITEM DESCRIPTION 0 NOTICE: "SPECIAL INSTRUCTIONS TO THE BIDDER" U 0 Services: E Bidder shall complete right hand column indicating brief reasoning for exceptions to ° requirements when not acceptable. State"Acceptable" if requirements are agreeable as set forth in left-hand column. P L 0 Equipment: L Bidder shall complete right hand column indicating specific size and/or make and model o of all components when not exactly as specified. State"As Specified" if item is exactly as U set forth in the left-hand column. o FAILURE TO COMPLETE RIGHT BAND COLUMN WILL INVALIDATE BID a rn L DEFINITIONS: CD M 1. "Director"means the Community Development Director or duly Y authorized representative. 2. "Department" means the City of San Bernardino Community -� Development Department. 3. "City" means the City of San Bernardino. F 4. "Contractor"means the Contractor, its employees, agents or 1 designees. et c H. TERMS OF CONTRACT: The term of this agreement(the"Agreement')shall be effective for w three(3)years,plus two (2)additional years being executed following Q satisfactory performance of the initial term. In order to extend this Agreement,the City shall provide the Contractor written notice of its intent to extend the Agreement thirty(30)days prior to the end of the Agreement year. The Contractor agrees to provide the services described in the attached proposal for said additional periods, should the Ci ve the required notice. 9 Packet Pg. 330 i 1. The City may utilize more than one Contractor for the services subject to this Agreement on an as-needed basis with no guaranteed usage as designated by the Director. 2. Upon request of the Director,a bid may be required prior to approval and commencement of work. 3. The Contractor or Contractors shall perform the work specified i15 5 P under the general direction of the Director. Warrants or consents L must be obtained for emergency services prior to entrance onto �°, 0 property and work completed within the time frame of the warrant. _ 0 U IR SECURITY SPECIFICATIONS AND CONDITIONS: 0 as Contractor shall provide asbestos and lead paint inspection and analysis ° according to the following: 1. Asbestos and/or lead inspection for single-family home. 2. Asbestos and/or lead inspection for two (2)—four(4) unit residential, p�o apartment buildings,and structures. �(�C(�C aH( Q S VC o U 3. Asbestos and/or lead inspection for commercial buildings. c 4. Bulk sample analysis for asbestos with a laboratory report. 5. Paint chip analysis for lead with a laboratory report. Q 6. Written and approved"Procedure 5"abatement plans for a single- o; N family home. 7. Written and approved"Procedure 5" abatement plans for a commercial building. 8. Written and approved"Procedure 5" abatement plans for two(2)— -c four(4) unit residential apartment building structure. 9. On-site project management including compliance air monitoring F and final air clearance monitoring for asbestos and/or lead. a c IV. GENERAL CONDITIONS: w _ as I. The Contractor and the agents and employees of the Contractor, in M U the performance of this agreement, shall act in an independent a� {' �f r�'ECc capacity and not as officers or employees or agents of the City. IO Packet Pg.331 2. The Department, its officers and employees, shall not be liable for any loss, damage, or injury of any kind or nature as may arise out of any acts,duties,or obligations on the part of the Contractor,his agents,or employees,under this Agreement, nor for any materials or equipment used in performing the work, nor for injury or damage to any person or persons, either workmen or the public, nor for damage to adjoining property from any cause whatsoever L during the progress of the work or any time before final acceptance. ° 3. Contractor shall indemnify and save harmless the Department, its o officials and employees from any suits,claims or actions brought by any person or persons for,or on account of any injuries or damages sustained or arising in the consequence thereof. a L 4. The Contractor shall process and consider all claims for damage or r injury in a courteous manner and as promptly, as conditions warrant ° U N 5. The Contractor shall promptly answer inquiries and complaints of the Department,of private property owners, or citizens,relative to N any work charges, damages or any other questions that may arise Q as a result of board up or abatement operations by the Contractor v UP to seven(7)days after completion. 6. The Contractor shall notify the Department by phone before 4:00 p.m. the same working day or by 8:00 a.m. the next working day in 'a the event that fixtures or utilities are damaged or destroyed by the N Contractor. Contractor will then follow up the phone call with a written statement to be submitted with the billing. When the ° Contractor or responsible person is unavailable to rectify the w situations,the Department shall make necessary arrangements to repair damaged or destroyed items if said damaged or destroyed E items affect the health and/or well-being of property owner or adjacent property owners. Contractor is responsible for correcting, Q replacing, or paying all damages to property,fixtures, or utilities, whether the Contractor,Property Owner, or City does repairs. 1t Packet Pg. 332 ; S.D.t 7. The Contractor shall be fully informed of and comply with all existing and future State and/or Federal laws and all City ordinances and regulations of the City which in any manner affect those engaged or employed in the work or the materials used in the work or which, in any way, affect the conduct of the work, and all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. 8. The Director shall decide all questions which may arise as to the 2 quality or acceptability of work performed,and as to the manner of L performance and rate of progress of the work and all questions 0 which arise as to the interpretation of the specifications. All work o performed by the Contractor shall be done to the satisfaction of the o Director. The Director or authorized representative reserves the -_ c right to inspect works as related to the conditions of the Statement L of Work and Contract. 9. All equipment and tools shall be furnished,fully operable, L operated,and maintained by the Contractor. There will be no extra c o charge made to the Department for the same. All fuel materials, supplies,etc.,to perform the Agreement shall be furnished at no B p (t d extra charge to the Department. O 10. Before and after any inspection takes place,the Contractor shall '{ take two(2)to four(4)dear and precise dated digital photos in_ CV color of the property which Contractor has inspected. Contractor shall furnish his own camera and memory card or data disc for proper storage of digital photos. Contractor is responsible for a furnishing all photos to the Department at its sole cost and expense. These photos shall be taken immediately before and submitted to the Department,together with the billing for the work ' 0 L performed. If photos do not show justification for charge, > payment will not be made.Each photo shall include the date w picture was taken and the address and Code Enforcement officer's name assigned to that particular project. There shall be no charge for digital photos. Y 11. The Contractor shall formulate his billing invoice and submit it Q with the photos to the Department within ten(1 Q)to fourteen(14) days of work completion on properties. The Department will expedite payments due,to the best of its ability within the framework of Policy. 12 Packet;Pg.333 12. The Department will deduct errors from future billing upon verification of Contractor error. Contractor will be provided an itemized statement describing the deductions. 13. The City reserves the right to make awards to the lowest responsible bidders or to reject all bids. The City reserves the right to negotiate a price for each item if bids are above or below N the desired price range for any services.If more than one o contractor is selected,the City may require them to negotiate and L reconcile their bids so that the City has a uniform schedule of c services and fees. The City also reserves the right to terminate any o or all contracts at any time, due to lack of work,rate of progress of as S eaf�t. E work, or violations of this Agreement. 14. In the opinion of the Director, if the Contractor is not progressing L at a satisfactory rate in work completion,the Director may ca terminate this Agreement and designate another City approved Contractor to complete the work. c° N O 15. City may require varying response times to include emergencies (1-2 hours),urgency warrants (same day or 24 hours)and non- Q urgency warrants(1-10 days.) rn N V. LICENSES AND PERMITS: w . 1. The Contractor shall procure and keep in force during the term �Pfs sP�Cf�,�r a of this agreement any and all licenses and permits required by -a any Federal, State, or local laws or regulations. t N a� 2. The Contractor shall procure and keep in force during the term o L of this agreement a valid California State Contractors License. w VI. INSURANCE: _ 1. The Contractor shall procure and maintain in force during the term E of this agreement,at its expense,public liability insurance in companies and through brokers approved by the City, adequate to 1 - � Q protect against liability for damage claims arising in any manner out of Contractor's operations in a minimum amount of $1,000,000,00 for each person injured, $1,000,000.00 for any one occurrence. Contractor shall provide to the City a certificate of insurance and an additional insured endorsement which provides: 13 Packet,Pg. 334 a. That the City is an additional insured on the Contractor's Liability insurance. b. The insurance company name,policy number,period of Coverage and the amount of coverage. C. That the City Clerk shall be notified at least thirty(30)days f as ,�; o prior to any cancellation or material change in Contractors AN M coverage. o U d. That the Contractor's insurance shall be primary to any E coverage the City may have in effect. o C VII. WORI ERS' COMPENSATION: pan 5dt=tr"44tttd we t, to 0 to 1. The Contractor shall provide Workers'Compensation coverage QGwr�a ceS�.a � &&I o for all employees employed pursuant to this agreement. The Qr(Nt &vA Wqj ke r v Contractor shall provide to the City an insurance certificate 0w o whio em"t- t- o evidencing such insurance. ( d N VIII. EOUIPMENT SPECIFICATIONS: Q N tD I. The Contractor shall use methods and equipment(i.e. hammers, drills, screws, etc.)deemed adequate to complete all requests for r Y asbestos services in a timely manner and to apply the necessary CU CL skills and expertise necessary to perform the work competently and efficiently. N a� IX. DETAILED PERFORMANCE SPECIFICATIONS: 1. All Contractors shall be a Cal-OSHA certified asbestos consulting company. w c a� 2. Laboratory procedures used for analysis of bulk samples for s asbestos shall be tested in polarized light microscopy(PLM), required by the state and local levels. �P d Q 3. Laboratory procedures used for lead analysis shall be tested in by atomic absorption spectrometrometry(A.A.)standards, acceptable at the state and local levels. 14 Packet Pa.335 4. All asbestos and lead consulting services shall include asbestos and lead inspections,bulk sample and paint chip analysis, on-site compliance air monitoring,and written reports including procedure 5 abatement plans. S. The lab reports shall describe the types of material that were sampled, specific location(s)the samples were taken from,the size of each sample area,and laboratory results from a certifies asbestos and lead laboratory. Y Y 0 sP�Cr� b. If a property contains asbestos,and is fire-damaged or partially IJA� kkl P o collapsed/demolished,the South Coast Air Quality Management District(S.C.A.Q.M.D.) requires that a California Certified ° Asbestos Consultant must provide a written abatement plan and gain approval by the S.C.A.Q.MD. prior to any work being done. o 0 7. Contractor shall also be able to provide on-site project management,compliance air monitoring for asbestos and/or lead ° U and final air clearance monitoring for asbestos and/or lead. o w N 41 X. LOCAL VENDOR PREFERENCE: N Q •five percent(5%)preference shall be granted to local vendors. 0 •local vendor is defined as businesses and/or organizations M which possess a fixed office or distribution point with at least one owner or employee located within the City,and possessing all valid and current permits, and licenses required to transact such �(( b r IViCt�`t'� a business, including, but not limited to a City Business � CC�1✓ Registration Certificate. For the purpose of applying this order, the term"Contractual Services"shall be determined to include the following type of ' c services. w c a� Contractual Services are: E Z U 2 ■ Any service where the product of the service consists of Q intellectual property. For example: professional consultants, architects, landscape architects; engineering, environmental, land surveying, construction project management, auditors,advisors, management consultants, financial consultants, and legal consultants. lS Packet Pa. 336 ■ Any service where the primary portion of the service consists of labor. For example: maintenance and repair of City vehicles, buildings,equipment,and property; service agreements,technical support. {�� Services not included are: installation of equipment when the cost is incidental to the price of the equipment, and installation is not o classified as a"public works project." C XI„1. M&I+'ICATIONS,RELATED EXPERIENCE AND 0 REFERENCES OF BIDDER: ° E as This section of the bid should establish the ability of Bidder to ° M satisfactorily perform the required work by reasons of experience in performing work of a similar nature; demonstrated competence o in the services to be provided; strength and stability of the firm; 2 staffing capability; work load; record of meeting schedules on similar projects; and supportive client reference. 0 N Bidder shall: ° �.• 0 Provide a brief profile of the firm, including the types of services 0(��, lu i(� �s Q offered; the year founded; form of the organization (corporation, StEn N partnership, sole proprietorship); number, size and location of 1 }�t Criy M offices;and number of employees. Qb�p► t�'t7 i S ��°��y 1" � Y a Describe the firms experience in performing work of a similar Vrrrfi�Y� nature to that solicited in this RF Q ® Provide, as a minimum, three (3) written testimonials as reference from current customers of a similar size as the City as related ° experience; reference shall furnish the name, title, address and (- w telephone number of the person(s) and the client organization who is most knowledgeable about the work performed. E Bid prices must be valid for one hundred and twenty(120)days w per bid specifications due to processing requirements. �� CQDE aS' Sptcr f Q 16 Packet Pq. 337 PRICE FORM REQUEST FOR QUOTES: RFQ F-15-15 DESCRIPTION OF RFQ: Asbestos—Various Locations COMPANY NAME: INV TcS Mrdyl3or? JASOCrblef o ADDRESS: F.0. doh 5 5 329 r n 0 v E a� 0 NAME OF AUTHORIZED 1�'Ir REPRESENTATIVE SC��f �. WIa�°vt�u►� r N L O PRINT NAME 50N' C. ldyx'l�dai L i.. TELEPHONE NUMBER (q09) 6 Z q-%� 760)_ 32-3 47 J!K3 O FAX NUMBER �(64 Crio jai,j (t P �kf"e E-MAILADDRESS 5 C ffJjAor_ =3 00 b Ovi Q ii ! / N Rplwt mit My �)t�tit��t(r 1`1 Vhd(V 4w r Awe f jjvik� -[4-f. Updi,ld W'1 i,t kTt'f�oA (0 m All firm fixed prices to include asbestos and lead paint inspection (camp nuggs of cc CL suspect and/or damaged surface areas) and analysis services. 1) Asbestos and/or lead inspection fee total, inc.travel for single-family dome $— j Q 00 -each ° 2) Asbestos and/or lead inspection fee total for 2-4 unit w residential (apt.) building structures $ ?,90# 0 each 3) Asbestos and/or lead inspection fee total, E inc.travel for commercial bldg. (<2,000 sq.ft.) $ ZM OO each 4) Asbestos and/or lead inspection fee total, a inc.travel for commercial bldg. (2,000+sq.ft.) $ 3 a,00 each 5) Bulk sample analysis for asbestos (PLM, inc. lab report) $ Zap 0 d per sample 6) Paint chip analysis for lead (A.A., inc. lab report) per sample 21 Packet Pa. 338 S.D.t PRICE FORM (continued) Additional services* Z) Written and approved "Procedure 5" abatement plans for single-family home $. �O���Q each 2) Written/approved "Procedure S" abatement plans (3, L. for commercial bldg. (<2,000 sq,ft.) $ 5� � each ° 3) Written/approved "Procedure 5" abatement plans r for commercial bldg. (2,000+sq.ft.)or 2-4 unit 0 residential(apt.) bldg. structures UQ each 0 E 4) On-site project management, compliance air monitoring, o and final air clearance monitoring for asbestos and/or lead day _ �a L TOTAL $ cc L Y _ 0 *If a property contains asbestos,and is fire-damaged or partially collapsed/demolished,the South Coast U) 0 C7 Air Quality Management District(SCAQMD) requires that a California Certified Asbestos Consultant N m must provide a written abatement plan,and must gain approval bythe SCAQMD prior to any work being done. dC w N Note: If the project is awarded to 2 (two)or more contractors, the City will average contract based on average unit costs. Y U CL BUSINESS I.D. NO. ._ .G Beginning on or about December 15, 2014 through June 30, 2015 plus three (3) single-year renewal options, for City's partial requirements, on an as-needed basis, with no guaranteed o usage for Asbestos - Various locations. w Option year one, if exercised, shall be effective July 1, 2015 through June 30, 2016. Option year two, if exercised, shall be effective July 1, 2016 through June 30, 2017. E Option year three, if exercised, shall be effective July 1, 2017 through June 30, 2013. a Are there any other additional or incidental costs, which will be required by yo firm in order to meet the requirements of the Technical Specifications? Yes / N (circle one). If you answered "Yes", please provide detail of said additional costs: 22 Packet Pg. 339 5.D.t Please indicate any elements of the Technical Specifications that cannot be met by your firm. All ea,, �t MQ L Have you included in your bid all informational items and forms as requested? e No (circle one). If you answered "No", please explain: 0 U I � a 0 c This offer shall remain firm for 120 days from RFQ close date. o U R Terms and conditions as set forth in this RFQ apply to this bid. 0 v Cash discount allowable % days; unless otherwise stated, payment terms o are: Net thirty (30) days. In signing this bid, Bidder warrants that all certifications and documents requested a herein are attached and properly completed and signed. N M From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm, and the date said Addenda wastwere received. a Verification of Addenda Received Addenda No: Received on: o Addenda No: Received on: Addenda No: Received on: w This bid has been reviewed and found to be correct and final. The undersigned is authorized to providing pricing: jff�/J a AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: S�f C• f?�tars�« tug,e r 23 Packet Pn 3dn DATE SIGNED: _ DEC{tom {✓ 0 8 Z Ol� COMPANY NAME &ADDRESS: l fs I `16`�Cd f menoo okfaCor pttit;4(1 elf ?,girl I PHONE: 14q_k Z Y,t k v_ FAX:_ _—.. EMAIL: 5c0{ yn/37-QAoltmm Web Address: U O L IF SUBMITTING A"NO BID", PLEASE STATE REASON{S} BELOW: E a� 0 L O U L O U N O N d d Q N 0 M V W U CL r N U O L_ W E U i+ r+ Q 24 Packet Pa 3_ 41 5.D.t 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 r that portion himself and that he shall perform that portion himself. 0 U 0 E DIVISION OF NAME OF FIRM OR LOCATION o WORK OR CONTRACTOR CITY TRADE 0 L Y 0 U N 0 d N Q N M / Y scoff ( E�10�,n ►, 2� �t Print Name Signature of Bidder � Company Name: et,Vivo•-Tis F S£�� mveroo' swri� F 0 L Address: (?. box SS3 `,. ��i?�Yr lP �'I>' Z SI .5 r REJECTION OF BIDS E U The undersigned agrees that the City of San Bernardino reserves the right to reject any Q 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. 25 Packet Pg. 342 5.D.t IV. GENERAL SPECIFICATIONS 1. Each bid shall be in accordance with Request for Quotes(RFQ) Number F-15-15,All specifications are minimum. Bidders are expected to meet or exceed these specifications as written. Bidder shall attach to their bid a complete detailed itemization and explanation for each and every deviation or variation from the RFQ specifications and requirements. Conditional bids, or those that take exception to the RFQ specifications and requirements, may be considered non-responsive and may be rejected. 2. The City reserves the right to accept or reject any and all bids and to award a contract to the bidder o 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, 0 workmanship, accessibility of parts and service,known evidence of manufacturer's responsibility and U record, durability and known operational record of product and suitability as well as conformity to City 0 needs and requirements, In all cases the best interest of the City shall prevail in all contract awards. E a� 3. The City of San Bernardino reserves the right to purchase more or less than the quantities specified at unit prices bid. -r3 c 4. Bids shall be firm offers,subject to acceptance or rejection within 120 days of the opening thereof. 5. Regular dealer. No bidder shall be acceptable who is not a reputable manufacturer or dealer of such L items as submitted for bid consideration. 5. All materials,workmanship and finish entering into the construction of the equipment must be of the y 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. v "Seconds",factory rejects,and substandard goods are not acceptable. o 7. Each bidder shall submit with their bid a copy of the proposed product specifications, complete N detailed drawings, and other descriptive matter in sufficient detail to clearly describe the equipment, materials and parts offered. Q 8. Manufacturer and/or Contractor shall defend any and all suits and assume all liability for any and all claims made against the City of San Bernardino, or any of its officials or agents for the use of any N patented process,device or article forming a part of equipment or any item furnished under the to contract. 9. Each bidder must state in their bid 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 U essence relative to this contract. Contractor shall prosecute the work continuously and diligently and C 0. shall deliver the items at the earliest possible date following the award of the contract. a 10. Each bidder shall list in their bid all factory, manufacturer's and/or dealer's warranty and/or guarantee N coverage and shall submit such written documents evidencing the same attached to the bid. 11. Successful bidder(s) (Contractor) shall furnish and deliver to the City complete equipment as bid and ~ awarded,ready for 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 c shall include all discounts. Bid shall include California sales tax,where applicable, (effective January w 1,2013) computed at the rate of 8.25%, (this will normally be shown as a separate line item on the c price form), a� 13. City shall make a E ty 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. r 14. All"standard equipment"is included in any bid. Bidders furnishing bids under these specifications Q shall supply all items advertised as"standard"equipment even if such items are not stipulated in the specifications, unless otherwise clearly accepted in the bid. 15. The items which the bidder proposes to furnish the City must comply in all respects with the appropriate safety regulations of all regulatory commissions of the Federal Government and the State of California,whether such safety features and/or items have been specifically outlined in these specifications or not. 28 Packet Pq. 343 5.D.t 16. Contractor delivering equipment pursuant to these RFQ specifications shall guarantee that equipment meets specifications as set forth herein. If it is found that equipment delivered does not meet requirements of these specifications the Contractor shall be required to correct the same at their own expense. 17. By submitting a bid,each bidder agrees that in the event complete delivery is not made within the time or times set forth pursuant to this specification, damage will be sustained by the City,and that it is, and will be impractical and extremely difficult to, ascertain the actual damage which the City viii sustain in the event of and by reason of such delay. 18. In case the delivery of the items under this contract is delayed due to strikes, injunctions,government controls, or by reason of any cause or circumstance beyond the control of the Contractor,the time for delivery may be extended (in the City's sole discretion)by a number of days to be determined in each instance by mutual written agreement between the Contractor and the Purchasing Manager of the City of San Bernardino.The City shall not unreasonably refuse such extension. _ 19. Contract. Each bid shall be submitted and received with the understanding that acceptance by the City U of San Bernardino of bid in response to this solicitation shall constitute a contract between the o Contractor and the City. This shall bind the Contractor to furnish and deliver at the price bid and in E w complete accordance with all provisions of RFQ No.F-15-15. 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. 'a 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 L 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, U L financial or otherwise, in this transaction, or in the business of the contracting party other than the City, o and that if any such interest comes to the knowledge of either party at any time,a full and complete �y disclosure of all such information will be made in writing to the other party or parties, even if such v, 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 California. N 21. One Document. These specifications,the notice inviting bids, RFQ F-15-15,the Contractor's bid, any written agreement executed by the parties, the purchase order and all documents referred to in the complete specifications and purchase order, and all written modifications of said documents shall be N construed together as one document.Anything called for in any one of said documents shall be M deemed to be required equally as if called for in all. Anything necessary to complete the work properly a shall be performed by the contractor, whether specifically set out in the contract or not.All sections of the specifications shall be read as constituting a whole and not as an aggregation of individual parts, CL and whatever is specified in one section shall be construed as applying to all sections. 'a 22. The City of San Bernardino reserves the right to accept or reject any and all bids. -° 23. Prompt payment. Each bidder Mayr stipulate in their bid a percentage prompt payment discount to be v' taken by the City in the event the City makes payment to the Contractor within ten(10)working days of receipt of material and approval of invoice. For the purpose of this provision,payment is deemed to ° be made on the date of mailing of the City check, NOTE: prompt payment discounts will only be c used during bid evaluation in the case of ties, w 24. inquiries. Direct all inquiries to Vanessa Slouka at 909-384-5346.Technical questions may be sent via fax to 909-384-5043. The answers to material questions will be provided to all potential bidders. 25. Bid/Price forms. No bid will be acceptable unless prices are submitted on the pricing forms furnished herein,and all required forms are completed and included with bid.Deliver all bids, SIGNED and SEALED,to the Purchasing Division, Finance Department at 300 North"D"Street,4"Floor,City Hall, Q San Bernardino,California 92418. CLEARLY MARK THE RFQ SPECIFICATION TITLE: ASBESTOS-VARIOUS LOCATIONS and Number F-16-15 ON THE OUTSIDE OF THE ENVELOPE. 26. Time. All bids must be received in the Purchasing Division no later than 3,00 PM,PST, December 16,2014,where at such time and said place bids will be publicly opened, examined and declared. Any bid may be withdrawn by bidder prior to the above scheduled time for the opening of bids,Any bid received after that time and date specified shall NOT be considered. 29 Packet Pg. 344 5.D.t 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 bid, 29. In submitting a bid to a public purchasing body,the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights,title,and interest in and to all causes of action it may have under Section 4 of the Clayton Act(U.S.C.Sec 15)or under the Cartwright Act(Chapter 2, commencing with Section 16700 of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials,or services by the bidder for sale to the purchasing body pursuant to the bid.Such assignment shall be made and become effective at the time the purchasing 2 body tenders final payment to the bidder. i 30. Contractor shall indemnify, defend and hold City, its officers, employees and agents harmless from c 0 any claim demand,liability, suit,judgment or expense (including,without limtation reasonable costs U of defense)arising out of or related to Contractor's performance of this agreement, except that such o duty to indemnify, defend and hold harmless shall not apply where injury to person or property is E caused by City's willful misconduct or sole negligence. The costs,salary and expenses of the City o Attorney and members of his office in enforcing this Agreement on behalf of the City shall be -a considered as "attorney's fees"for the purposes of this paragraph. c� 31. While not restricting or limiting the foregoing,during the term of this Agreement,Contractor shall L maintain in effect ollci s of comprehensive gublic, generall,and automobile liability insurance, in the ° amount of$1.000,000 combined single limit and statutory worker's compensation coverage and shall a file copies of said policies with the City's Risk Manager prior to undertakincv any work under this Agreement. The policies shall name the City as an additional insured and shall provide for ten (10) ° day notification to the City if said policies are terminated or materially altered. v 32, o v o 11 09A of the bid ppiee te taitl. s per#ere-e#-#ks;s ee# ast- Q BemaFdine, 144"A d eratiar� rn 1!trays a rating i►� best s rnes Ferent a su Fan eidde-a "Arerer c� ca 33. Written contract documents, duly authorized and signed by the appropriate authority, constitute the complete and entire agreement(s)that may result from the RI`Q. 34. City may,at its discretion,exercise option year renewals for up to three(3)years,in one-year increments_.. ca Q 35. By submitting a bid, bidder warrants that any and all licenses and/or certifications required by law, -0 statute,code or ordinance in performing under the scope and specifications of this RFQ are currently 3 held by bidder, and are valid and in full force and effect. Copies or legitimate proof of such licensure y and/or certification shall be included in bidder's response. Bids lacking copies andlor 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 w Business Registration Certificate during the term of the Agreement. c 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. E Q 30 Packet Pci. 345 5.D.0 RF0 F-13-15 Asbesto,a-Various klcari"ns City of San Bernardino, Finance Department Purchasing Division Bid Documents to Be Returned by Bidder RFQ F-15-15 L ASBESTOS -VARIOUS LOCATIONS 2 L `rt{[J[1�iff/ Y O Copy of Contractor License (if applicable)"'Bid Content and Forms,General Specification#35, U Instructions to Offeror(s) !Bidders O E O D Bidder Experience, Competency, Qualification and Profile (Vendor Document) "! Proposal/Bld Content Forms elelV Flt ` 777 F _ CU Non-Collusion Affidavit (City Form) Instructions to Offeror(s)I Bidders 0 �a Listing of Proposed Subcontractor(City Form) III Proposal/Bid Content and Forms O U Instructions to Bidders,III Bid Content and Forms N Cost/Price Form (City Form) o N Authorized Signatures instructions to Bidders N Q Bidder Identification 11181d Content and Forms N Addendum Received (City Form) III Bid Content and Forms W Ill Bid Content and Forms 120 Day Sid Validity Statement C•At kle Authorized Signatures (City Form) lit Bid Content and Forms :2 rn d III Bid Content and Forms ti�✓ �? References L a� Proper Identification and Submittal of Proposal/Bid Package, and Price Form Y Instructions to Bidders 2 N a Bidders are requested to submit this checklist completed with all bid documents a E This list may not be reflective of all documents necessary for submittal. a 3 Packet Pa. 346 S.D.0 Proressional Environmental Coosultin g Working for a clean environmeitl and Training 2279 Eagle Gleii 11kwy,Suite 112-206 ��titiv.al4state�etvices.wni �` Comm,CA 9?R8S Email: iniri�ir illstate-serviccs.com '11kiFate Servtcas (931)245-3700 (800)497-LEAD Fax(951)2145-3753 December 17,2014 L City Of San Bernardino 0 w Finance Department L 300 N,"D"Street,4 I Floor Purchasing = 0 San Bernardino,CA 92418 U 0 E aD RE:Asbestos/Lead Surveys Various Locations Bid#RFQ F-15-15 c Allstate Services can provide the services you are requesting.Allstate Services has performed the same vOi L and similar services for other government agencies including the County of San Bernardino. 0 We currently have more than one Certified Asbestos Consultant and several Certified Lead 0 L Inspector/Assessors including myself. 0 Allstate Services has performed similar services for many clients since 1995 when established as a v California Environmental Services provider and reorganized in 2008 as an LLC in California.Our main ° 0 office remains located in Corona,California and at present we have 9 employees m Specialized services include inspections,surveys and consulting for asbestos and lead as well as training Q in the same areas.Our staff has over 50 years combined experience, N We do offer the following 3 references wham can attest to our past and present work. r 1. David Jorgenson,Code Enforcement,County of San Bernardino, 909-387-4463 385 North Arrowhead Ave.I"Floor,San Bernardino,CA 92415 � CL 2. Michele Cohn,County of San Bernardino,Real Estate Div.,385 N.Arrowhead Ave,3"Floor,San Bernardino,CA,909-677-0671 rn 3. Jodi Mansfield,Code Enforcement,300 N"D"Street,San Bernardino,CA 92418,909-384-5362 at The enclosed bid will be valid for at least at least 120 days from date of submittal. rn m Please see attached forms completed as per your request. N If you should have any questions,please feel free to call me at(951)232-0869. Q c a� Respectfully Submitted, U 26M^ a Steven J.Travers Vice-President Packet Pa. 347 N L O w U R L O � L id s � a N �U M ar N Y U t4 Q M m N N U N d lC fA Q ++ C d E t U r Q Ul L O r V L r C _._......,.-___.-.._._..__.. _.,.,,....._ �_.... .._.._......r-.... O U State of California E Division of Occupational Safety and Health Certified Asbestos Consuitent c Steven J Travers N Name O � I r Certification No..97-2276 L Expires on 11f12118 — c o 7tts colt ticatim uas iss zd by Gre Ovs an of U OcadsetW Safety and He*as eai&4ed by O Se*OS 7180 H ft d the&s mss and 0 Prolassions G.dB. to O to a N M r d Y V sC N O V L Q� W r r N a r a: E U s6 r r Q Packet Pa. 349 NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCIL, CITY OF SAN BERNARD{NO In accordance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of perjury: c 0 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 0 competitive bidding in connection with RFQ F-15-15. o E a� Business Name Allstate Services,LLC, 0 c 2279 Eagle Glen Pk Suite 112-206 Corona,CA 92883 Business Address g Pkwy, 0 Signature of bidder X Z 0 U Lake Elsinore,CA Q 0 Place of Residence N Subscribed and sworn before me this �' day of � , 20� M Notary Public in and for the County of �,�� , State of R California. a My commission expires �1� r::� -, 20- y a� U_ L K.DUNN N � m Commission#1938789 [ c a Notary Public-California z N Riverside County ° Q taty Comm.Ex-fires Jun.24,2015 c m E U r Q 26 Packet Pg. 350 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 o Contractor fails to specify a subcontractor, or if he specifies more than one 2 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 c that portion himself and that he shall perform that portion himself. V 0 E d 0 DIVISION OF NAME OF FIRM OR LOCATION WORK OR CONTRACTOR CITY TRADE i none 0 ca L 0 U N O W d N Q N tG M Steven Travers J l 0 0 cYi Print Name Signature of Bidder Com p an y Name: Services,LLC N U Address: 2229 Eagle Glen Pkwy,Suite 112-206,Corona,CA 92883 as A REJECTION OF BIDS a 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. d zs Packet Pg.351 PRICE FORM REQUEST FOR QUOTES: RFQ F-15-15 DESCRIPTION OF RFQ: Asbestos--Various Locations N L 0 COMPANY NAME: Allstate Services,LLC L id ADDRESS: 2279 Eagle Glen Pkwy,Suite 112-206 0 0 Corona,CA 92883 E m 0 NAME OF AUTHORIZED N REPRESENTATIVE Steven Traver,VP v PRINT NAME Steven Travers c 0 TELEPHONE NUMBER 951-232-0869 N 0 FAX NUMBER 951-245-3753 0 E-MAIL ADDRESS stravers @allstate-services.com o> N M r-. All firm fixed prices to include asbestos end lead paint ins pection (samplings of suspect and/or damaged surface areas) and analysis services. -C 1) Asbestos and/or lead inspection fee total, a inc:travel for single-family home $ 295.00 each 2) Asbestos and/or lead inspection fee total for 2-4 unit rn 349.00 residential (apt.) building structures $ each o 3) Asbestos and/or lead inspection fee total, Inc.travel for commercial bldg. (<2,000 sq.ft.) $379.00 each a 4) Asbestos and/or lead inspection fee total, Inc.travel for commercial bldg. (2,000+sq.ft.) $ 469.00 each 5) Bulk sample analysis for asbestos(PLM,inc.lab report) $ 12.99 per sample 6) Paint chip analysis for lead (A.A.,inc.lab report) $ 12.99 per sample 21 Packet;Pg.352 S.D.0 PRICE FORM (continued) Additional services* 1) Written and approved "Procedure 5"abatement plans for single-family home $ 299.00 each 2) Written/approved"Procedure 5"abatement plans for commercial bldg. (<2,000 sq.ft.) $ 299.00 each 3) Written/approved"Procedure 5"abatement plans o U for commercial bldg. (2,000+sq.ft.)or 2-4 unit o residential(apt.) bldg.structures $ 299.00 each aEi 4) On-site project management,compliance air,monitoring, 0 and final air clearance monitoring for asbestos and/or lead $ 399.00 day 0 r TOTAL $ 2,813.98 L 0 U "if a property contains asbestos,and is fire-damaged or partially collapsed/demolished,the South Coast 0 Air Quality Management District(SCAQMD)requires that a California Certified Asbestos Consultant w a� must provide a written abatement plan,and must gain approval by the SCAQMD prior to any work being done. Q a� N Note: If the project is awarded to 2 (two)or more contractors,the City will average contract based on average unit costs. Y V BUSINESS I.D. NO. to be aquired a -a Beginning on or about December 15, 2014 through June 30, 2015 plus three (3) single-year renewal options, for City's partial requirements, on an as-needed basis, with no guaranteed usage for Asbestos -Various Locations. a� Option year one,if exercised, shall be effective July 1, 2015 through June 30, 2016, Option year two, if exercised, shall be effective July 1, 2016 through June 30, 2017. N Option year three, if exercised, shall be effective July 1, 2017 through June 30, 2018. Q u C N E Are there any other additional or incidental posts, which will be required by your firm in U order to meet the requirements of the Technical Specifications? Ytc / No (circle one). If you answered "Yes", please provide detail of said additional costs: a no 22 Packet Pg.353 5.D.0 Please indicate any elements of the Technical Specifications that cannot be met by your firm. none N L 0 Have you included in your bid all informational items and forms as requested? Yes / _(circle one). If you answered"No", please explain: 0 U yes 0 E m 0 v c 0 L This offer shall remain firm for 120 days from RFQ close date. L Terms and conditions as set forth in this RFQ apply to this bid. 0 Cash discount allowable5% 10days; unless otherwise stated, payment terms are: Net thirty(30) days. In signing this bid, Bidder warrants that all certifications and documents requested a herein are attached and properly completed and signed. N M From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm, and the date said Addenda was/were received. a Verification of Addenda Received -� Addenda No: 1 Received on: 12114 Addenda No: 2 Received on: 121614 Cn Addenda No: Received on: ; N This bid has been reviewed and found to be correct and final. The undersigned a is authorized to providing pricing: AUTHORIZED SIGNATURE: � r a PRINT SIGNER'S NAME AND TITLE: Steven Travers,Vice-President 23 Packe#Pg. 354 • 5.D.0 t DATE SIGNED. December 17,2014 COMPANY NAME & ADDRESS: Allstate Services,LLC 2279 Eagle Glen Pkwy,Suite 112-206,Corona,Ca 92883 PHONE: 951-245-3700 FAX: 951-245-3753 0 o U EMAIL: stravers @allstate-services.com Web Address:www.allstate-services.corn r c 0 U 0 E IF SUBMITTING A"NO BID", PLEASE STATE REASON(S) BELOW: o N L 0 r U R L _ 0 CD U N O N U N a N to Cl) r d Y U Q N d U L J.+ f!1 Q _ d E U c6 r Q 2°{ Packet Pg. 355 City of San Bernardino TECHNICAL SPECIFICATIONS BID SPECIFICATION NO. RFQ F-15-15 Asbestos - Various Locations o L id 0 ITEM DESCRIPTION v 0 E NOTICE:"SPECIAL INSTRUCTIONS TO THE BMW' m Services: Bidder shall complete right hand column'indicating brief reasoning for exceptions to R requirements when not acceptable. State"Acceptable" if requirements are agreeable as L set forth in left-hand column. U L Equipment: c Bidder shall complete right hand column',indicating specific size and/or make and model v of all components when not exactly as specified. State"As Specified" if item is exactly as set forth in the left-hand column. FAILURF TO COMPLETE RIGHT HAND COLUMN WILL y INVALIDATE BID as N I. DF.FIN.ITIONS: 1 "Director"means the Community Development Director or duly authorized representative. a 2. "Department"means the City of San Bernardino Community a .iZ Development Department. AS SPECIFIED y 3. "City"means the City of San Bernardino. a� 4. "C ontractoe'means the Contractor, its employees,agents or designees. Cn m R II. TERMS OF CONTRACT: a The term of this agreement(the"Agreement")shall be effective for d three(3)years,plus two(2)additional years being executed following E satisfactory performance of the initial term. In order to extend this Agreement,the City shall provide the Contractor a written notice of its intent to extend the Agreement thirty(30)days prior to the end of the Agreement year.The Contractor.agrees to provide the services described in the attached proposal for said additional periods, should the City give the required notice. v Packet Pg. 356 a. That the City is an additional insured on the Contractor's Liability insurance. b. The insurance company name, policy number,period of Coverage and the amount of coverage. L AS SPECIFIED ° c. That the City Clerk shall be notified at least thirty(30)days L prior to any cancellation or material change in Contractor's c coverage. v 0 E d. That the Contractor's insurance shall be primary to any o coverage the City may have in effect. N L VII. WORKERS' COMPENSATION AS SPECIFIED I. The Contractor shall provide Workers'Compensation coverage o for all employees employed pursuant to this agreement.The N Contractor shall provide to the City an insurance certificate 1 evidencing such insurance. ° a VIII. EQUIPMENT SPECIFICATIONS: � N I. The Contractor shall use methods and equipment(i.e.hammers, drills, screws,etc.)deemed adequate to complete all requests for AS SPECIFIED Y asbestos services in a timely manner and to apply the necessary a skills and expertise necessary to perform the work competently a and efficiently. 0 M IX. DETAILED PERFORMANCE SPECI.R[CATIONS: 1. All Contractors shall be a Cal-OSHA certified asbestos consulting N company. N 2. Laboratory procedures used for analysis of bulk samples for Q asbestos shall be tested in polarized light microscopy(PLM), required by the state and local levels. AS SPECIFIED E 3. Laboratory procedures used for lead analysis.shall be tested in by 2 atomic absorption spectrometrometry(A.A.)standards, Q acceptable at the state and local levels. 14 Packet Pg. 357 ■ Any service where the primacy portion of the service consists of labor. For example: maintenance and repair of City vehicles, buildings, equipment,and property; service agreements,technical AS SPECIFIED support. Services not included are:installation of equipment when the cost is incidental to the price of the equipment,and installation is not L classified as a"public works project." c XI: QUALIFICATIONS,RELATED EXPERIENCE AND E REFERENCES OF RIDDER: o This section of the bid should establish the ability of Bidder to satisfactorily perform the required work by reasons of experience L in performing work of a similar nature; demonstrated competence 0 in the services to be provided; strength and stability of the firm; staffing capability; work load; record of meeting schedules on AS SPECIFIED c similar projects;and supportive client reference. U 0 Bidder shall: a� e Provide a brief profile of the firm, including the types of services Q offered; the year founded; form of the organization (corporation, N partnership, sole proprietorship); number, size and location of '.�'. offices;and number of employees. d Describe the firm's experience in performing work of a similar CL nature to that solicited in this RI=Q. N N n Provide, as a minimum, three (3) written testimonials as reference from current customers of a similar size as the City as related cn experience; reference shall furnish the name, title, address and telephone number of the person(s) and the client organization who y is most knowledgeable about the work performed. Q w Bid prices must be valid for one hundred and twenty(120)clays per bid specifications due to processing requirements. AS SPECIFIED Z Q 16 Packet Pg.358