Loading...
HomeMy WebLinkAbout05.P- Public Works 5.P RESOLUTION (ID # 3724) DOC ID: 3724 B CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION Purchase Order From: Tony Frossard M/CC Meeting Date: 04/06/2015 Prepared by: Linda Dortch, (909) 384- 5140 Dept: Public Works Ward(s): All Subject: Resolution of the Mayor and Common Council of the City of San Bernardino Authorizing the Execution of a Vendor Service Agreement and Issuance of a Contract Purchase Order in an Amount Not to Exceed $200,000 with Three (3) One-Year Extensions at the City's Option, to Sierra Pacific Electrical Contracting, for Traffic Signal Inductive Loop Detector Installation Services. (#3724) Current Business Registration Certificate: Yes Financial Impact: This contract will provide for the replacement of traffic signal loop detectors at various locations city-wide in order to improve operational efficiency at signalized intersections. $50,000 for the cost of this work will be charged to the Public Works Department Operations & Maintenance Division for Professional Contractual Services within the Signal Maintenance Program (Account No. 126-400-5502-0093). In addition, this contract will provide for replacement of traffic signal loop detectors that are impacted by various pavement rehabilitation projects identified in the Capital Improvement Program. The capital budget already includes the $150,000 funding required for this work, which is considered to be integral to the pavement resurfacing projects. The associated work on these projects will be charged to individual capital project accounts. Motion: Adopt the Resolution. Synopsis of Previous Council Action: None. Background: The Public Works Department is responsible for maintenance and repair of 282 signalized intersections in the City of San Bernardino. Maintaining the traffic signal detection loops in good repair is necessary for the safety of the motoring and walking public. Both the Engineering Division and Operation & Maintenance Division will use the traffic signal detector services. The Vendor Service Agreement will run from April 6, 2015 until June 30, 2016. It includes three (3) one-year extensions at the City's option. UndatPd- 4/2/2015 by Georaeann "Giai" Hanna B Packet Pg. 262 5.P 3724 On February 9, 2015, a formal bid process was initiated to solicit bids for traffic signal loop detector services. Notices were posted on the City's website, printed in the newspaper and mailed to the Chamber of Commerce. No local vendors and five non- local vendors responded. The bid requested a unit price per loop and total price for loops to be installed at one location. The vendor, business location, and total price are listed below: Vendor Location Total Sierra Pacific Riverside, CA $ 213,650 Smithson Electric Orange, CA $ 233,375 California Professional Engineering La Puente, CA $ 265,375 Traffic Loops Crackfilling Anaheim, CA $ 350,325 L.A. Traffic Signal Transportation Pasadena, CA $ 496,500 Sierra Pacific Electrical Contracting was determined to be the lowest responsible bidder. Staff recommends that the Mayor and Common Council authorize the execution of an agreement and issuance of a contract purchase order in an amount not to exceed $200,000 with three (3) one-year renewals at the City's option, to Sierra Pacific Electrical Contracting, for traffic signal inductive loop detector installation services. City Attorney Review: Supporting Documents: Reso (DOC) agrmt 3724 (PDF) Bid Packet (PDF) Bid Summary Sheet(PDF) Undated- 4/2/2015 by Georaeann "Gioi" Hanna B Packet Pg. 263 1 RESOLUTION NO. 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF A VENDOR 3 SERVICE AGREEMENT AND ISSUANCE OF A CONTRACT PURCHASE ORDER 4 IN AN AMOUNT NOT TO EXCEED $200,000 WITH THREE (3) ONE-YEAR EXTENSIONS AT THE CITY'S OPTION, TO SIERRA PACIFIC ELECTRICAL 5 CONTRACTING, FOR TRAFFIC SIGNAL INDUCTIVE LOOP DETECTOR INSTALLATION SERVICES. 6 7 WHEREAS, Sierra Pacific Electrical Contracting was determined to be the lowest 8 responsible bidder for traffic signal inductive loop detector installation services, per RFQ F- N ai U 9 15-16; Q Cn 10 NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND COMMON o 11 COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: a a� 0 12 SECTION 1. The City Manager of the City of San Bernardino is hereby authorized c 0 J 13 and directed to execute on behalf of said City a Vendor Service Agreement between the City i 14 of San Bernardino and Sierra Pacific Electrical Contracting, a copy of which is attached n 15 hereto, marked as Exhibit "A," and incorporated herein by reference as fully set forth at ~ 16 17 length. M 0 18 SECTION 2. That pursuant to this determination, the Director of Finance or designee 19 is hereby authorized to issue a contract purchase order to Sierra Pacific Electrical Contracting E 20 in the amount of$200,000 with three (3) one-year extensions at the City's option. 21 a SECTION 3. The Purchase Order shall reference this Resolution Number and shall 22 23 read, "Sierra Pacific Electrical Contracting for traffic signal inductive loop detector 24 installation services. Agreement not to exceed $200,000" and shall incorporate the terms and 25 conditions of the agreement. 26 27 28 1 Packet Pg.264 5.P. 1 SECTION 4. The authorization to execute the above-referenced Agreement is ix 0 days of the passage of this 2 rescinded if rt is not executed by both parties within sixty (6 ) y p g 3 resolution. 4 5 6 8 /// U 9 10 /// U)o 11 r /// o 12 0 13 14 U 15 /// L F- 16 /// N 17 0 18 /// 19 20 E U fC 21 /// a 22 23 24 /// 25 26 27 /// 28 2 Packet Pg.265 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF A VENDOR 2 SERVICE AGREEMENT AND ISSUANCE OF A CONTRACT PURCHASE ORDER IN AN AMOUNT NOT TO EXCEED $200,000 WITH THREE (3) ONE-YEAR 3 EXTENSIONS AT THE CITY'S OPTION, TO SIERRA PACIFIC ELECTRICAL 4 CONTRACTING, FOR TRAFFIC SIGNAL INDUCTIVE LOOP DETECTOR INSTALLATION SERVICES. 5 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor 6 7 and Common Council of the City of San Bernardino at a meeting 8 thereof, held on the day of , 2015,by the following vote, to wit: N a� U 9 Council Members: AYES NAYS ABSTAIN ABSENT Cn 10 MARQUEZ 11 BARRIOS 12 0 0 13 VALDIVIA 14 SHORETT in 2 15 NICKEL E- 16 JOHNSON N ti 17 MULVIHILL 0 18 19 = E 20 Georgeann Hanna, City Clerk 21 The foregoing resolution is hereby approved this day of 52015. a 22 23 R. CAREY DAVIS, Mayor 24 City of San Bernardino 25 Approved as to form: 26 GARY D. SAENZ, City Attorney 27 By' 28 3 Packet,Pg. 266 r- VENDOR SERVICE AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND SIERRA PACIFIC ELECTRICAL CONTRACTING FOR TRAFFIC SIGNAL LOOP DETECTOR INSTALLATION SERVICES This VENDOR Service Agreement is entered into this day of 2015, by and between Sierra Pacific Electrical Contracting ("VENDOR") and the City of San. Bernardino ("CITY" or "San Bernardino'). WITNESSETH: WHEREAS, the Mayor- and Common Council has determined that it is advantageous and in the best interest of the CITY to contract for traffic signal inductive loop detector N L installation services and; r N WHEREAS, The City of San Bernardino did solicit and accept quotes from available °CL 0 0 VENDORs for such traffic signal inductive loop detector installation services; and J OWN c WHEREAS, VENDOR is the lowest bidder to provide said service to City; and in NOW,THEREFORE, the parties hereto agree as follows: v 1. SCOPE OF SERVICES. ti M For the remuneration stipulated, San Bernardino hereby engages the services of N M VENDOR to provide those services as set forth in RFQ F-15-16, a copy of which is on file it E cc the Public Works Department and a copy of the Price Form is attached hereto as Attachment d E "1"and incorporated here by this reference. 2. COMPENSATION AND EXPENSES. a a. For the services delineated above, the CITY, upon presentation of an invoice, shalt pay the VENDOR up to the amount of $200,000 for traffic signal inductive loof detector installation services pursuant to RFQ F-15-16. HI b. No other expenditures made by VENDOR shall be reimbursed by CITY. Exhibit"A" 1 Packet Pg.267 3, TERM; TERMINATION. The term of this agreement shall be from April 6, 2015 through June 30, 2016, with three (3) one-year extensions at the City's option. Option year one, if exercised, shall be effective July 1, 2016 through June 30, 2017. Option year two, if exercised, shall be effective July 1, 2017 through June 30, 2018. Option year three, if exercised, shall be effective July 1, 2018 through June 30, 2019. This Agreement may be terminated at any time by thirty (30) days' written notice b} either party. The terms of this Agreement shall remain in force unless amended by writter Cn L agreement of the parties executed on or before the date of expiration of current term of the ou W a� 0 agreement. a 0 0 4. INDEMNITY. J R c VENDOR agrees to and shall indemnify and hold the City, its elected officials, employees in agents or representatives, free and harmless from all claims, actions, damages and liabilities o any kind and nature arising from bodily injury, including death, or property damage, based o ti M asserted upon any or alleged act or omission of VENDOR, its employees, agents, o N M subcontractors, relating to or in any way connected with the accomplishment of the work o E a� performance of service under this Agreement, unless the bodily injury or property damage wa c E actually caused by the sole negligence of the City, its elected officials, employees, agents o w representatives. As part of the foregoing indemnity, VENDOR agrees to protect and defend a a its own expense, including attorney's fees the City, its elected officials, employees, agents o representatives from any and all legal actions based upon such actual or alleged acts o omissions. VENDOR hereby waives any and all rights to any types of express or implie, indemnity against the City, its elected officials, employees, agents or representatives, wit Exhibit"A" 2 Packet Pg.268 5P.bt � respect to third party claims against the VENDOR relating to or in any way connected with the accomplishment of the work or performance of services under this Agreement. 5. INSURANCE. While not restricting or limiting the foregoing, during the term of this Agreement; VENDOR shall maintain in effect policies of comprehensive public, general and automobile liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory worker's compensation coverage, and shall file copies of said policies with the CITY's Risk U Manager prior to undertaking any work under this Agreement. CITY shall be set forth as ar additional named insured in each policy of insurance provided hereunder. The Certificate of r 0 Insurance furnished to the CITY shall require the insurer to notify CITY at least 30 days prior a 0 0 J to any change in or termination of the policy. c P 6. NON-DISCRIMINATION. N In the performance of this Agreement and in the hiring and recruitment of employees v VENDOR shall not engage in, nor permit its officers, employees or agents to engage in ti M discrimination in employment of persons because of their race, religion, color, national origin M ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender o: E �a sexual orientation, or any other status protected by law. a� E 7. INDEPENDENT CONTRACTOR. VENDOR shall perform work tasks provided by this Agreement, but for all intents an( Q purposes VENDOR shall be an independent contractor and not an agent or employee of th, CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment o Income Tax, Social Security, State Disability Insurance Compensation, Unemploymen Compensation, and other payroll deductions for VENDOR and its officers, agents, ani Exhibit"A" Packet Pg.269 employees, and all business license, if any are required, in connection with the services to be performed hereunder. 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. VENDOR warrants that it possesses or shall obtain, and maintain a business registration certificate pursuant to Chapter 5 of the Municipal Code, and any other licenses, permits, qualifications, insurance and approval of whatever nature that are legally required of VENDOR to practice its business or profession. U NOTICES. Cn L 0 Any notices to be given pursuant to this Agreement shall be deposited with the United as States Postal Service, postage prepaid and addressed as follows: o 0 TO THE CITY: Public Works Director 300 North"D" Street San Bernardino, CA 92418 co Telephone: (909) 384-5140 TO THE VENDOR: Sierra Pacific Electrical Contracting 2542 Avalon Street ti Riverside, CA 92509 Telephone: (951) 784-1410 ti Contact: Patience Spina E L 9. ATTORNEYS' FEES. c In the event that litigation is brought by any party in connection with this Agreement, s the prevailing party shall be entitled to recover from the opposing party all costs and expenses, Q 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. Attorney's fees for the City Attorney and members of his office shall be calculated based on market rate for comparable services. Exhibit"A" 4 Packet Pg. 270' ' s. 10. ASSIGNMENT. 4 VENDOR shall not voluntarily or b y operation of law assign, transfer, sublet ox encumber all or any part of the VENDOR's interest in this Agreement without CITY'S prior written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and shall constitute a breach of this Agreement and cause for the termination of this Agreement. Regardless of CITY's consent, no subletting or assignment shall release VENDOR of VENDOR's obligation to perform all other obligations to be performed by VENDOR a hereunder for the term of this Agreement. Cn L 11. VENUE. W 0 The parties hereto agree that all actions or proceedings arising in connection with this ° 0 0 Agreement shall be tried and litigated either in the State courts located in the County of Sar ' 0 Bernardino, State of California or the U.S. District Court for the Central District of California: in Riverside Division. The aforementioned choice of venue is intended by the parties to be mandatory and not permissive in nature. M 12. GOVERNING LAW. N ti M This Agreement shall be governed by the laws of the State of California. E a� 13. SUCCESSORS AND ASSIGNS. c E This Agreement shall be binding on and inure to the benefit of the parties to this Agreemen �o w and their respective heirs, representatives, successors, and assigns. Q 14. HEADINGS. The subject headings of the sections of this Agreement are included for the purposes o convenience only and shall not affect the construction or the interpretation of any of it; „�•. provisions. HI Exhibit"A" 5 Packet',Pg.271 5.P.b 15. SEVERABILITY. If any provision of this Agreement is determined by a court of competent jurisdiction to be invalid or unenforceable for any reason, such determination shall not affect the validity or enforceability of the remaining terms and provisions hereof or of the offending provision in any other circumstance, and the remaining provisions of this Agreement shall remain in full force and effect. 16. ENTIRE AGREEMENT; MODIFICATION. This Agreement constitutes the entire agreement and the understanding between the N L parties, and supercedes any prior agreements and understandings relating to the subject manner a a� of this Agreement. This Agreement may be modified or amended only by a written instrument °L 0 0 executed by all parties to this Agreement. J cc c 0 T rn 0 L s F d' N ti M N ti M E L d E U f� rr a Exhibit"A" 6 Packet!Pg.272 VENDOR SERVICE AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO '000w,. AND SIERRA PACIFIC ELECTRICAL CONTRACTING FOR TRAFFIC SIGNAL LOOP DETECTOR INSTALLATION SERVICES IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and date set forth below'. Dated: , 2015 SIERRA PACIFIC ELECTRICAL CONTRACTING By: Its: a� L Dated , 2015 CITY OF SAN BERNARDINO a� 0 By: a Allen J. Parker, City Manager o Approved as to Form: Gary D. Saenz, City Attorney co B v d� N h M N ti M r+ E L R E V Q 'S61. Exhibit"A" 7 Packet;Pg.273 �� City of San Bernardino TECHNICAL SPECIFICATIONS RFP F-15-16 TRAFFIC SIGNAL INDUCTIVE LOOP DETECTOR INSTALLATION SERVICES CONTRACT NOTICE: "SPECIAL INSTRUCTIONS TO THE BIDDER" y PROJECT DESCRIPTION The Public Works Department, Operation & Maintenance Division is responsible for o maintenance and repair of 282 signalized intersections in the City of San Bernardino. The intent of this Request for Proposal is to solicit proposals from qualified Vendors with experience o in providing and installing Traffic Signal Inductive Loop Detector Services. The City is looking a for the most responsive and responsible Vendor that will be committed to provide the best level °o of service in installing traffic signal inductive loop detectors. The City is looking to install approximately 500 inductive loop detectors through a formal bid process. The City of San Bernardino intends to enter into an agreement with a qualified Vendor for Traffic Signal N Inductive Loop Detector Installation Services. F- The Vendor will be expected to use its own materials, equipment, tools, and manpower to install Nt and replace damaged traffic signal loops. h M Services: Bidder shall complete right-hand column indicating brief reasoning for exceptions 9 to requirements when not acceptable. State "Acceptable" if requirements are a agreeable as set forth in left-hand column. 'm Equipment: Bidder shall complete right-hand column indicating specific size and or make and model of all components when not exactly as specified. State "As Specified" if E item is exactly as set forth in the left-hand column. a FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID CATEGORY I I CCEPTABLE/ S SPECIFIED L SCOPE OF WORK CEPTABLE The VENDOR will be provided with a list of locations along with the of loops at each location, where traffic signal loops are to be installed.need arises, the VENDOR and the City representative shall meet at the si ietermine the number and location of loops to be installed. N' 9 Packet;Pg.274 The VENDOR understands that there is no guarantee given or implied as to the ACCETABLE total number of loops to be installed as a result of this contract. The quantities stated in this bid, is an estimate of annual needs, to be used for comparison purposes only. Installations will be ordered as needed. All pricing is guaranteed for one year from date of award of contract. The VENDOR will complete installation of inductive loop detectors within ten working days from the date of the order. 2. MATERIALS/INSTALLATION: ACCETABLE Traffic Signal loop materials and installation shall be accordance with Section 86-5.01A(l) thru Section 86-5.01A(4) of the Caltrans Standard Specifications o 2010 Edition. d a� 0 Traffic loops shall be Type "E" as shown on Caltrans Standard Drawing No. o ES-5B. o J Ri The total cost for installation shall include any removals that may be needed to c' install the new loops. Cn 3. TIZAFFIC CONTROL 2- ACCETABLE Attention is directed to Section 7-1.0, "Public Convenience and Safety" of the M Standard Specifications for Public Works Construction, latest edition and these special provisions. IL Warning signs, lights, and devices for use in performance of work on Highways m shall conform to the "California Manual on Uniform 'Traffic Control Devices (CA MUTCD), 2012 Edition, and the Work Area Traffic Control Handbook (WATCH MANUAL), 2012 Edition, adopted by the City of San Bernardino. � 'The VENDOR shall so conduct the operation as to offer the least possible Q obstruction and inconvenience to the public. Convenient access to abutting properties shall be maintained whenever possible. VENDOR shall maintain a minimum of one traffic lane in each direction at all times. All excavations opened during any day will be paved back to a safe condition by the end of the same day. All work sites shall be marked and called in to Underground Service Alert three (3) days prior to work starling as per State of California. If a conflict exists, VENDOR must notify the City prior to digging or removals of the site. { Notification can be by phone and followed up with a written notification. I 1.0 Packet Pg.°275 5.P.c FAJI of business and residences along the street(s) that are within the ACCETABLE work shall be notified in writing at least five (5) days prior to ment of work. This notification shall explain the sequence of work e any restrictions of access. Verbal notification shall be given to all usinesses and residences at least 1$ hours in advance of commencing ill affect access to and from properties. ul compensation for furnishing labor, materials, equipment, and incidentals for all traffic control will be considered as being included in various items of work and no additional compensation will be allowed. 4. SITE MAINTENANCE, ACCETABLE The VENDOR shall maintain the site of the work in a safe, neat, and orderly Cn condition free of any hazardous conditions, trash, debris, surplus material, and o objectionable matter of any kind, all to the satisfaction of the Public .Works a Director or the City Engineer. o 5. WASTE DISPOSAL J ACCETABLE All material removed shall become the property of the VENDOR until it is legally disposed of n cc cc 6' E QUIPMENT AND PERSONNEL ACCETABLE N The VENDOR will provide all equipment and trained personnel to provide timely installation of traffic signal. loops. Y V 7. UALIFICATIONS/LICENSES a ACCETABLE m Qualified personnel shall perform all services. The VENDOR represents that it, c its employees and subcontractors have all licenses, qualifications and. approvals E of whatever nature that are legally required to perform the Services, including a U City business License, and that such licenses and approvals shall be maintained Q throughout the term that services are provided. 8. PRICING ACCETABLE Provide a pricing proposal that is a fixed fee per traffic signal loop installed. The fee shall include all costs for mobilization, traffic control, equipment, materials, removals, and personnel. 9. PREVAILING WAGE ACCETABLE l This is a 2revailing wage contract. 11 Packet Pg:276 10. REFERENCE LIST ACCETABLE Provide three (3) local government agencies and/or company's previous or current contact references that support your ability to provide Traffic Signal Inductive Loop Detector Replacement/Installation Services. 11. VENDOR NON-COMPLIANCE ACCETABLE A. If the Public Works Department Director, or designee, determines that there are deficiencies in the VENDOR's performance, the Public Works Director, or designee, will provide a written notice to the VENDOR stating the deficiencies and specifying a time frame to correct the specified a deficiencies. This time frame shall be reasonable, as determined by the Public Works Department Director, or designee, to correct the specified N deficiencies. o d B. Should the VENDOR fail to correct any deficiencies in within the stated time frame, the Public Works o Department Director, or designee,may exercise the C following measures: c aM 1. Deduct from the VENDOR's payment the amount necessary to o correct the deficiency, including City overhead costs and impose a deficiency deduction. 2. Withhold the entire or partial payment N 3. Terminate the contract. M a� a. m c as E a 12 0ack6f Pg:k 277 PRICE FORM REQUEST FOR QUOTES: RFP F-15-16 DESCRIPTION OF RFP: Traffic Signal Inductive Loop Detector Installation Services COMPANY NAME/ADDRESS: Sierra Pacific Electrical Contracting 2542 Avalon St., Riverside, CA 92509 NAME OF AUTHORIZED Patience S REPRESENTATIVE: Ina p• a� TELEPHONE NO. (951 ) 784-1410 FAX NO. (951 ) 784-4489 2 For the following, a location shall be defined as one approach to an intersection. o 0 J PROVIDE A FIRM FIXED UNIT PRICE FOR THE FOLLOWING NUMBER OF LOOPS TO BE INSTALLED ON ONE LOCATION: a� co Unit Price Per Total Price for Loop. ... No. of Locations Unit price for 4 loops or less M (20 locations estimated to be completed over the term of the contract) (Assume 2 loops per location) 424.00 $ 16,960.00 a Unit Price 424 x 2 x 20 = 16s960 r C Unit price for 5 to 16 loops (50 locations estimated to be completed over the terns of the contract) (Assume 12 loops per location) 289 00 Y $ 173,400.00 Unit I'i'IC;e 289 x 12 x 50 = 173,400 Unit price for 17 loops or more (5 locations estimated to be completed over the term of the contract) (Assume 17 loops per location) $274.00 $23,290.00 Unit Price 274 x 17 x 5 = 237290 „ GRAND TOTAL N/A $213,650.00 17 Packet Pg.278 ANNUAL PURCHASE ORDER Effective on or about April 6, 2015 through June 30, 2015 plus three (3) one-year renewal options, for City's requirements. Option year one, if exercised, shall be effective July 1, 2015 through June 30, 2016. Option near one, if exercised, shall be effective July 1, 2016 through June 30, 2017. Option year two, if exercised, shall be effective July 1, 2017 through June 30, 2018. Actual option year pricing shall be negotiated with the successful Bidder(s) prior to exercising of any given option year. Option years shall become effective only upon issuance by the City of a duly authorized Purchase Order. Are there any other additional or incidental costs, which will be required by firm in order to meet the requirements of the Technical Specifications? Yes No (circle one). If you answered "Yes", please provide detail of said additional costs: 0 a 0 0 �a a� co U Please indicate any elements of the Technical Specifications that cannot be met 4-- by your firm. N ti M r+ N Y V l4 a m 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. Cash discount allowable % days; unless otherwise stated, payment terms are: Net thirty (30) days. 1s Packet Pg.279 . � In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm, and the date said Addenda was/were received. Verification of Addenda Received Addenda No: Received on: Addenda No: Received on: Addenda No: Received on: a This bid has been reviewed and found to be correct and final. The undersigned N is authorized to providing pricing: o r AUTHORIZED SIGNATURE: 0 CL 0 PRINT SIGNER'S NAME AND TITLE. Patience Spina AVON c Corporate Secretary Cn DATE SIGNED: 02/17I2015 COMPANY NAME & ADDRESS: Sierra Pacific Electrical Contracting N M 2542 Avalon St., Riverside, CA 92509 4) PHONE: (951 ) 784--1410 FAX: (951 ) 784-4489 CL m EMAIL: Web Address: E s ca Q IF SUBMITTING A "NO BID", PLEASE STATE REASON(S) BELOW: 19 Packet''Pg.280 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. N d V DIVISION OF NAME OF FIRM OR LOCATION WORK OR CONTRACTOR CITY TRADE 0 NIA N/A NIA ° m O 0. 0 0 J flf C Cn V I— N ti Patience Spina Print Name Signature of Bidder a Company Name: Sierra Pacific Electrical Contracting 2542 Avalon St., Riverside CA 92509 Address: Q 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. Zo Packet Pg.281 NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO In accordance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of perjury: That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with RFQ F-15-16. N d V Business Name Sierra Pacific Electrical Contracting it 2542 Avalon St., Riverside, CA 92509 ` Business Address Signature of bidder X 0 0 Riverside Place of Residence in Subscribed and sworn before me this 17th day of February 20 15 N M Notary Public in and for the County of Riverside , State of Y California. CL My commission expires June 25 2017 m E a 21 — Packet`Pg.282 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE§8202 �,�r•,c�c�x':: -. -. - -- -,,c�� „�r,�c,��„���,s-:c.�:.c�.'ssa�.�,as,�c.���a�y���c�2 C✓ J See Attached Document(Notary to cross out lines 1-6 below) 1.1 See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) N d U N L O 4d V d b+ Q 0 Q Signature of Document Signer No. 1 - Signature of Document Signer No. 2(if any) 00 J State of California Subscribed and sworn to (or affirmed) before me County of Riverside on this 17th day of February 2015 by Date Month Year Patience Spina ~ N JAR *R1�Vi0 tOCP (2) — --_ __ __.._ Commissio"�2031046 Name(s)of Signero d Notary Publio-California U Riverside County s proved to me on the basis of satisfactory evidence as MY,Comm.El fns Jun b,2017 a to be the person( who appeared before me. m Y C Signature Zlic E Place Notary Seal Above Sign lure of Notaty�v r OPTIONAL Q Though ction is optional, completing this information can deter alteration of ocument or + lent reattachment of this form to an unintended do ent. Description of Attached Document Title or Type of Document: Document Date: _ Num f Pages: Signer s er Than Named Above: ':�%G`.� tit;�;c�=:t,�t-cn�.�,^r.:z;'�';,�. ©2013 National Notary Association • www.NationalNotary.org s 1-800-US NOTARY(1-800-876-6827} Item#5910 Packet Pg.283 r ELECTRICAL CONTRACTING 2542 AVALON ST.•RIVERSIDE,CA 92509-2057•PHONE'(951)784-1410• FAX:(951) 784-4489 LICENSE#264048 A.0-10 February 17, 2015 I Sierra Pacific Electrical Contracting has been in the business of installing street lights and traffic signals since 1969.SPEC is a corporation with one office at 2542 Avalon Street, Riverside,CA 92509 and has 40 employees.Our company specializes in the complete installation and modification of street lights,traffic d signals and site lighting. •2 a� L Sierra Pacific Electrical has installed and replaced traffic detector loops of various types for cities, counties and private developers. We had a maintenance contract with Riverside County for 2 years. o C. Per the General Specifications No.7, please see attached Certificates of Compliance for the material 0 0 J proposed to be used. Per General Specifications No. 9, all material is kept in stock at Sierra Pacific's yard. a� in References: �a L 1. Riverside County—Delaney Davezan, Traffic Signal Supervisor. 3525 14`f'St., Riverside, CA � 92501. (951)955-6894. 2. City of Moreno Valley—Eric Lewis, City Traffic Engineer. 14177 Frederick St., Moreno Valley,CA 92552. (951)413-3162. 3. San Bernardino Municipal Water District—Aaron Winchester.444 W. Rialto Ave.,Suite D,San Bernardino, CA 92401. (909) 384-5018 0. m c a� E t .r 19 r Respectfully, Q Patience Spina Corporate Secretary Packet Pg.284 v . ' . � o CL 0 z e c /k/ \ \§� / 0 2 k®/ /7\ 00 / / < 0 4;t < < 3 / E / / § (0 ® O ce) Q N \ Q � § j 2 « 285' i tri aiM 101 mad 1 !• ! z1 1 IrUil 1 FJOICH 0 1 1 I 1C7t t lal I Q�N .4�R�m 1' 1 >+ I I � 1 -• 1 -• 1 t I I 1 1 ! � o� y rq i i i f •u��('�i4p�n�. 11{ a ! 1 1 � 1 1 � 1 t ACC >ai«I'� i ^• f -• i i H 1 i 1 H 1 i OCR' 1 t l l 1 1 1 1 � " "^' 'I' y gat I oil IA I I 1 V , 1 - 1 ,� 1 v �o rtV v e i W I 1 •• 1 H I { t >+ 1 O 1 to s`e••to.-as p N tt/ tp �o�•N .-m Iplol � rar 1 10FN1 1W1 1 INIW1 O wNel't0m °oc babova° 1V11 (AI lKCI I II I +� 1W fhl ! pl i W IL� 1 l d pCypp�p 1 1 0 1 mm I I ! m I H H+ ••• + r� RC 1 { I Q I tR1Ht �� l l f p + ' 1 O 1NNI ?tt 1 1 1 ! O 1 0 1 I M c+1 1 D ! ! a 1 ! ( co Ip6t tool 1 1 1 I I I i I H ! I ! LM I IUf • •• IU 1 a I 1 I in 1 I � 1 4)bi H1 t o fa 1 1 I fHIr1+ I �Htar IU •• +j 1 1 1 U v ItnlWl IQstr I I a0 1 i �Ct g IC7IH1AA1a ! 10•.� r.. : tUl IU1t41 I WI 1 A 8 1 1 1 u a l p l l t/1 v H I a I 1 f 1rl; I 1 w H + -•^•^• + R, I 1 a O 1t+ t 1 'tf�" lot lto3 .t 1zI 1 ep 1w1V' 1 HUII 1 { OA - IOIpF p 10 10 10 + -•�-• + Wxtq I H I A I Z ti 1 � 1 ° ioa oo ia181 w 944 o .� O 1 13 1 1 a S�o 1E. t � l m + alx+ - .2,°a a �' m I l t R 0o v OZ Ci x d Ha 1 i i a a u Cm g � a s w ° H e w ��. o t- Oi iHlt` 1 MH 9 1 � p i ImI n off a U •I+ H 1 Al I m uaG p m IT + -•-•-•+ w a m H 1 4is 1 r QO o z WHZ i Ua a 1 w 1 11 H HHO H Ziz x x ! to 1 t rn a tl)3 h rn H 3 x x x -.'•"' 1 W M H qA 11 1 ' < µ' W H O b� I H i ,-1 1 cn ux, coa + °Q1_. + 1 Packet Pg.286 U AF A ai�eco�e tavlyr.� MATERXAL SAFETY DATA SHEET MSDS No. CRF025 Date of Are aration: October 13 2009 Revision No.0 ri M,.'' • stet C gym - J>i,C0` n.ormatio�I, Product Chemical Name: Crafco HP Binder Chemical Formula: Mixture CAS Number: Mixture Other Designations: Modifled Cutback As halt General Use: Cold-Patch Hinder ManuFacturer: CRAFCO, Inc., 420 (North Roosevelt Avenue, Chandler, AZ 85226; Phone 602-276-0406; Hours of Operation 7:30 am -- 4:30 pm; ERGON 24 Flour Emergency Phone Number 1-800-222-7122; CHEMTREC 1-800.424-9300. : , „ ! P;CttOC,prn 017U _Cl''.IG 'I.QIJ Q. .1X d1E' Ingredient Name CAS Number % Vol Asphalt 8052-42-4 60-80 N Petroleum Distillate 68476.34-6 10-30 0 Additive Pra rleta 0-10 a� OSHA PEL ACGIH 7LV NIOSH REL NIOSH INGREDIENT Q- 7WA ML I 7WA STEL IWA STET IOLH 0 D,S mg/m (inhalable None estab.Asphalt None estab. None fraction,as None 5 mg/m' c None estab estab. benzene- estab. . (ceiling) b. 0 soluble to aerosol 2 Petroftin Disti @ate 100 mg/m None None estab. None 10D mg/m None None eswb. as total estab. estab. as total estab. F articulate oarticvlate Additive Nona estab. None None estab. None None estab. None estab. � estab, estab. estab.None C14 M w °' .:► Sec io 3 az�rds afar a0f3lMI EMERGENCY OVERVIEW H-i a POTENTIAL HEALTH EFFECTS F-2 m Primary Entry Routes: Inhalation and absorption. R•0 u ppE•K Target Organs: Mucous membranes, skin, and digestive tract. Acute Effects: Exposure to product fumes, vapors,or mists in concentrations above the Set.B PEL/TLV may lead to systemic symptoms(salivation, vomiting, respiratory difficulties, dizziness, U headache, loss of papillary reflexes, cyanosis, hypothermia, and mild convulsions). Q Inhalation: Exposure to product fumes, vapor and dust may result In irritation to the respiratory tract Prolonged exposure in excess of the permissible exposure air concentrations may result In acute toxic effects such as respiratory difficulty, convulsions, central nervous system effects and possible cardiovascular collapse. Eye: Exposure to product fumes, vapors or mists may cause irritation. Liquid exposure may cause Irritation. Symptoms may include a buming sensation, Intolerance to light, redness/swelling/tearing, and possible erosion of the surface of the cornea. Direct contact with hot material will cause thermal burns and possible blindness. skin: Skin contact may cause Irritation which when accentuated by sunlight may result in a phototoxic reaction. Prolonged and repeated liquid contact may result In dermatitis, folliculitis, oil acne or skin Page 1 of 5 Packet Pg. 287 o CRAFCOM 0 GONWC04MIn MATERIAL SAFETY DATA SHEET Date of Pre MSDS No. CRF025 Preparation: October 13 2009 Revision No.0 Spill/Leak Procedures: Stop spill at source If possible without hazard. Remove sources of heat or Ignition. Avoid breathing vapors, mists or fumes. Avoid skin contact, cleanup personnel should be provided with appropriate clothing. Contain spilled material by diking/berming with absorbent solids such as sand or soil. Do not release runoff Into sewers or waterways. In cases Involving release to the environment such as a waterway of the United States, contact the National Response Center at 1-800- 424-8802. In Canada re ort releases to the appro2riate Provincial authorities. Handling Precautions: Unheated material presents no known hazards. Avoid prolonged or repeated a contact with the skin or breathing fumes, vapors or mists. Wear appropriate protective equipment when performing maintenance on contaminated equipment. Exercise good personal hygiene including the N removal of contaminated clothing and prompt washing with soap and water. L Storage Requirements: Ground and bond all transfer and storage equipment. Store in properly 0 closed,labeled containers away from sources of ignition. Store containers In a well ventilated, dean and dry area. o Re ulata Requirements: None known rsonalaProte tOff " '" 0 0 Engineering Controls: Use local or exhaust ventilation in all enclosed areas or if there is inadequate J ventilation to control exposure. _ Ventilation: Provide general or local exhaust ventilation systems to maintain airborne concentrations below OSHA PELs (Sec. 2), local exhaust ventilation is preferred because it prevents contaminant N dispersion Into the work area by controlling it at Its source. - Respiratory Protection: Seek professional advice prior to respirator selection and use. Follow OSHA respirator regulations (29 CFR 1910.134) and, if necessary, wear a MSHA/NIOSH-approved respirator. t— Select respirator based on its suitability to provide adequate worker protection for given working conditions, level of airborne contamination, and presence of sufficient oxygen. For emergency or ti nonroudne operations (cleaning spills, reactor vessels, or storage tanks), wear an SCBA. Warning! Nr- puri/ying respirators do not protect workers in oxygen-defident atmospheres If respirators are used, CD OSHA requires a written respiratory protection program that Includes at least: medical certification, training, fit-testing, periodic environmental monitoring, maintenance, inspection, cleaning, and a convenient, sanitary storage areas. 0 Protective Clothing/Equipment: Wear protective gloves, boots, aprons, and gauntlets as need to m prevent prolonged or repeated skin contact. Goggles and face shields should be used in areas where splashing may occur. Wear protective eyeglasses or safety goggles per OSHA eye- and face-protection regulations (29 CFR 1914.133). Contact lenses are not eye protective devices. Appropriate eye E protection must be worn Instead of, or in conjunction with contact lenses, U Safety Stations: Make emergency eyewash stations, safety/quick-drench showers, and wash€ng Q facilities available In work area. Contaminated Equipment: Separate contaminated work clothes from sheet clothes. launder before reuse, Remove this material from your shoes and clean personal protective equipment. Comments: Never eat, drink, or smoke in work areas, Practice good personal hygiene after using this material esnclallr,before eating, drinking, or smokin . - ort89 G• rao e t 1 Physical State: Dark brown to black viscous liquid Water Solubility: Not soluble. Appearance and Odor: Black, Dark Brown/Asphalt Other Solubilities: No data. Odor Threshold: Not available Boiling Point: >300°F Vapor Pressure: < 10 mmHg @ 77°F Freezing/Melting Point: Not available. Page 3of5 Packet Pg. 288 5.P.c , r • AV irltt,oltS:tlhF?iVt7� MATERIAL SAFETY DATA SHEET Date MSUS No. 'tritF02S of Pre aration: October i3 2009 Revision No.0 Empty containers retain product residue (liquid and/or vapor) and can be dangerous. Do not expose such containers to heat, flame, sparks,static electricity or other sources of ignition. Recommend using a non-hazardous solvent to remove the product. Follow federal, state and local regulations for the disposal of the waste materla reqardless of Its classification. Ambient Temperature Material Shipping Name: Not Regulated Packaging Authorizations: Quantity Limitations: a) Exceptions: NA a) Passenger,Aircraft, or Shipping Symbols: NA b) Non-bulk Packaging: NA Railcar: NA Hazard Class: NA c) Bulk Packaging: NA b) Cargo Aircraft Only: m NA U ID No.: NA Vessel Stowage Label: NA Requirements: Special Provisions(172,102): NA a) Vessel Stowage: NA o b)Other: NA a� m ' - -e•'on � u��.Q� $olr,lirt,alrio "' � ' � •'� o CL EPA Regulations: This product and/or its components are listed on the TSCA Chemical Inventory. o Additional reporting (Tier II,Tier I, or Chemical Release Reporting)may be required. RCRA• Ta RCRA Hazardous Waste Number: Not fisted. RCRA Hazardous Waste Cassitcation (40 CFR 261): This material should not be hazardous due to in characteristics, 2 CERCLA cu CERCLA: Not listed. CERCLA Reportable Quantity(RQ): This material,in its solid form, is not a listed hazardous substance and does not have a reportable quantity. However, If spilled In liquid form into waters of the U.S., ti It may be reportable under the Clean Water Act. M SARA SARA 311/312 Codes: Fire—No, Pressure—No, Reactivity—No, Immediate(acute)—Yes, Delayed Y (chronic)-Yes, a SARA Toxic Chemical: Not listed. SARA EHS(Extremely Hazardous Substance)(40 CFR 355): Not listed. -0 ca OSHA Regulations Hazard Communication Standard(29 CFR 1910.1200): Yes Air Contaminant(29 CFR 1910.2000, Table Z-1, Z-1-A): See Table in Section 2. E OSHA Specifically Regulated Substance: No c U State Regulations: Listed In state hazardous substance list for CA and MN as Asphalt(petroleum fumes' FL,MA NJ as Asphalt fumes and PA as Asphalt. Q M t ecl~iq (9• .9 0 Qr on Revision Notes: Additional Hazard Rating Systems: Disclaimer: CRAFCO PROVIDES THIS INFORMATION FOR THE USER'S CONSIDERATION. CRAFCO BELIEVES THIS INFORMATION IS ACCURATE, BUT NOT ALL INCLUSIVE IN ALL CIRCUMSTANCES, USER SHOULD ENSURE THAT USER HAS CURENT DATA RELEVANT FOR ITS PURPOSES. NO WARRANTY, EXPRESSED OR IMPLIED, INCLUDING MERCHANTABILITY, FITNESS OR OTHERWISE IS GIVEN, Page 5 of S Packet Pg. 289 5.P.c LUt ttQf Lt71J CJf,tJ, JDL�}t?972 t U FtLW t HfC CGHDLC t Ht�C aut ut AL 1 Owptw map&,= artiSe #a ofCu�i€atncx it is cerMed that tht pra&dct sWHed by AJIStw Coble Pxoduds sMPped in the stated quad ty,on the � date shGvm and aonfonns to a applicable requirements,Vedficatioos and d W DBS seat fart 3 CA ft !fated pumbaw order. L 0 U r d 0 0 J Sold by: ,t UStar Coble rodue"o Inc. C Sold to: Cwtomer Pom N ti M a� U Q�1L3tx bars:No. 1�ui�f 0 Cu a -a t � w a Inside Sale maw KeAnY Veaegas Signatt*of Selesman: x$713.pt(�Nk�R SI•VA,SANTA WSM11408,CA 9067&,V11, h s •9160 VaR SOZ40-07 Packet Pg. 290 5.P.c tarut►lLViJ u'l.u� Ju4-1ujj&tu 1tLLJlI^d� vrruLL tma.. V/IUt ALLs w � Q� & a it is wed frost&a product sgprxed by AlfSW Cabfe F� �n the tye an the date sbow�a and comma alf appliaafo requiz�:man�, caans and dwtn�e set fort.)on tha u listed pumbaee andm CL L 0 r U d 0 0 Scold by.. .A Ntar CA%ProtfM44 In' ' Fz Mfg POW Sold to: custarnear Qmmtfty pa t lvo- lRe�clr ptitOn 4 t a �c� aC� tt tU&Z- e- L �,lol U t6 y .y Q YaSide Sfdcm=, Kemy VeaegOS signawote QfSaiem ----w---- S87A a p ONSIZR OLVD,sAJV rn VA Ien c�867"Al7s SGx.�6.�9XfA me 8fi 63.91�A, Packet Pg. 291 (sooimaS aoloa;ao door leuBIS 3'J4eJl : t7ZL£) laauS fuewwnS p q :;uawgoej;y CD IL N L6 Cb a r m ° ° CD a o °' o 0 0 Ca a cz N to a U a 00 CD V Lr) NT o U � 6 o cl w z ` LO ca m O O O CD O O O N tC ° O O CD Q to v oQ u7 co O Q —j d cfl L Z N l :D ° p p p p M o o o LO L6 •a V ° C7 O P h U •� O V ` o cM cM a O N N U d z } O Q O Wf � O O ILD Q Q cn V/ Q Sf a7 . ±ti k 0 O O C)O U) La �_r, U) r- r 't: 'Jz' O O u7 C co Co 7 N .0 y co V C\l CO -- �- Yp' % U1 V (L o M N �i? D U xx%' r: +� N N t,?=, a O a 4f� f _r d 47 z CD d O O O IM M C O O tf� f o -J v Q o LO Q 00 co LU U Z O Q.. O L O N U U O �� C4} .�-- C2 "Ra' C3 .* Q w- to 10W_'i:5.,1';/;h`=:.Q 0.��'.? .0 R-�f QN tlU?�J f o p N +N L• �E c�1 I t0E O E O N O !Q p O rF c ;Fca t ti O w t 0 L c 0 0N Q Q � N O to O c csX 3 z O O p o a� LO LD a) x a x o o Cl) "Q Q O X p U CO O0. ^ U a .,O_ i 0- O Q d O Q M O > z a) `'( [L D ,{ � v v o o L C LO O a J a. C7 O OWN ,.,/. r 1 :.l.,�,.5. f ,.o.,,(.. _.R�.�.;.i+t „,.5:_:�. .'.Y,..,. ;it 7Y.._.i».1✓ift ,5{ � ..r_:i.-,.mr 'f � � J t ..:.. i ,_. ,:�., .'. (saoinaaS jo;oa;ao door leuB'S 3UJeJl : VZ1£) jaaus tiewwns p!13 quawLi3el;y M V 410, 0. a.. d Y V n. n< N 91-1x3>; v o 1,111 EL ,` ". .` o. o O O r NN`s.'JZO L 'a-;:;.fix Q� Y O N CD CD o O O O O -Q CD CD LO LO O N N d O O 0 _ ci 'V Co CL7 tf7 67 O L ' %I •• 2L O M CO N U) V z 4R O O O Fk:,.tizr s. a O O O LU LIJ a M Z c6 E O O CO O O O (1)s] to ':;'',:hL .',p;: Q O O O to 0 O LA � to cn u. = m CL C r L m a. z o O o Chi N Q a+ O L N O �+ / y- N - O p O O O o o Q L- 0 E o ° E ° °o Q CD CL a) I` 4 jd V O E O 64 E O x O it !_ _ a�L idp' o o � x x c � X O Cl) O O O O O Q Q O o -o -° L) CCS o a) cv M a- O Q ° a- O Q O U �- U Q Z O (CLL p:.< o 0 o L ° ,0 0 0 ° c O O v o t� Q. -, ff. .'. ,..Y ��� i f