Loading...
HomeMy WebLinkAbout05.S- Public Works 5.S RESOLUTION (ID # 4027) DOC ID: 4027 AC CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION Agreement/Contract Amendment From: Marlene Miyoshi M/CC Meeting Date: 12/07/2015 Prepared by: Ted Rigoni, (909) 384-5198 Dept: Public Works Ward(s): All Subject: Resolution of the Mayor and Common Council of the City of San Bernardino Approving Contract Change Orders No. 1 and 2, for the Annual Citywide Maintenance Services Contract for Roadway Rehabilitation Work on Various San Bernardino City Streets Project with the Matich Corporation, Appropriating Fiscal Year 15-16 Funds for Said Project and for the Concrete Improvement Project. (At Meeting of November 2, 2015, Item Continued to November 16, 2015; Item Continued to December 7, 2015) (#4027) Current Business Registration Certificate: Yes Financial Impact: The City budgeted $5,598,881.00 for the project entitled, "Annual Citywide Maintenance Services Contract for Roadway Rehabilitation Work on Various San Bernardino City Streets", for the 2014-15 fiscal year. Project expenditures totaled $1,382,565.41 in the prior fiscal year. This item is requesting that the Council appropriate $4,216,315.59 in Q Fiscal Year 2015-16 to complete the project. The project is being funded by Measure I, Fund 129. Appropriate $2,926,810.61 for AC paving, Appropriate $1,289,504.98 for new PCC work. Total appropriation for Fiscal Year 2015-16 is $4,216,315.59 Motion: Adopt the Resolution. Synopsis of Previous Council Action: 10/06/14 The Mayor and Common Council awarded a contract to Matich Corporation, in the amount of $4,937,730, per adopted Resolution No. 2014-361. Background: The Matich Roadway Rehabilitation Work contract was executed on October 30, 2014 which set the one year contract term from November 1, 2014 to October 30, 2015. The work was to include the reconstruction of damaged sidewalks, drive approaches, wheelchair ramps, cross gutters, localized asphalt concrete repairs, grinding and resurfacing of street pavement, striping, etc. Matich has completed the rehabilitation work on 13 of the 47 project street segments, with project construction expenditures of $1,335,831.98 to-date. There are 34 project street segments outstanding. Section 8-1.04, Contract Term, of the Project Bid Documents provided for a contract period of one year with up to a possible two (2) separate one year extensions as Updated: 12/2/2015 by Henry Empeno Jr. AC Packet Pg. 572 4027 approved by the Mayor and Common Council. The contract requires the contractor to provide a written request for the one year extension, which Matich submitted to the City dated August 30, 2015. (See attachments.) Staff has been in discussions with the contractor regarding a plan to expedite the work and to ensure completion of the project within the requested one year extension. Matich has agreed to relinquish the outstanding Portland cement concrete (PCC) flatwork (curb, gutter, sidewalk, wheelchair ramps, cross gutters, etc) portion of the project work (bid items 1-10) to allow the City to re-bid the work. The PCC work will be done under a new contract to be bid separately, and returned to the Mayor and Common Council for consideration and award. Matich will continue with the AC paving work. Bifurcating this contract will allow the two primary components of work (PCC flat work and AC paving) to be undertaken on parallel work schedules, thus expediting the work. Recommended Action: The Matich contract changes can be implemented through contract change orders. Contract change orders over $5,000 require Mayor and City Council approval, per Resolution 88-389. Mayor and Common Council approve Change Order No. 1 in the amount of $16,067.51 for additional necessary work that was not included as part of the original project bid. Change Order No. 1 items include: sidewalk work, construct local depressions, construct asphalt concrete leveling course and asphalt concrete tonnage credit. Mayor and Common Council approve Change Order No. 2, that eliminates the remaining bid items No. 1 through 10 (construction of PCC curb ramps, curbs, curb and gutter and spandrels) in the amount of $1,101,593.40 from the project contract and revises the original contract amount to $3,852,204.11. Change Order No. 2 also extends the Matich contract (AC pavement work) to October 30, 2016. Matich Corporation is expected to start the remaining AC work in January 2016 and be completed by June 2016. The remaining AC portion of the work is budgeted at $2,926,810.61, which includes $2,500,304.62 for Matich Corporation to complete construction of AC work, and $426,505.99 for inspection, contract administration, contingencies, testing, staff oversight, etc. (See attached table). Mayor and Common Council authorize staff to re-bid the PCC work. Staff expects to bid the work in January 2016, construction is estimated to commence in March 2016 and completion of the work is targeted for June 2016. The PCC portion of the work is to be budgeted at $1,289,504.98, which includes $1,101,593.40 for construction and $187,911.58 for inspection, contract administration, contingencies, testing, staff oversight, etc. Funding will come from the adjusted Matich contract budget (see attached table). Updated: 12/2/2015 by Henry Empeno Jr. AC Packet Pg. 573 5 S. 4027 Mayor and Common Council appropriate $2,926,810.61 from the FY 14-15 "Annual Citywide Maintenance Services Contract for Roadway Rehabilitation Work on Various San Bernardino City Streets Project", to FY 15-16 for AC project work. Mayor and Common Council appropriate the remaining project balance for PCC work, $1,289,504.98 from FY 14-15, for the new Concrete Improvement Project FY 15-16. (Total project appropriation: $2,926,810.61+ $1,289,504.98 = $4,216,315.59) With the adoption of this Resolution, and in order to avoid a conflict of interest because her property is located within 500 feet of this project, Council Member Virginia Marquez abstains from taking any action with respect to Project SS14-025, 8th Street from Medical Center Drive to Mt. Vernon Avenue. Attached to this Staff Report is a Conflicts Map showing the location of the Annual City Wide Maintenance and Roadway Rehabilitation Projects and the location of real property interests held by the City's elected officials. Other than Council Member Marquez, this map shows no other elected officials with conflicts of interest. City Attorney Review: City Attorney Review: Supporting Documents: Resolution Change Order 1 and Change Order 2 (DOC) Contract Change Order No. One (PDF) Contact Change Order No. Two (PDF) Budget Table for Remaining Work (PDF) Completed Street listing (PDF) 8-30-15 Matich Corp letter to extend contract (PDF) Signed Resolution 2014-361 (PDF) Signed Contract Agreement (PDF) Matich Bid Schedule (PDF) Conflicts Map-AnnualCityWideMaintRoadwayRehabilitation Projects(PDF) Updated: 12/2/2015 by Henry Empeno Jr.AC Packet Pg.57, 1 RESOLUTION NO. 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN c BERNARDINO APPROVING CONTRACT CHANGE ORDERS NO. 1 AND 29 FOR N 3 THE ANNUAL CITYWIDE MAINTENANCE SERVICES CONTRACT FOR ROADWAY REHABILITATION WORK ON VARIOUS SAN BERNARDINO CITY L 4 m STREETS PROJECT WITH THE MATICH CORPORATION, APPROPRIATING d 5 FISCAL YEAR 15-16 FUNDS FOR SAID PROJECT AND FOR THE CONCRETE c IMPROVEMENT PROJECT. _ d 6 = 7 WHEREAS, the Mayor and Common Council adopted Resolution No. 2014-361 on 3 8 October 6, 2014, awarding a contract to Matich Corporation for the Annual Citywide o 9 Maintenance Services for Roadway Rehabilitation Work on Various San Bernardino City ° O 10 Streets Project in the amount of$4,937,730; and, w 11 w WHEREAS, the parties now wish to approve Contract Change Orders No. 1 and 2 as •• 12 0 shown in Exhibits"A" and`B", attached and incorporated herein. 7t, 0 13 r. 0 14 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE 15 CITY OF SAN BERNARDINO AS FOLLOWS: 16 SECTION 1. The City Manager is hereby authorized and directed to execute, on behalf L 0 17 of the City, Contract Change Orders No. 1 and 2, which also extends the term of the contract to a, c ca 18 October 30,2016. v c 19 SECTION 2. The Finance Department is hereby authorized to appropriate $2,926,810.61 L d 20 for FY 15-16 for the Annual Citywide Maintenance Services Roadway Rehabilitation Project ° 0 21 (AC paving). 22 V SECTION 3. The Finance Department is hereby authorized to appropriate $1,289,504.98 c .2 23 for FY 15-16 for the Concrete Improvement Project(PCC work). c N d 24 SECTION 4. The Public Works Department is hereby authorized to bid the new 25 E Concrete Improvement Project. 1 Q Packet Pg.575 �S.a 1 SECTION 5. With the adoption of this Resolution, and in order to avoid a conflict of interest L 2 because her property is located within 500 feet of this project, Council Member Virginia c U 3 Marquez abstains from taking any action with respect to Project SS14-025, 8th Street from a 4 Medical Center Drive to Mt. Vernon Avenue. a� 5 a� 6 7 �a 3 8 0 9 0 o_ 10 vi _ 11 w ti 12 c 7t- 13 0 c 14 N m 15 N L 16 'a O a� 17 c 18 U _ 19 c`a. L d 20 O Q� 21 _ 22 V _ 0 r 23 0 0 24 _ 25 t 0 2 Q Packet Pg.576 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO APPROVING CONTRACT CHANGE ORDERS NO. 1 AND 2, FOR r 2 THE ANNUAL CITYWIDE MAINTENANCE SERVICES CONTRACT FOR o ROADWAY REHABILITATION WORK ON VARIOUS SAN BERNARDINO CITY v W 3 STREETS PROJECT WITH THE MATICH CORPORATION, APPROPRIATING °; 4 FISCAL YEAR 15-16 FUNDS FOR SAID PROJECT AND FOR THE CONCRETE d IMPROVEMENT PROJECT. N d 5 c I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and = 6 Common Council of the City of San Bernardino at a meeting thereof, held on the .S 7 day of , 2015,by the following vote,to wit: �a 3 8 0 Council Members: AYES NAYS ABSTAIN ABSENT 9 0 MARQUEZ o 10 N 11 BARRIOS w 12 VALDIVIA c 13 SHORETT ti c 14 NICKEL a� 15 JOHNSON � N L d 16 MULVIHILL o a� 17 c cc 18 V Georgeann Hanna = 19 City Clerk L d 20 The foregoing resolution is hereby approved this day of , 2015. 0 d 21 c ca 22 R. CAREY DAVIS, Mayor o 23 City of San Bernardino 3 Approved as to form: o 24 GARY D. SAENZ, City Attorney 25 By: E 0 3 Q Packet Pg:577' 5Sb - CITY OF SAN BERNARDINO rony Frassard-11MRECTOR PUBLIC WORKS DEPARTMENT 100 North "O'Srnet Senn Bernardino,CA 42418.0041 909.394.5140 L 1�t0 0 U N d CONTRACT CHANGE ORDER NO. ONE FILE NO. Varies W.O. NO. Varies DATE: July 13,2015 0 c PROJECT: ANNUAL CITYWIDE MAINTENANCE .SERVICES CONTRACT FOR as ROADWAY REHABILITATION WORK ON VARIOUS SAN BERNARDINO c CITY STREETS SPECIAL PROVISIONS NO. 13024. TO: MATICH CORPORATION 3 P.O.BOX 10 HIGHLAND,CA 92346 0 w 0 _ ---------- c 0 You are hereby being compensated for performing additional work as follows: x CHANGES QTY. DESCRIPTION OF CHANGES COST � N I Construct PCC Sidewalk(Covering ork 0 Item No. 1-1 LS t g $17,2%.00 d completed to date) Item o 1-2 Construct Local Depression and Retaining Curb on $13,404.01 c Electric Avenue near 44th Street j o Item No. 1-3 LS Construct Asphalt Concrete Leveling Course over _ $200.00 i Exposed Macadam on Mt.View. Construct PCC Sidewalk(Covering estimated work $10,000.00 Item No. 1-4 THD m _._. _ aired to comelete the proiect) Oc Item No. 1-5 THD Asphalt Concrete Tonnage Credit -526,932.50 __.. �f _ o TOTAL 516,067.51 JUSTIFICATION- O a� Construct PCC Sidewalk (Covering work completed to date) As part of the street improvements, the contract included construction of disabled U accessible curb ramps and sections of curb and gutter. in some cases during Item 1-1 construction,the sidewalk adjacent to the improvements was found to be in such poor j No. condition that construction of new sidewalk was also required. Although not included in 0 the original contract,the Contractor provided a price breakdown for sidewalk that v allowed payment on a square foot basis. See attached quotation dated 01/27/201 S. This = _--item covers the cost of sidewalk completed to date as a Jump um rise. d —_ -—-----_.P J�.. '� .. _ E U R r+ Q Pagel 01`3 Packet Pg.578 5.S.b CITY OF SAN BERNARDINO Tany Fro sard-I1tRm-oR PUBLIC WORKS DEPARTMENT 500 North rE)"Street Sax DenK241n,CA 92.41&00111 Y09.384-5140 v c6 O U N ! Construct Local Dyorrasion and Retaining Curb on 'Electric Avenue near 44' I Street Street bnprovements on Electric Avenue included cold milling and asphalt concrete rn overlay adjacent to a large, existing catch basin located approximately 150 feet north of U Item 44h Street. The catch basins local depression and retaining curb exhibited substantial M No. 1•l structural cracks. The local depression exhibited substantial subgrade failure and the m retaining curb exhibited both lateral and vertical displacement. To avoid future failure of the catch basin and adjacent street, the local depression and retaining curb were reconstructed by the Contractor as an extra worts item in accordance with contract 3 Construct Asnhalt Concrete Uvelina Course over Elmsed Macadam on '41t.View. a During cold milling of Mt. View, from 28'to SR210, macadam was encountered along a0. Item 1 the gutters in the underlying road structure. To restore and maintain the structural o 3 No. integrity of the road, the City requested that the Contractor place 20 tons of asphalt c concrete leveling course over the exposed macadam. 'The cost for this extra work item •N covers material, labor,and equipment re wired to construct the levelitt course. Construct PCC Sidewgllc {Coverling estimated work required to complete the w rro'ect .. As part of the street improvements, the contract included construction of disabled N accessible curb ramps and sections of curb and gutter. in some cases during Item I 1-4 construction, the sidewalk adjacent to the improvements might be found to be in such No. poor condition that construction of new sidewalk will also be required. Although not included in the original contract,the Contractor provided a price breakdown for sidewalk O that allowed payment on a square foot basis. See attached quotation dated 01/27/2015. This item covers the estimated cost of sidewalk required to complete the project. Asphalt Concrete Tonnaee Credit m The Contractor agreed to provide a$0.75 per ton credit for asphalt concrete pavement in j Item 1-5 exchange for the City approving an asphalt concrete mix design that contained a higher j o i No. reclaimed asphalt pavement percentage than originally specifiert. The estimated total Z asphalt concrete pavement tonnage for the project is 35,910 tons. Based on this estimate, y a credit of$0.75 per ton would result in a_project savings or$26.932.50. r m SUMMARY OF CONTRACT COSTS: The revised contract cost is as follows: V U Original Contract Amount ........,. ,..,...,•.a ,,. $1,937,730.00 L r Contract Change Order No.One ,. .... • S 16,067.51 c Revised Constriction Contract Cost . • . $4,953,797.51 V c Additional time to complete contract due to this change order: 0 Days E s �a r Q Page 2 of 3 Packet Pg.579` CITY OF SAN BERNARDINO Tony Frossard-DmEcT©R PUBLIC WORKS DEPARTMENT 3(X1 North 1)"SA-ret San Bernardino,CA 92418-0001 9119.384.5140 v R L c U N d This change order represents 0.33% of the original contract amount. This is the only Change Order to date. This contract was awarded pursuant to Resolution No_ 2014-361. The resolution did not include a contingency amount. N m MATICH CORPORATION CITY OF SAN BERNARDINO c PUBLIC WORKS DEPARTMENT Accepted:. Approved: A N. 2;�,B y: By: Tony Ir+r s rci Title: I ��r'� Director of Public Works Date - 1�' '`C' Date: rzo o c as x w rte. o By. r �t A �`h 3. Parker City Manager o .y Date: u 01 O O Z L d L O I U v ca L i+ O U r c a> E v Q Page 3 of 3 Packet Pg.580 5.S.b o Ri+ A T ICH _ 0 ORPORATION QUOTATION Since 1919 V Contractors License Number 140783 A P.O.Box 10 Highland,CA 92348 m Phone 909 382-7400 Fax 800 382-0113 Date: 1/2712015 c=a c Company: City of San Bernardino Attention: Jeffrey Schafer Phone: 909-384-5902 From: Andrea Siegner Fax: 909-384-5190 � Re: Annual Citywide Maintenance Contract 3 Ca Subject: Price to include removing and replacing pcc sidewalk.Item no.1 to include sidewalk that is O not within the vicinity of the current pcc worts area.Item no.2 to Include sidewalk that is o within the current pcc work area vicinity.Item no.3 to include sidewalk that Is adjacent to = the current pcc worst area. .N ITEM NO. _ DESCRIPTIC}N QUANTITY UNIT UNIT PRICE TOTAL X 1 116R PCC Sidewalk 1 SF x 21.00 S 21.00 W 2 R5R PCC Sidewalk 1 SF S _ 18.00 - '18.00 h 3 R&R PCC Sidewalk 1 SF 10.00 $ 10.00 N _ 0 .N m CONDITIONS& EXCLUSIONS: � This proposal is good for 30 days. d This proposal will be part of any agreement between the two parties. _ Excludes engineering,staking,testing,permits,inspection fees,and bonds. O Excludes hazardous material removal/disposal. Z This proposal Is based on unit prices. L The quantities are estimates only,and payment will be by actual quantity. a This proposal Is bid as a package. O a) rn _ ro Privacy Notice' -rws Message is intended only for the use of the individual or entity to which It is addressed to and may contain information the(is privileged,confidential or exempt from disclosure under applicable Federai or State iaw. if reader U of this message is not intended recipient,you are hereby notified that dissemination,dWritnrting or coping of this communication is strictly prohibited. If you have received this communication in error,please notify us imnxidiatety. _ O APPROVAL: v Matich Corporation ff, � m BY ► By:__ E Andrea Siegner Dats.— January 27, 2015 Date: Q Packet Pg.581 5.S.c 1 Y V R • L i+ r. 0 U y d v m N '9lOZ `0£aagoloO of papualxa alep uoilaldwo:)loafoad •q sxe(l 0 e c uoisualxg awls, g c I l'170Z`9Z8`£$ lunowe loealuoo uollotulsuoo IeulSlao paslnald 2 Z.OK npa0 asue�ID loealuoo I9'00`91 $ t•ON aapa0 aSuegj loealu03 3 00'0£L`L£6`17$ lunowe loealuoo leui2►a0 c lso�loealuoD jo Xaewwns v � olgeoildde ION •q c 'Z9'170£`009`Z$ '£17 ggnoagl 11 swab aoj lunowe gulutewaa loafoad N c m;)N '017'£6910l`1$ '01 giinoagl I swoll ptq aoj lunowe dululewaa alalaQ •e aapt0 aSueg3 jo lunowV •£ w ti �Iaonn aql jo uoilaod DV Oululewaa aql olaldwoo of owil lualo3jns molld 'g loafoad aleiedos a se plg aq 111*m VOM DDd aqd, •loafoad woad palalap Sulaq am swab piq loafoad (•olo `sloapueds � `saallnO ssoao `sdwea alegolaagm `NInA&aprs `nIpS pue gano) 3laomjujj o ON) 010aou03 luawaD puellaod aql loafoad oql alipadxa of aapao ul •e A •aapa0 02uego aoj uosea-I •Z a� It 910Z'OE aagolo0 of alep uoilaldwoo loafoad pualxg •q •loafoad oql woa3 0 PUe 6`8 `L 69`9 `17`£`Z`I 'oN swab prq 31ala4 •e o aapao 3Suego aoj uoildiaosav •I z m 17Z0£I 'ON loafoad oulpaeuaag ueS snolaen uo 3IaoM uo►leliligega-H ` O ,vmpvo-I and loealuOD saolnaaS aaueualuleW ap!m4lia Ienuud UDWO2ld � c �a U OAU 'ON'83CIHO 3DKVHD iOVI.LNOD ca 9l OZ`6 aagwanoNl 0 t c 061S'b86'606 1000-81 t,Z6 i�J'ourpan�uaQ uas Q 1aauS„d, 91.roN OOE a alialul'lyso'(w aualfniv ONI(IHVN IHS ITS 40 A,LI3 Packet Pg:582 tt Y c o U 1 d V N CO aaSuu¢y��C3[� m aaxaBd 'f UNIV :Ag aci Y C •CC� G �9 3 / o c 0 s)110 a Ignd3o aotaall(I c m � 7y K I t ' W S r-, 1 o A aaaulu3�<< 0 :pan,oaddd :pajdaaod z L tumpudaQ sxaoAk oilgnd ouipauaag uES3o�tD uogriodaoD golluyv O e a� c ca uo •oM uopnlosa-d and jpunoD/4!D,(q panoadd-e suns aapap ailueg:)stgl v ca Y c 0 U c m Oul flung UPS E ObIS'b8£'606 � 1000-81 bZ6 VD'ou:plawag UPS Q �alS G. 9pDN 00E J0133JIQ .LI\Iaw Lldvdau SNUOM OPIgIId wlialul<«sottwaualivN ONI(ildvNin ff Nvs do AID A Y Packet Pg. 583 aoueua;uieW AennpeOU}o uoisua;x3 LZO'b) [Z uoisInOM]MaoM 6uiuieweM ao}algel;a6pn8 :juauayoe;jy le co co L6 a m ca CL r 00 0 (O O U1 O ct Lf) T- O r 00 V C''1 L O F- N 00 T- O N N � 6F} Efl Efl LA �' O O 0 .E O O O O Q L Ul N N LO M r U? Q WO Q 0 0 N a Q a L O LL L O o °' rl- LO •� V _ r W U = co .V G1 0 a � Q N ti o CCT m w O � U V O LLI O Q a_ E LO V N > tt O I- C O F" M 0�0 r CD LL O n V L o 000 NO N LO = r L (%� � N C N 00 00 x000 ca n � ; a cV .� z a z L O � D p d (q � o Q 0 It cli 06 LU s- M LO 000 L O O O 0 4) - V om N} 63 � W N O L � O O .� O OL V 6 r . a Q a Fo- 5.S.e Annual Citywide Maintenance Services Contract for Roadway Rehabilitation Work on Various San Bernardino Streets,Special Provisions No. 13024 CIP No. Ward Project and limits Account# 2014-15 Budget SS 11-010 6 California St.,from 191 St.to Washington Ave. 129-160-5504-7923 $31,400 SS 12-004 2 Waterman Ave.,from 13"'St.to Gilbert St. 129-160-5504-7954 $166,300 SS 12-013 6 Davidson Ave.,from 16"St.to 19t°St. 129-160-5504-7922 $66,300 SS 13-005 2 Baseline St.,Arrowhead Ave.to Waterman Ave. 129-160-5504-7955 $437,400 SS 13-007 4 Electric Ave.,from 44' St.to 46` St. 129-160-5504-7956 $39,600 SS 13-008 4 Mt.View Ave.,from Electric Ave.to 40'St. 129-160-5504-7957 $111,700 SS 13-009 7 Mountain View Ave.,from 28 St.to SR-210 129-160-5504-7958 $85,800 SS 13-013 5 State St.,from University Parkway to Sheridan Rd. 129-160-5504-7960 $210,900 SS 13-014 6 Cajon Blvd.,from June St.to Devils Creek Diversion 129-160-5504-7961 $249,900 SS 13-022 1 Baseline St.,from Del Rosa Ave.to Alamo St. 129-160-5504-7962 $41,300 U SS 13-032 3 Weir Rd.,from Washington Ave.to Waterman Ave. 129-160-5504-7998 $203,300 SS 13-034 6 Garner Ave. from Baseline St.to 16 St. 129-160-5504-7963 $45,100 SS 13-035 6 Pico Ave.,from 9` St.to Olive St. 129-160-5504-7964 $51,600 SS 13-037 5 Sheridan Rd.,from State St.to Little Mountain Dr. 129-160-5504-7965 $146,900 SS 13-039 6 Evans St.,from Medical Center Dr.to Western Ave. 129-160-5504-7966 $66,300 Cz SS 14-007 1 TippecanoeAve.,Harry Sheppard Blvd.to 3` St. 129-160-5504-7967 $315,600 SS 14-008 1 Mill St.,from Waterman Ave.to Mill St. 129-160-5504-7968 $219,500 = SS 14-010 5 University Parkway,from I-215 to North ark Blvd. 129-160-5504-7970 $300,000 SS 14-011 5 48 Sty,from Little Mountain Dr.to Magnolia Dr. 129-160-5504-7971 $26,000 Cz SS 14-013 6 Wilson St.,from 9a'St.to Baseline St. 129-160-5504-7972 $108,500 SS 14-014 7 28"St.,from Waterman Ave.to Valencia Ave. 129-160-5504-7973 $62,600 �0 SS 14-015 7 1 28 St.,from"H"St.to Arrowhead Ave. 129-160-5504-7974 $63,800 0 SS 14-016 7 28` St.,from Arrowhead Ave.to Waterman Ave. 129-160-5504-7975 $81,000 0 SS 14-017 1 Arrowhead Ave.,from 7"St.to 9` St. 129-160-5504-7976 $113,300 C, SS 14-018 1 9 St.,from Tippecanoe Ave.to Del Rosa Ave. 129-160-5504-7977 $198,200 SS 14-019 1,2 Sierra Way,from 9v'St. to Baseline St. 129-160-5504-7978 $107,300 w SS 14-020 2 Del Rosa Ave.,from Del Rosa Dr.to Highland Ave. 129-160-5504-7979 $132,000 ti SS 14-022 4,7 Harrison St.,from Lynwood Dr.to 40 St. 129-160-5504-7980 $411,300 SS 14-023 5 Little Mountain Dr.,Kendall Dr.to Michelle Ln. 129-160-5504-7981 $31,100 SS 14-024 1 "G" St.,from 4a'St.to 6`"St. 129-160-5504-7982 $113,400 c SS 14-025 1 8 -St.,from Medical Center Dr.to Mt.Vernon Ave. 129-160-5504-7983 $158,700 N SS 14-026 1 Western Ave.,from Union St.to 90 St. 129-160-5504-7984 $20,800 SS 14-027 5 College Ave.,from Varsity Ave.to State St. 129-160-5504-7985 $83,600 SS 14-028 5,7 "F"St.,from 3e St.to 33'°St. 129-160-5504.7986 $54,600 a SS 14-029 5 Morgan Rd.,from State St.to Park Dr. 129-160-5504-7987 $91,000 SS 14-030 1 Union St.,from Mt.Vernon Ave.to Western Ave. 129-160-5504-7988 $85,300 SS 14-032 5 Cambrid`"°Ave. from 48 St.to Universal Ave. 129-160-5504-7989 $22,500 0 SS 14-035 7 291h St.,from Waterman Ave.to Valencia Ave. 129-160-5504-7990 $62,600 v SS 14-036 7 Broadmoor Blvd.,from 30"St.to Parkdale St. 129-160-5504-7991 $40,500 SS 14-038 5 "I"St.,from North ark Blvd.to 571°St. 129-160-5504-7992 $38,500 E SS 14-040 1 Spruce St.,from Pico Ave.to Mt.Vernon Ave. 129-160-5504-7993 $36,900 U SS 14-041 3 1 Eucalyptus Ave.,from Randall Ave.to Mill St. 129-160-5504-7994 $123,900 Q SS 15-003 1 "J"St.,from 8th St.to 11" St. 129-160-5504-7996 $98,600 SS 15-007 3 Airport Dr.,Commercenter,East to West 129-160-5504-7997 $88,900 SS 15-011 6 Rialto Ave.,from Meridian Ave.to Pepper Ave. 129-160-5504-7999 $132,900 SS 15-012 3 Brier Dr.,from Gifford Ave.to Tippecanoe Ave. 129-160-5504-7001 $183,000 SS 15-017 1 "I"St.,from f4-'fl'-St.to Evans St. 129-160-5504-7006 $40,000 Total Budgeted Amount for Forty-Seven (47)Above Listed Projects: $5,599,700 Packet Pg. 585 ' -RA` ION SINCE 1918 v ca L r 0 August 30, 2015 N as U Ted Rigoni,PE, PMP Principal Engineer City of San Bernardino 300 N D Street San Bernardino,CA 92418 = RE: Term extension of contract for roadway rehabilitation on City Streets 2015 3 Dear Ted, 0 4- Per our meeting on August 26, and your email today, please consider this letter as our r- written request to extend of the term of the contract for another twelve month period. Per the contract documents, we acknowledge and agree to keep unit prices fixed for the term, r to accept the inclusion of allowable working days for the remaining roadway rehabilitation w (AC-related) work, and to acknowledge that the PCC flatwork will be done by a separate N contractor. 0 We appreciate your efforts so far on this project in support and development of fostering L good working relationships between the City of San Bernardino and local contractors such c as ourselves. c d Please call me if you have any questions. w 0 r Sincerely, ; P. Robert M. Matich Matich Corporation r M 2 LO RECEIVED w E SEP - 8 2015 U M a City of San Bernardino "4 Public Works Diredc 1596 HARRY SHEPPARD BLVD,SAN.BERNARDINO 92408 •TELEPHONE(909)382-7400• FAX(909)382.0169 www.matichcorp.com Packet Pg.586 Td ors.rle BOUND AGREEMENT : 'S.S.g` F; 1 RESOLUTION NO. 2014-361 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT TO MATICH CORPORATION, 3 FOR ANNUAL CITYWIDE MAINTENANCE SERVICES CONTRACT FOR 4 ROADWAY REHABILITATION WORK ON VARIOUS SAN BERNARDINO CITY STREETS,SPECIAL PROVISIONS NO. 13024. L W 5 = BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE c0� 6 CITY OF SAN BERNARDINO AS FOLLOWS: d 7 SECTION 1. Matich Corporation is the lowest responsible bidder for Annual Citywide 8 Maintenance Services Contract for Roadway Rehabilitation Work on Various San Bern ardino d 9 City Streets, Special Provisions No. 13024. A Contract is awarded accordingly to said bidder in . 10 a total amount of $4,937,730.00, but such Contract shall be effective only upon being fully 3 11 executed by both parties. All other bids, therefore, are hereby rejected. The City Manager is 0 12 0 hereby authorized and directed to execute said Contract on behalf of the City. A copy of the c 13 Contract is on file in the office of the City Clerk and incorporated herein by reference as though A.,, 14 w fully set forth at length. N 15 0 It 16 SECTION 2. As stated in the Contract, Matich Corporation acknowledges that the cn M 17 Forty-Seven (47) Projects identified for pavement rehabilitation within the Bid and Contracting 0 N 18 Documents that compose this Contract represent selected segments of streets throughout the o .2 19 City. The City is entering into a Contract, for roadway rehabilitation work, for a period not to m 20 exceed a one-year (12-month) period, with up to a possible two (2) separate one-year (12- 2M 21 month) extensions, as approved by the Mayor and Common Council. Matich Corporation N c 22 further acknowledges that the quantities identified within the Bid and Contracting Documents s U 23 ca are estimates only and are given for basis of comparison of bids. No guarantee is made or 24 implied by the City as to the exact quantity, or total number of Projects per year, within each 25 12-month term of this Contract. 1 04ck6t Pg.587' n I SECTION 3. As stated i the Contract, at the end of the initial term, Matich 2 Corporation may request in writing to extend the Contract for one additional year (12-month) 3 term. Provided that 1) the City determines that Matich Corporation's performance under the 4 this Contract is satisfactory; and 2) Matich Corporation agrees to perform the work under this U, 5 = Contract for the same unit prices as agreed to under the initial Contract, this Contract may be 0 6 extended by mutual consent of both parties. If the Contract has been extended a one-year term 7 (12 months) in accordance with the terms therein, the Contract may be extended for a second 8 _ co one-year(12-month) period by mutual consent of both parties. This Contract may not exceed a w 9 = 10 total term of three years (36 months). 11 SECTION 4. This Contract and any amendment or modifications thereto shall not take a 0 12 effect or become operative until fully signed and executed by the parties and no party shall be c _ 2 13 obligated hereunder until the time of such full execution. No oral agreements, amendments, a� 14 modifications or waivers are intended or authorized and shall not be implied from any act or w r� 15 course of conduct of any party. 16 SECTION 5. The authorization to execute this Contract is rescinded if the parties to the M T_ 17 Q Contract fail to execute it within sixty(60) days of passage of this Resolution. N _ 18 c 19 vii cc 20 "0 m 21 in c 22 E s U 23 w Q 24 25 2 Packet Pg.588 I RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY ` OF SAN BERNARDINO AWARDING A CONTRACT TO MATICH CORPORATION 2 FOR ANNUAL CITYWIDE MAINTENANCE SERVICES CONTRACT FOR ROADWAY REHABILITATION WORK ON VARIOUS SAN BERNARDINO CITY 3 STREETS,SPECIAL PROVISIONS NO. 13024. 4 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and 5 0 Common Council of the City of San Bernardino at a joint regular meeting thereof, held on the U U) 6 d 6`" day of October, 2014,by the following vote, to wit: 7 Cn a� 8 c Council Members: AYES NAYS ABSTAIN ABSENT 9 c MARQUEZ X 10 BARRIOS X 3 11 0 VALDIVIA X ct w 12 0 c SHORETT X 0 13 c 14 NICKEL X x 15 JOHNSON X o 16 MULVIHILL X M d' 17 0 LNe--01� - N r- 18 G geann H , City Clerk ,p o 19 The foregoing resolution is hereby approved this 9 day of October 2014.7� N 20 21 C U) c 22 R. CARVn DAVIS, Mayor City of Bernardino 23 Approved as to Form: GARY D. SAENZ a 24 City Attorney 25 By `CAgL 3 Packet Pg. 5891 5.S.h CONTRACT AGREEMENT L C U N V d d U C R C C cB - 3 m 0 0 C 0 N C d K W N O d. Y C E L a L 0 U c Y C U f0 w a Packet Pg. 590 AGREEMENT CITY OF SAN BERNARDINO THIS AGREEMENT is made and concluded this� day of /� G'l� 20_A between the City hereinafter"CITY"),and i Co oration Bernardino owner and h ) „ of San ( (hereinafter "CONTRACTOR"). 1. For and in consideration of the payments and agreements hereinafter mentioned, to be made and u performed by the CITY, and under the conditions expressed in the bond as deposited with the CITY, receipt of o which is hereby acknowledged,the CONTRACTOR agrees with the CITY,at the CONTRACTOR's own proper cost� and expense in the Special Provisions to be furnished by the CITY,to furnish all labor,materials, tools, equipment and incidentals,perform all the work necessary to complete in good workmanlike and substantial manner, it d Cn 0 ANNUAL CITYWIDE MAINTENANCE SERVICES CONTRACT FOR ROADWAY REHABILITATION WORK ON VARIOUS SAN BERNARDINO CITY STREETS; SPECIAL PROVISIONS NO. 13024 c in strict conformity with Bid and Contracting Documents No. 13024, and also in accordance with Standard Specifications for Public Works/Construction, 2012 Edition,on file in the Office of the City Engineer,Public 3 Department, City of San Bernardino, which said Bid and Contracting Documents and Standard Specifications are c o! hereby especially referred to and by such reference made a part hereof. o 2. The CONTRACTOR agrees to receive and accept the prices as set forth in the Bid Schedule as ful'. c compensation for furnishing all materials and doing all the work contemplated an d embraced in this agreficultieslo ' r x for all loss or damage arising out of the nature of the work aforesaid or from any unforeseen t obstructions which may arise or be encountered in the prosecution of the work and for all risks of every descriptiot w connected with the work;also for all expenses incurred ork and the in whole thereofein the and suspension nd according discontinuance the Bu cq work,and for well and faithfully completing th and Contracting Documents,and requirements of the Engineer under them. E 3. The CONTRACTOR herein covenants by and for himself or herself, his or her heirs, executor, administrators, and assigns, and all persons claiming under or through them, that there shall be no discriminatio � against or segregation of, any person or group of persons on the basis of race, color, national origin, religion, sea marital status, or ancestry in the performance of this contract,nor shall the CONTRACTOR or any person claimin under or through him or her, establish or permit any such practice or practices of discrimination or segregation wit o reference to the selection of subcontractors, vendees, or employees in the performance of this Contract. Failure b "0 the CONTRACTOR to carry out these requirements is a material breach of this Contract, which may result in tl termination of this contract or such other remedy,as recipient deems appropriate. iz r c 4. The CONTRACTOR acknowledges that the Projects identified for pavement rehabilitation with E these Bid and Contracting Documents represent selected segments of streets throughout the CITY. The CITY entering into a Contract, for roadway rehabilitation work, for a period not to exceed a one year (twelve mont period,with up to a possible two(2)separate one year(twelve month)extensions,as approved by the CITY's May and Common Council. The CONTRACTOR further acknowledges that the quantities identified within the Bid as Contracting Documents are estimates only and are given for basis of comparison of bids. No guarantee is made implied by the CITY as to the exact quantity, or total number of Projects per year, within each twelve (12)mor term of this Contract. 1 Packet Pg.591 5.S.h AGREEMENT: ANNUAL CITYWIDE MAINTENANCE SAN BERNARDINOCC TY ASTREETS;RSPECIAL REHABILITATION WORK ON PROVISIONS NO. 13024 5. At the end of the initial term, CONTRACTOR may request in writing to CITY to extend the Contract for one additional year (twelve month) term, provided 1) CITY determines performance by CONTRACTOR under the terms of this Contract is deemed by CITY,at CITY's sole discretion, as satisfactory,and 2) CONTRACTOR agrees to perform the work under this Contract for the same unit prices as agreed to under the a initial Contract. Provided Contract has been extended a one year term(twelve months)in accordance with the terms o written above, CONTRACTOR may request a second one year (twelve month) Contract extension. In any event, y this Contract may not exceed a total of more than three years(thirty six months). b. CITY hereby promises and agrees with the said CONTRACTOR to employ, and does hereby in employ the said CONTRACTOR to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions above set forth; and the same parties for themselves, their heirs, executors, administrators,and assigns,do hereby agree to the full performance of the covenants herein contained. 1. It is further expressly agreed by an d between the parties hereto that should there be any conflict between the terms of this instrument and the bid of said CONTRACTOR, then this instrument shall control and nothing herein shall be considered as an acceptance of said terms of said bid conflicting herewith. o c /1/ w /!/ N d U E r 111 Packet Pg.592 5.S.h AGREEMENT: ANNUAL CITYWIDE MAINTENANCE SAN CBERNARDINOCC Ty ASTREETS;RSPECIAL REHABILITATION WORK ON VA PROVISIONS NO. 13024 IN WITNESS WHEREOF,the parties of these present have hereunto set their hands the year and date first above written. CONTRACTOR CITY OF SAN BERNARDINO w _ Name of Firm: U N Matich Corporation BY: U Allen J. Parker,City Manager City of San Bernardino co a� U BY: r- Mark T. Hickman TITLE: Vice President ATTEST: R MAILING ADDRESS: 3 0 1596 Harry Sheppard Blvd, a orgeann a, o San Bernardino,CA 92406 City Clerk 0 d w x W PHONE NO.:L909j 382-7400 APPROVED AS TO FORM: c ATT T: ' rte E ary D. Saenz,City Attorney a Aan all S.Valade.6ecretary o _ .r c NOTE: Secretary of the Owner should attest. 0 U If Contractor is a corporation,Secretary should attest. m c a� rn r _ m E s 0 w w Q 3 Packet Pg.593 De-12-2014 09:43am From-CITY OF SAN BERNARDINO +9093045155 T-400 P 002/004 F 5.P.d ANNUAL CITYWIDE MAINTENANCE SERVICES CONTRACT FOR ROADWAY REHABILITATION WORK ON VARIOUS SAN BERNARDINO CITY STREETS; SPECIAL PROVISIONS NO.13024 BID SCHEDULE No. 1 9 ADDENDUM NO.2 AUGUST 12,2014 U Item Description Mt of e Quamnti ed Unit Price(S) Item Total(S) c Construct P CC Curb Ramp,Including Removal 1 1', of Existing,Per SPPWC Standard Plan No. EA 70 111-5,Arterial 211 000 Construct PCC Curb Ramp,Including Removal N U 2, of Existing,Per SPPWC Standard Plan No, EA 230 111-5,Local/Collector 5 art 2.50- o 2 ' 0 Modify Existing PCC Curb Ramp,per SPPWC #A w 3, Standard Plan No.l 11-5(Add Truncated EA 70 o Domes and Grind Lip),Arterial Modify Existing PCC Curb Ramp,per SPPWC a y 4, Standard Plan No.111-5(Add Truncated EA 60 ! m CD Domes and Grind Lip),Local/Collector 3,000 0. Construct PCC Curb,Including Removal of S. Existing,per City Standard Plan No.200, LF 1,000 2 Arterial 31 !i7,000 Construct PCC Curb,Including Removal of o e* 6. Existing,per City Standard Plan No.200, LF 1,000 Local!Collector 3 31 00 0 Construct PCC Curb and Gutter,Including 3 0 7. ?Removal of Existing,per City Standard Plan LF 1,000 60 _ No.200,Arterial 3o p p _ Construct PCC Curb and Gutter,Including c o g, Removal of Existing,per City Standard Plan LF 1,000 50 N No.200,Local/Collector zjkp; '3(p1506 � r Construct PCC Cross Gutter with Spandrels, „ W g, Including Removal of Existing,per City SF 4,600 ti Standard Plan No.201,Arterial 13 1 c Construct PCC Cross Gutter with Spandrels, 10, Including Removal of Existing,per City SF 14,000 at Standard Plan No.201,Local/Collector (3 000'_ G Cold Mill Wedge Cut,AC Pavement,0"to 1.5" _ 11, Depth,5'Wide,Arterial S1 60,000 2A 1 2,000 U Cold Mill Wedge Cut,AC Pavement,0"to 2" a rn 12- SF 7,000 m m Depth,5 wide,Arterial , 33 2,31 O Cold Mill Wedge Cut,AC Pavement,0"to 2.5" 13. Depth,5'Wide,Arterial SF 3,000 457 1,39D✓ a � Cold Mill Wedge Cut,AC Pavement,0"to LS" �; 14. Depth,5'Wide,Locall Collector SF 100,000 0 2A 7-0,000'' a m _ B-2 E Packet Pg.267 5.S.i 08-12-2014 08;43am From-CITY OF SAN BERNARDINO +0083846156 1-408 P.003/004 ". li.P.d ANNUAL CITYWIDE MAINTENANCE SERVICES CONTRACT FOR ROADWAY REHABILITATION WORK ON VARIOUS SAN BERNARDINO CITY STREETS; SPECIAL PROVISIONS NO,13024 BID SCHEDULE No. 1,Cont. 3 ADDENDUM NO.2 AUGUST 12,2014 Unit of Estimated v Item Description Unit Price{$) Item Total$) Measure Ouantity ' e Cold Mill Wedge Cut,AC Pavement,0"to 2" SP 10,000 3S — a 15. Depth,5'Wide,Locall Collector . 3.��� N Cold Mill Wedge Cut,AC Pavement,0"to 2.5" M 16, Depth,5'Wide,Local/Collector SF 5,000 3D ' ��— N U 17. Cold Mill AC Pavement,l.5"Depth,Arterial SF 1,300,000 o IS Cold Mill AC Pavement,2"Depth,Arterial SF 150,000 Z2. z U Ig Cold Mill AC Pavement,2.5"Depth,Arterial SF 75,000 jam' c - Cold Mill AC Pavement,1.5"Depth,Local/ SF 1,100,00D Z 3 20. Collector b ZS 3 000 a Cold Mill AC Pavement,2"Depth,Locall 21. Collector SF 140,000 24 33 — a N Cold Mill AC Pavement,2.5"Depth,LocaV 22 SF 70,000 Collector 1 7,SCA v c Pavement Repair,Including Remove and m 0 Dispose Deteriorated AC Pavement,Furnish SP 50,000 23. and Place Minimum 2"Asphalt Concrete, 180 q 0 C�D~ e Minimum 4'X 4',Arterial Q v_ Pavement Repair,Including Remove and ; t0 Dispose Deteriorated AC Pavemenk Furnish SF 20,000 a 4-24. and Place Minimum 2-1/2'Asphalt Concrete, Minimum 4'X 4',Arterial Z• ,DUD c o Pavement Repair,Including Remove and " c Dispose Deteriorated AC Pavement,Furnish R * 25. SF 20,000 x f x and Place Minimum 3"Asphalt Concrete, rip _ a w Minimum 4'X 4',Arterial Pavement Repair,Including Remove and c Dispose Deteriorated AC Pavement,Furnish �! 26, SF 50,000 and Place Minimum 2"Asphalt Concrete, Minimum 4'X 4',Locall Collector . q D,DOO U � Pavement Repair,Including Remove and Dispose Deteriorated AC Pavement,Furnish SF 15000 e r L)27• and Place Minimum 2.5 , Asphalt Concrete, Minimum 4'X 4',Local/Collector 3u m d Pavement Repair,Including Remove and E Dispose Deteriorated AC Pavement,Fumish SF 15,ODU a 28. Place Minimum 3"Asphalt Concrete, Minimum 4'X 4',Local/Collector 3 15L :.� B-3 aa) E Packet Pg.268 R Packet Pg. 595 tvtatEcn 5.S.i 08-12-2014 08:44am From-CITY OF SAN BERNARDINO +8093846166 T-408 P 004/004 5.P.d ANNUAL CITYWIDE MAINTENANCE SERVICES CONTRACT FOR ROADWAY REHABILITATION WORK ON VARIOUS SAN BERNARDINO CITY STREETS; SPECIAL PROVISIONS NO.13024 BID SCHEDULE No.1,Cont. ADDENDUM NO.2 AUGUST 12,2014 U Item Description Unit of Estimated Unit Price($) Item Total($) _ Measure Quanti C 2g, AC Leveling Course,2"maximum,Arterial TN 730 (.02"- 2J_0 a AC Leveling Course,2"maximum,Local v 30 Collector TN 6S0 (DI_ �Z tut)— v :� e► U Furnish and Install Pavement Reinforcing o L 31• Fabric,Arterial SY 13,000 e�p 1,r511A 4^ J W Furnish and Install Pavement Reinforcing z° U 32, Fabric,Local/Collector SY 12,000 SC a00.. Construct Asphalt Concrete Pavement Overlay, 2 33' 1-1/2",Arterial 1N 14,000 $ %2=_ o IL 34 Construct Asphalt Concrete Pavement Overlay, 3000 v 2",Arterial , r 2A4 ' a Construct Asphalt Concrete Pavement Overlay, y _ 35. Arterial TN 1,500 �- Q� .• Construct Asphalt Concrete Pavement Overlay, 2 36• 1-1/2",Local/Collector TN 1_,000 - $ 0 Construct Asphalt Concrete Pavement Overlay, _ 37• 2",Local/Collector TN 2,000 co Construct Asphalt Concrete Pavement Overlay, 3: 0 38' 2-1/2",Local Collector TN 1,000 r - ( g _ _ o 0 39, Construct AC Dike LF 2,000 � OCb" a 40 Adjust Existing Utility Frame and Cover to EA 50 - y Grade l _ � CD 41, Adjust Existing Water Valve Cover to Orade EA 100 l S M t j 42, Untreated Base(Patching&s Flatwork) TN 500 O [�} m � 43. Miscellaneous AC Paving TN 250 .4 "[ ' o° o v � a The above quantities are estimates of annual usage only and are given for basis of comparison of bids. No guarantee o: �: ?' warranty is made or implied as to the exact quantity to be needed per work item,per respective Project,or total number G 13 of Projects per year within each year(twelve month)term of this Contract. Specific roadway rehabilitation work will bt 70 0 ordered by the CITY as needed per separate Task Order. a Total Bid Schedule No.I Bid: m E 5 U a � B-4 E Packet Pg.269 U R r+ Packet Pg. 596 S.P.d Matich Corporation SUMMARY OF BID SCHEDULES BID AND CONTRACTING DOCUMENTS NO. 13024; m 3 ANNUAL CITYWIDE MAINTENANCE SERVICES CONTRACT FOR ROADWAY k REHABILITATION WORK ON VARIOUS SAN BERNARDINO CITY STREETS; 2 SPECIAL PROVISIONS NO.13024 a BIDDER. Matich corporation (Contractor Name) o �j ov 6 V GRAND TOTAL BIDS'S 't i~t 3�,� 7�•f (FIGURES) z N o d 'Grand Total Bid is equal to the total of Bid Schedule No,1. o Z a ar A N BID NOTES; d a c The bidder signed hereon hereby proposes and agrees,if this bid is accepted;to furnish all materials c and do all the work required to complete the said work in accordance with the Special Provisions and d : instructions,in the time and manner therein prescribed for the unit cost amounts set forth in the preceding bid. E o Time is of the essence in the completion of the work encompassed by the various Task Order(s) (Project or Projects)covered by this Contract. Contractor shall commence roadway rehabilitation work v within Ten (10)working clays after notification by the CITY via the Notice to Proceed,for each Task m Order. Contractor must pursue the work diligently and continuously after commencement ofjob to complete ; o each Task Order issued by the CITY. Work on each individual street(Project)within this Contract sball X be completed in no more than Thirty(30)working days,per street (i.e.,flatwork and pavement work v O combined). The CITY seeks a source of materials and labor that will provide accurate and timely delivery and O completion of the assigned work. y c � Bidder understands that a bid is required for the entire work,that the quantities set forth in the Bid "a)' Schedule are to calculate the total bid amount for comparison purposes only,and That final compensation Linder W the Contract will be based upon the actual quantities of work satisfactorily completed. The Bidder agrees that the CITY reserves the right to increase or decrease the amount of any quantity shown in the Bid Schedule,to add or subtract Project(s),to delete any item from the Contract and pay the Contractor at the unit bid prices, 0 and to determine the number of Project(s)and number of Task Order(s)under the terms of this Contract. ; at It is agreed that the unit bid prices include the cost of all labor, tools,materials, equipment,parts, v M implements,supplies,incidentals,and all appurtenant expenses,taxes,royalties,and fees. t e v The bidder shall make every effort to provide a legible and complete Bid Schedule. The bidder shall Z verify that its Bid Schedule is free of mathematical errors. In the case of discrepancies in the amotint bid,unit m prices shall govern overextended amounts. v s B-5 c CD >_ Packet Pg.270 v R rdt iw 0 +, ♦ h,� +,.°°'b':J491 d3^ .J M1.�„.. '�: r' �k! "t4� .,.w' '13 / ✓ w, ,.. 1':.�', 0444`Mr ♦"�+ .�a1 w. r"vw�'`y p e � "'< m 4,�" j µa': ��wP,B^' ,sa• L r � 4' i r f r _ I rr, R ^ j _ ^ .. It Ff- EHH e,..o a • =+>i e¢E ¢ �� ! 3dY��°� e E^e mm? i "e E ��l�� € 'F �'¢ IIp,!¢�5 ¢ y `g1 sE �'gr t $^ = ' I9 9 q» • ' ^. d _s F P^ a q 8':a "a' � �t �• __ "°�" _ ,.,,EFF F ��e ..... ! e¢ e _'¢ •-- F IN!e. P �. ' ¢��y -enuaaws:a FE •y� +¢ �=J \ Lu ¢'-� •t(i•T `s0 +°'` J E .... fit, _._ - --wcurrec�bt F ,€ t - f Legend a p •e4 a .....•,....,EF +^, a„x.,.,, ,,, •• '— 9 •( 3 r , k ' I 'P r E�. e E F 3 `^•wro.•,-. 9 '§'O ^ ¢''y, '`S i J ,✓ �,.�. CITY OF I BERNARDINO Confficts Map -Annual City Wide Roadway Rehabilitation Projects O