Loading...
HomeMy WebLinkAbout05.N- Superdry Restoration Ing. for Emergency Restoration Services 5.N RESOLUTION (ID # 4267) DOC ID: 4267 D CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION Agreement/Contract From: Marlene Miyoshi M/CC Meeting Date: 02/01/2016 Prepared by: Fawna Velci, (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 an Agreement with Superdry Restoration Inc. for Emergency Restoration Services. (#4267) Current Business Registration Certificate: No Financial Impact: While there is no financial impact if there are no emergencies, a PO will be established for $50,000 to support on call services. Funding will be provided for all emergency services PO's during the mid-year budget review process. Motion: Adopt the Resolution. Synopsis of Previous Council Action: None Background: The City has been preparing for the 2016 forecasted El Nino weather system over the last few months. A part of the efforts included the issuance of a Request for Proposals (RFP) to provide for "as needed" emergency services. Such services would include remediation, restoration and reconstruction services to mitigate and repair damage to City of San Bernardino property in the event of unexpected loss or damage. Services would be in response to emergency situations such as, but not limited to, water/fire damage, vandalism cleanup, biohazard cleanup, sewage decontamination, deodorization, mold remediation, debris removal, emergency construction for damage mitigation, etc. The selection of one contractor will provide a clearer channel of communication between the City and the contractor regarding priority needs and work approvals. In addition, having one agreed upon fee structure will help with invoice authorizations, decrease delays in payments and expedite cost recovery. The City issued the RFP on January 7, 2016, with proposals due on January 19, 2016. The City received one proposal from Superdry Restoration, Inc, from Bell Gardens, California. The company specializes in 24 hour emergency response and disaster recovery solutions throughout the Pacific Coast. Superdry Restoration has over 25 years of experience and can offer the City a vast inventory of up-to-date state of the art t Updated: 1/28/2016 by Linda Sutherland D I Packet Pg. 397 4267 equipment in addition to the manpower. Staff is recommending the approval of an agreement for as needed emergency services with Superdry Restoration, Inc. The cost of services will be contingent on the nature of the emergency and the level of damage to City property. The fee for services shall be based upon the approved company hourly rate sheet and equipment fee schedule. Time billed for services will be calculated on actual time accrued. Superdry Restoration proposed rates are competitive. The agreement is structured for three terms with the first term beginning on or about February 1, 2016 through June 30, 2016, and two one-year renewal options at the City's discretion. City Attorney Review: Yes Supporting Documents: Resolution approving agreement for emergency services (DOC) Agrmt 4267 (PDF) Exhibit A- Superdry Restoration Inc. Proposal (PDF) C Updated: 1/28/2016 by Linda Sutherland D Packet Pg. 398 1 RESOLUTION NO. a 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF in SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT o 3 WITH SUPERDRY RESTORATION INC. FOR EMERGENCY RESTORATION L 4 SERVICES. 0 as 5 WHEREAS, The City has issued a request for proposals (RFP) for the c m 6 provision of as-needed emergency restorations, remediation and reconstruction contract 7 W w services to mitigate and repair damage to the City of San Bernardino property in the event o 8 9 of unexpected loss or damage. d a� L 10 WHEREAS, Superdry Restoration Inc. responded to the RFP and their a r� 11 proposal has been selected to provide contract services to the City of San Bernardino based 12 on 25 years of disaster recovery experience, 24 hour emergency response, reliable = 13 y 14 equipment and competitive rates. 15 NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 16 SECTION 1. The City Manager is hereby authorized and directed to execute, on 17 18 behalf of the City, an Agreement for Emergency Restoration Services with Superdry a� 19 Restoration, Inc., attached hereto as Exhibit"A" and incorporated herein. ,o 20 ` SECTION 2. Said Agreement shall be in effect through June 30th, 2016 unless earlier E 21 � terminated as provided in the Agreements or as otherwise agreed to in writing by the parties. t, 22 Administrative extensions of up to two (2) additional years may be authorized by the City o 23 Q 24 Manager, or his designee. c 0 25 0 N 26 i 27 s 28 w I 1 Q Packet Pg. 399 S.N.a. N I RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF 2 SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT in WITH SUPERDRY RESTORATION INC. FOR EMERGENCY RESTORATION c 3 SERVICES. .a L 4 N 5 I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor d 6 and Common Council of the City of San Bernardino at a meeting E 7 w thereof, held on the day of , 2016, by the following vote, to c w 8 wit: E 9 L 10 Council Members: AYES NAYS ABSTAIN ABSENT a ti 11 MARQUEZ v 12 BARRIOS r _ 13 VALDIVIA > 14 15 SHORETT 16 NICKEL 17 JOHNSON L 18 E MULVIHILL d 19 20 E 21 Georgeann Hanna, City Clerk �o a� 22 The foregoing resolution is hereby approved this day of , 2016. 23 Q 24 0 25 R. CARY DAVIS, Mayor City of San Bernardino 26 Approved as to form: GARY D. SAENZ, City Attorney c 27 L 28 By' w 2 a Packet.Pg.400:' 1 VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND SUPERDRY RESORATION,INC. FOR EMERGENCY RESTORATION SERVICES This AGREEMENT is made and entered into this day of , 2016 by and between SUPERDRY RESTORATION, INC. ("CONTRACTOR") and the CITY OF SAN BERNARDINO ("CITY"). WITNESSETH: A. WHEREAS, City has need for emergency restoration, remediation and reconstruction d contract services to mitigate and repair damage to City of San Bernardino property in the event of unexpected loss or damage. a� U) c 0 B. WHEREAS, Contractor has submitted a proposal to provide emergency services in response to City's Request for Proposal F-16-07 dated January 7,2016. o C. WHEREAS, Contractor is competent and able to perform said services, and is willing a to provide response to emergency situations such as, but not limited to, water/fire damage, vandalism cleanup, biohazard cleanup, sewage decontamination, 0) deodorization, mold remediation, debris removal, emergency construction for damage E mitigation, etc. "L 0 NOW,THEREFORE,the parties hereto agree as follows: E as 1.0 SERVICES PROVIDED BY CONTRACTOR L a 1.1. Scope of Services. Contractor shall furnish emergency restoration services to City in accordance with Contractor's Proposal,attached and incorporated herein as Exhibit"A". ti 1.2 Professional Practices. All contract services to be provided by Contractor pursuant to this Agreement shall be provided by personnel experienced in their respective fields and in a manner consistent with the standards of care, diligence and skill ordinarily exercised by a) professional contractors in similar fields and circumstances in accordance with sound a 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 E affect Contractor's performance of this Agreement. a 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 judgments of every nature and description including attorneys' fees and costs, presented, brought, or recovered against City for, or on account of any liability under any of the above-mentioned laws, which Pa,acket Pg.401' z k 4 Agreement for Emergency Restoration Services with City of San Bernardino And Superdry Restoration,Inc. may be incurred by reason of Contractor's performance under this Agreement. 1 1.4. Non.-discrimination. In performing this Agreement, Contractor shall not engage in, nor permit its agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age,physical handicap, medical condition, marital status, sexual gender or sexual orientation, or any other category protected by law, 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. 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 contemplated by this Agreement. c 1.6. Business License: The Contractor shall obtain and maintain a valid City Business • Registration Certificate during the term of this Agreement. o Y N 1.7. Duty of Loyalty/Conflict of Interest: The Contractor understands and agrees that Contractor shall maintain a fiduciary duty and a duty of loyalty to the City in performing Contractor's obligations under this Agreement. Contractor, in performing its obligations under this Agreement, is governed by California's conflict of interest laws, Government Code Section 87100 et seq., and Title 2, California Code of Regulations Section 18700 et seq. w L 0 2.0. COMPENSATION AND BILLING E d a� L 2.1. Compensation. Over the term of this Agreement, Contractor shall be paid for such a I on-call emergency services in accordance with the agreed upon fee schedule included in contractor's proposal, attached and incorporated herein as Exhibit "A," up to a total amount not N I to exceed $50,000.00. City makes no guarantee to Contractor regarding the amount and/or the dollar value of the work assigned to Contractor. N v 2.2. Additional Services. Contractor shall not receive compensation for any services E provided outside the Scope of Services unless the Director of Public Works, or designee, prior to a Contractor performing the additional services,approves such additional services. d 2.3. Method of Billing. Over the term of this Agreement, CONTRACTOR shall be paid for such services on an as-needed basis with cost contingent on the nature and level of damage to City properties. Invoiced expenses will be concurrent with the fee structure submitted a with the proposal and included with award of contract. 3.0. TIME OF PERFORMANCE 3.1. Commencement and Completion of Work. The obligation to perform the contract services pursuant to this Agreement shall commence within five(5)days from the Effective Date of this Agreement. Said services shall be performed in an immediate response following a clear channel of communication between the City and the contractor regarding priority needs and Page 2 of 8 Packet Pg.402 5.N.b Agreement for Emergency Restoration Services with City of San Bernardino And Superdry Restoration,Inc. work approvals. Failure to commence work in a timely manner and/or diligently pursue work to 1 completion may be grounds for termination of this Agreement. 3.2. Excusable Delays. Neither party shall be responsible for delays or lack of performance resulting from acts beyond the reasonable control of the party or parties. Such acts shall include, but not be limited to, acts of God, fire, strikes, material shortages, compliance with laws or regulations, riots, acts of war, or any other conditions beyond the reasonable control of a party. 4.0. TERM AND TERMINATION N 4.1. Term. This Agreement shall commence on the Effective Date and continue through June 30,2016, unless previously terminated as provided herein or as otherwise agreed to in writing by the parties. An administrative extension of two one-year renewal options may be authorized by the City Manager, or his designee. 2 L 0 4.2. Notice of Termination. The City reserves and has the right and privilege of canceling, suspending or abandoning the execution of all or any part of the work contemplated by this Agreement, with or without cause, at any time, by providing written notice to Contractor. The termination of this Agreement shall be deemed effective upon receipt of the notice of T termination. In the event of such termination, Contractor shall immediately stop rendering E services under this Agreement unless directed otherwise by the City. w L O 4.3. Compensation. In the event of termination, City shall pay Contractor for reasonable costs incurred and contract services satisfactorily performed up to and including the E date of City's written notice of termination. Compensation for work in progress shall be prorated L as to the percentage of work completed as of the effective date of termination in accordance with a the fees set forth herein. c� N d' 5.0. INSURANCE N 5.1. Minimum Scope and Limits of Insurance. Contractor shall obtain and maintain during the life of this Agreement all of the following insurance coverages: a� a (a) Comprehensive general liability, including premises-operations, c products/completed operations, broad form property damage, blanket E contractual liability, independent contractors, personal injury with a policy 0 limit of not less than One Million Dollars ($1,000,000.00), combined a single limits,per occurrence and aggregate. (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. (d) Professional errors and omissions ("E&O") liability insurance with policy Page 3 of 8 Packet Pg.403 1 r Agreement for Emergency Restoration Services with City of San Bernardino And Superdry Restoration,Inc. limits of not less than One Million Dollars ($1,000,000.00), combined a; single limits, per occurrence and aggregate. Contractor shall obtain and s maintain, said E&O liability insurance during the life of this Agreement and for three years after completion of the work hereunder. 3 5.2. Endorsements. The comprehensive general liability insurance policy shall contain ° or be endorsed to contain the following provisions: (a) Additional insureds: "The City of San Bernardino and its elected and appointed boards, officers, agents, and employees are additional insureds with respect to this contract with City." R � (b) Notice: "Said policy shall not terminate, nor shall it be cancelled, nor the in coverage reduced, until thirty (30) days after written notice is given to c City." } L 0 (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� L 5.3. Certificates of Insurance. Contractor shall provide to City certificates of E insurance showing the insurance coverages and required endorsements described above, in a c form and content approved by City,prior to performing any services under this Agreement. 0 6.0. GENERAL PROVISIONS as as L 6.1. Entire Agreement. This Agreement constitutes the entire Agreement between the a 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 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 cm exhibits to this Agreement. L 0 6.2. Representatives. The Public Works Director or his designee shall be the a w representative of City for purposes of this Agreement and may issue all consents, approvals, E directives and agreements on behalf of the City, called for by this Agreement, except as s otherwise expressly provided in this Agreement. w a Contractor shall designate a representative for purposes of this Agreement who shall be authorized to issue all consents, approvals, directives and agreements on behalf of Contractor called for by this Agreement, except as otherwise expressly provided in this Agreement. 6.3. Project Managers. City shall designate a City emergency contact to work directly with Contractor in the performance of this Agreement. Page 4 of 8 Packet P9.404` a Agreement for Emergency Restoration Services with City of San Bernardino And Superdry Restoration,Inc. a S Contractor shall designate a Contract employee(s)who shall represent it and be its agent in all consultations with City during the tenn of this Agreement. # 6.4. 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. IF TO CONTRACTOR: IF TO CITY: ` Superdry Restoration, Inc. Director of Public Works N City of San Bernardino c 6476 Florence Ave. Ste B 300 North"D" Street, 3rd Floor Bell Gardens, CA 90201 San Bernardino,Ca 92418 0 Fax: 562-928-7242 Fax: 909-384-5190 Tel: 855-242-7024 Tel: 909-384-5140 a U C 6.5. Attorneys' Fees. In the event that litigation is brought by any party in connection co 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 w 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 connection with that litigation shall be considered as "attorneys' fees" E for the purposes of this Agreement. L a� a 6.6. 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 agree that the sole and exclusive venue shall be a court of competent jurisdiction located in San N Bernardino County, California. L 0) 6.7. Assignment. Contractor shall not voluntarily or by operation of law assign, a transfer, sublet or encumber all or any part of Contractor's interest in this Agreement without City's prior written consent. Any attempted assignment, transfer, subletting or encumbrance E 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 a Contractor's obligation to perform all other obligations to be performed by Contractor hereunder for the term of this Agreement. 6.8 Indemnification and Hold Harmless. Contractor shall protect, defend, indemnify and hold harmless City and its elected and appointed officials, officers, and employees from any and all claims, causes of action, liabilities, expenses, including attorney fees, damage to property or injuries to or death of any person or persons or damages of any nature including, but not by way of limitation, all civil claims or workers' compensation claims,arising out of or in any way Page 5 of 8 Packet Pg.405 Agreement for Emergency Restoration Services with City of San Bernardino And Superdry Restoration,Inc. connected with the intentional or negligent acts, errors or omissions of Contractor, its employees, agents or subcontractors in the performance of this Agreement. 6.9. Independent Contractor. Contractor is and shall be acting at all times as an independent contractor and not as an employee of City. Contractor shall secure, at its expense, and be responsible for any and all payment of Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for Contractor and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be performed hereunder. 6.10 Public Records Act Disclosure. Contractor has been advised and is aware that all reports, documents, information and data including, but not limited to, computer tapes, discs or 2 files furnished or prepared by Contractor, or any of its subcontractors, and provided to City may N be subject to public disclosure as required by the California Public Records Act (California o Government Code Section 6250 et. seq.). Exceptions to public disclosure may be those documents or information that qualify as trade secrets, as that term is defined in the California o Government Code Section 6254.7, and of which Contractor informs City of such trade secret. The City will endeavor to maintain as confidential all information obtained by it that is a designated as a trade secret. The City shall not, in any way, be liable or responsible for the disclosure of any trade secret including, without limitation,those records so marked if disclosure a� is deemed to be required by law or by order of the Court. E W L 6.11. Prohibited Employment. Contractor will not employ any regular employee of w City while this Agreement is in effect. E d 6.12. Order of Precedence. In the event of an inconsistency or conflict in this Agreement and any of the attached Exhibits or Attachments, the terms set forth in this a Agreement shall prevail N d' 6.13. Costs. Each party shall bear its own costs and fees incurred in the preparation and ti negotiation of this Agreement and in the performance of its obligations hereunder except as expressly provided herein. Y E L 0 6.14. Construction. The parties have participated jointly in the negotiation and drafting a of this Agreement. In the event an ambiguity or question of intent or interpretation arises with respect to this Agreement, this Agreement shall be construed as if drafted jointly by the parties E and in accordance with its fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party by virtue of the authorship of any of the provisions of this a Agreement. 6.15. Amendments. Only a writing executed by the parties hereto or their respective successors and assigns may amend this Agreement. 6.16. Waiver. The delay or failure of either party at any time to require performance or 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 Page 6 of S Packet Pg.406-:' 1: r i Agreement for Emergency Restoration Services with City of San Bernardino And Superdry Restoration,Inc. this Agreement shall be effective unless in writing and signed by a duly authorized representative of the party against whom enforcement of a waiver is sought. The waiver of any right or remedy K with respect to any occurrence or event shall not be deemed a waiver of any right or remedy with respect to any other occurrence or event,nor shall any waiver constitute a continuing waiver. 6.17. Severability. If any provision of this Agreement is determined by a court of competent jurisdiction to be unenforceable in any circumstance, 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. I 6.18. 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 2 constitute one agreement. in 6.19. 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. c 6.20. Dama es. The Parties agree to waive any rights to incidental or consequential and punitive damages arising out of performance under this Agreement whether in torts or E contracts or in law or in equity. w L O E m a ti N d' ti N E L a d E V r.+ .w+ a Page 7 of 8 Packet Pg.407 Agreement for Emergency Restoration Services with City of San Bernardino And Superdry Restoration,Inc. IN WITNESS WHEREOF,the parties hereto have executed this Agreement indicating that they have read and understood same, and indicate their full and 1 complete consent to its terms: r CONTRACTOR CITY OF SAN BERNARDINO N d Superdry Restoration,Inc: BY: c Jarrod Burguan, Interim City Manager ° City of San Bernardino 0 Y BY: A v C TITLE: a� d E w L 0 APPROVED AS TO FORM: Gary D. Saenz,City Attorney E a� L a By. N ti t0 N d' E L OY Q C d E V R r-. a Page 8 of 8 Packet Pg.40$ Exhibit t * � t 6476 Florence Ave.STE.B Bell Gardens,CA 90201 PH.855-242-7024 FAX 562-928-7242 EMAIL:info @superdryrestoration.com N v Proposal O RFP F-16-07 Emergency Restoration L City of San Bernardino N 300 N."D"Street,4th Floor San Bernardino,CA 92118 c m L d E Mission Statement `' 0 r Superdry Restoration Inc.provides superior quality of 24 hour emergency responsi and disaster recovery solutions throughout the Pacific E Coast.Our staff is trained to maintain the highest standard of environmental safety,creating unprecedented value to our business clients, d making their operation 100%functional by completing our projects ahead of sche ule and under budget. Q r` About Us N Superdry Restoration Inc.is the leading emergency response and disaster recovery contractor in the Pacific Coast.Superdry Restoration p Inc.has over 25 years of experience working in commercial,industrial,and resider'al properties.With over 25 years of experience in o hazardous spill cleanup,mold remediation,flood response,demolition and decontamination from large losses in hotels,courthouses,jails, tl hospitality,and retail stores,to smaller losses in single family homes and apartment .,our clients are assured peace of mind that their _r_ business will be fully operational.Superdry Restoration Inc.owns and is equipped N ith a vast inventory of up to date,state of the art r_ equipment,and can provide cost efficient solutions without delay.Our fleets are always ready to provide immediate and full force response to any emergency disaster,at any time.With safety as top priority,our staff maintaii ts an accident free environment for all individuals associated with the disaster. N d Contact Us CL 6476 Florence Ave.STE.B Bell Gardens,CA 90201 PH.855-242-7024 FAX 562-928-7242 Q EMAIL:infer @super estoration.c Q t X w a.: c Edwa pe Q President J ;U uthorized. ature for oposal WZ P F 1 G-0T far Qy o/Snit Benmrdino •Janna J,19.2016 Packet Pg.409 RFP F-16-07 Emergency Restoration TABLE OF CONTENTS PROPOSAL # O EXPERIENCE 1-2 L O PERSONNEL/INSURANCES WORKED WITH 3 �, c d L EQUIPMENT INVENTORY 4 E W L O W r SAMPLE INVOICE 5 a=i E m m L SAMPLE BILLING DESCRIPTIONS 6-10 a ti to N SAMPLE DOCUMENTATION PHOTOS 11 m N O CL O L ANNUAL PURCHASE ORDER 12-13 d ti E r- 0 SUBCONTRACTOR'S LIST 14 L O U) d NON—COLLUSION AFFIDAVIT 15 a: L d 3 CALIFORNIA CONTRACTOR LICENSE 16 N Z CERTIFICATE OF INSURANCE AND WORKERS COMPENSATION 17 x w r FEE SCHEDULE 18-20 E t R r Q Packet Pg.410 Experience I. Emergency Water Damage Mitigation: D uble Tree Hotel A. July 05,2014 POC:Doubletree General Manager,Joe Kuhn _ PH:(213) 253-9214 Email:j.oc.kuhn@bilton.com. rn w $148,612.53 B. Environmental safety and immediate response is a responsibility for Sup ry Restoration Inc.,and it was just as important to the to General Manager of the Los Angeles Doubletree Hotel,Joe Kuhn in the arly morning of July 5d',2014.Superdry was called out O to perform emergency mitigation to a 22 story flood,with 25 hallways ani 150 rooms affected by a fire sprinkler that burst on the 22,d floor.Within 2 hours a job hazard analysis and scope of work was sented to Doubletree Hotel Management and approved.Within hours of approval,92 dehumidifiers,157 air movers,ar d over 50 air scrubbers on site and running,with water W extractors removing water from the bedroom and hallway carpets as qui y as possible.With a hotel room the hotel provided,we v set up a command center to have daily photos,moisture readings,and eq 'pment placement logs uploaded and updated.Within 0 48 hours,all furniture in affected rooms were on blocks,all drying equipment was up and running,and the affected area was d contained in a drying chamber.Drying equipment was closed off with zip les and caution tape,and extension cords taped down w to help foot traffic continue as usual in the less affected non-contained am as.Drying equipment ran for 3 days,until asbestos p abatement contractor was scheduled to perform asbestos abatement.Our staff was onsite 24 hours during the 5 day process, c working with the General Management of the hotel,Zurich insurance,ho el security,hotel chief engineers,testing company,to m manage reach a shared goal to get the hotel up and running as soon as possible. m L Q II. Emergency Response Sewage R.eme( iatio :JCPenney t• A. November 26,2015 to N POC:CBRE Regional Operations Manager,Scott Rupert PH:(760)223-0559 E-mail:srupert contractor jcp com N $8,090.64 c a 0 B. Superdry Restoration was called out on Thanksgiving November 26,2015 at approximately 10pm to provide emergency sewage d cleanup and remediation at the JCPenney in Torrance,CA.A clogged sepl is tank located in the storage area,next to the elevator c shaft backed up sewer water into the freight elevator shaft,2 utility rooms back storage/stock area,and sales floor.Our project = manager was onsite within an hour of the initial call to assess the damage. MS was a special situation as the store would not close R that night for Black Friday sales,and the elevator needed to be raised by 6 evator technicians to reach the sewer water.Within 2 O hours,a service truck full of equipment and a vacuum pump truck were o site and set up.Caution tape and safety cones were N ry immediately set up in the sales floor to prevent unauthorized personnel w 'ng near the contaminated area and keep the business operating as usual on one of the store's busiest nights.With techs in propc r personal protective equipment,contaminated debris were double bagged and sewer water was extracted.Area was contained ar d contaminants were removed and disposed of so the r3. elevator technicians can raise the elevator next morning.Working with the elevator techs,Superdry was able to have a crew on � site as soon as the elevator was raised to proceed with the elevator shaft dc contamination.Freight elevator was lowered once Q decontamination was complete and techs left JCPenney operating in pre-1c ss conditions.Holiday or not,our staff is ready to M respond to any emergency including sewage remediation and decontamina'on, t X w C d E t is Q Packet P4.`411 5 N C� III. Mold Remediation: San Fernando Courth use A. May 22,2013 POC:Vincor Construction Project Manager,Vance Gutierrez PH:(714)990-4200 Email:vancc@.vincorinc.com N $34,000.00 at v B. Our immediate response is standard as we share the same goal of the bd Ings,management,insurance,and other mutuallv m interested parties.To return the structure to an environmentally safe and iabitable pre-loss work area,so the building's operations N c can continue.Months prior to starting the mold remediation in the San Rmando Courthouse,our project managers walked the job with the prime contractors and had a scope ready with jobsite hazard ssessment.Working with the Hygenist on site,we O followed his recommendations and scope of work.Our staff worked han in hand with building management(ABIV),the court's regional safety manager,the building maintenance engineer,and the court's regional manager to create a safe efficient plan to A properly remove affected materials out of the building.The scope included remediating a 40 foot long wall with 18 feet of height = in a filing room full of classified documents,and a locker room and kitch in the basement inmate holding cells.In order for the court to continue normal operations,all work was done after hours.Project started May 22,and had to be ready for the prime m E contractor to start repairs by Monday,May 27.%nth unexpected change a rders adding unforeseen work,project was still finished W on time and on budget.We firmly believe working in collaboration can produce safer and unprecedented results. ,0 d IV. Emergency Board Up: Pasadena Rose Bowl E d A. December 31,2015 Q POC:Global Facility Management and Construction Account Manager,V tlber Gonzales ti PH:(631)617-6500 Email:Wilber.Wnzalcz@gfin247.com com to N $9,225.84 d B. In the late afternoon of New Year's Eve,we received a call from one of o regular clients to board up 2 retail stores for the New vii Year's countdown in Pasadena. Onsite at 8pm,with a strict time schedule to board up before the New Year and on a crowded 0 sz 0 boulevard,Superdry safely completed board up the windows and doors to prevent damage during the New Year celebration.We pL. had 2 crews on site with 2 traffic controllers at each retail store to direct d ie heavy pedestrian and car traffic,and keep the jobsite v safe despite the crowded night.Trucks with LED safety hazard lights and spotlights were parked on the street to illuminate the c jobsite to safely install 60 sheets of plywood before the start of the New Yeges countdown. 2 ca L 0 r V. Emergency Water Damage Mitigation: Fa pion Valley Mall, San Diego A. January 05,2016 L, POC:Global Facility Management and Construction Account Manager,V ilber Gonzales d PH:(631)617-6500 Email:Wilber.gonzalezfa7gfm247 com Q' $45,467.32 Cl) B. Heavy rain can be catastrophic,as it was for many stores in the outdoor Mau at Fashion Valley in San Diego.Rain poured and Q clogged up storm drains,causing them to back up even more water,and ol rerflowing 5 stores wide rain and sewer water.The t project manager nearest to the loss was immediately dispatched to assess the loss.Upon arrival,employees and other W subcontractors had started getting the water out of the stores at the best o their abilities.The subcontractors were called by our = client,and for the best interest of getting the stores cleaned up and zunnin the next morning,we worked together to eliminate E hazards and extract water.Once all water was out and affected areas were unitized,Superdry set up drying equipment in each 0 store to help suppress microbial growth.Within 24 hours,Superdry submi ed a scope of work for water damage demolition in the 5 affected stores,and took down equipment to allow the store to opere normally until closing time.Upon closing time, Q Superdry organized and coordinated a 5 store demolition to be completed in one night,to have the stores continue to run as usual during the day.After demolition,at a store's special request,drying equipment was setup after closing time to run all night,and taken down in the morning each day until the store was dried. Packet Pg.4t2 5.N.c Personnel Superdry Restoration Inc.,is headquartered at 6476 Florence Ave.Bell Gardens,CA 90201.Our entire fleet of trucks are fully stocked with equipment ready to be deployed at any given notice.Our warehouse is fully stocked with additional equipment&supplies needed to mitigate and dry commercial buildings suffering from property damage.Disasters are always team efforts,our Project Manager works closely with owner's safety team,adjusters,etc.to ensure project is completed under time&under budget.There is always a crew N that is on call for after hour emergencies that occur.Dispatchers are also required to be on call to work hand in hand with Project Manager, v coordinating,dispatching&making sure all the right employees needed for the job are on site. Our company truck drivers are also on call to make sure,in the event of a large water loss,all equipment is on time at the jobsite.Superdry.Restoration Inc.,is family owned and owns N all its equipment to ensure there are no delays and our business clients have their facility back to full operation ahead of schedule&under O budget. O N Primary Point of Contact a v c • Edward Lopez—(310)989-5946 a� O • uifo=,sgerdry restoration.com E W L O Secondary Point of Contact r c d E • Eric De Vicente—(310)926-3066 m m • info@superdryrestoration.com Q ti N d' Insurances CL O a. • Zurich ti • AIG—Private Client Group = c • Travelers O • Agrical-McLarens 0 • USAA N • Chubb • Safeco Insurance �+ • Allstate aD • Tower Group C to • Liberty Mutual , • Nationwide Q • Farmers • Fireman's Fund x • State Farm W • Mercury d • AAA E t v ca Q 111111,11 11111 Ckv 5.N.c Equipment Inventory 2"Submersible trash pump with hose Padlock and hasp 2"Submersible pump with hose Generator temporary powercable 3"Trash Pump with hose Generator-6,000 watt-portable 4"Trash Pump with hose Generator-410-65OKW 4"Trash Pump owable with hose p- Generator-35-90KW Air mover axial fan Generator-300-40OKW N Air movers Generator-175-25OKW = 0 Dehumidifier -Small-Desiccant Generator-10-30KW Dehumidifier -Large-Desiccant Generator-100-160KW ° Y Dehumidifier-XXLarge Generator-10,000 watt-portable Dehumidifier-Xlarge Temporary fencing a Dehumidifier-Desiccant Temporary power-overhead hookup Dehumidifier-Desiccant-8500-15000 CFM Temporary power-hookup v Dehumidifier-Desiccant-4500-7500 CFM Temporary heater-propane w Dehumidifier-Desiccant-3000-4000 CFM Temporary heater-electric o Heat drying-thermal air mover-Electric-Large Warning sign,4'x Won a 6'post Heat drying thermal air mover-Electric Traffic cones m E Heat drying-ducted air-400 kBtu-5200+cfm Box and liner-hazardous wastecleanup Heat drying-ducted air-200 kBtu-2300+cfm Plastic container-hazardous wastecleanup Q Negative air fan/Airscrubber HEPAVACUUM Neg.air fan/Airscrub.-XLrg PRESSUREWASHER N �t Neg.air fan/Airscrub.-Large VACUUM TRUCK Multi-port air mover adapter STEAM PRESSUREWASHER o Power distribution box MOVING TRUCK a 0 Powered Air-Purifying Respirator(PAPR) ZipWall- Poles-20' a. Supply Air Respirator(SAR) SANDBAGS c Respirator-Half face-multi-purposeresP• SISSOCR LIFT = Respirator-Full face-multi-purpose resp BOOM LIFT Trailer-mount dehumidifier-2000 CFM CHERRY PICKER o Viking-21 port Air Mover TRUCK MOUNTS m tY Wood floor drying-Inject-I-Dry Type-with mats PORTABLE WATER EXTRACTORS L• Inject-I-Dry-Wall dryingsystem DUMPTRUCKS m CL X w m E ca Y Y Packet Pg.414 ya Invoice #2141 Date Started Date Completed Invoice Cate Customer 11/26115 11/30/15 11/30/15 CBRE N G1 V it d N O tC L O .f+ N O x t T Y'° V CBRE C112615-1-2 m L 400 S. Hope St. 21840 S. Ha a Blvd. w Los Angeles,CA 90071 Torras_ A 90 .° c d u E m _ d Lai Sewage Remediationg,0 Q ti co N lC Q O a Due Upon:Com ietion � 0 �a L r NNd Y.. L d I Q M x W _ E V W� Q 6476 Florence Ave.Suite B Bell Gardens,CA 90201 Phone:855-242-7024 Lil #973252 EmaffiftnfoPsuperd e Page 1 Packet Pg.415 F�� 6476 Florence Ave Ste B.Bell Gardens,CA 90201 info @superdryrestoration.com (855)242-7024 LIC#973252 FEDERAL TAX ID:45-49802 4 Client: Property: 21840 S.Hawthorne Blvd (D Torrance,CA 90503 d rn Operator Info: o Operator: SUPERDRY 0 N Estimator: Cell 3066 Position: Project Manager E-mail: n. Company: SUPERDRY RESTORATION a=i Business: 6476 Florence Ave STE B a� Bell Gardens,CA 90201 E 0 Type of Estimate: Sewage = E Price List: CALA7X JUL15 W w Labor Efficiency: Restoration/Service/Remodel Q Estimate: C112615-1-2 y v Superdry Restoration was called out on November 26,201 p emer ewage cleanup at 21840 S.Hawthorne Blvd. Torrance,CA 90503.Upon arrival our project manager Ed Lo se extent of the sewage contamination.Affected areas were the freight elevator shaft by the dock,utili oms ,back storage/stock area,and some intrustion to the 0 sales floor.Upon further inspection,the conten ardbo x s,and accessories in the back storage/stock area. o CL There was visible water on the concrete flo e, or no mer an ise affected on sales floor upon arrival.When a. PM arrived onsite,there was caution tape keep $tot ffected no rs,and oil sorbent socks with paper towels to help stop flow of water from reWa,thing farther in s a.Tli r shaft had standing water approximately 3 inches high. _ Engineering controls were s ,1, c sales floor nt customers from wa king on contaminated carpet and help reduce = the spread of cross cnntamina % wore PPE emoving and extra ting raw sewage and waste water from sales .2 floor and back storage/stock Cori ebris double bagged an hauled away.Affected area in back storage L area was scrubbed with a gleam nt,r; ted,finished off with i n antimicrobial. 0 N d Pumping of s ste water evator shaft was not performed this night as the elevator needed to be lifted by others. Pumping f standing water in elevstor sham was performed a morning of November 27,2015.After all -a waste wa as pumped&hauled, rdry commenced with the cleaning of elevator shaft.All raw sewage and debris d were sh ed and ba was ter extraction.A cleaning detergent legreaser was applied scrubbed and pressure CL washed osen a gr from the elevator shaft.After water m as extracted a cleaning agent was applied, scrubbed, cted to bac cria.An antimicrobial was then applied uid wiped off to disinfect area.After Q completion vator shaft re ation elevator was lowered and techs left the ob site.The source of the water intrusion arised = from a back up from the sept` located in the storage area,next to the elevator shaft. :Q X w w m E t ca w Q Packet Pg.416' Superdry � t 6476 Florence Ave Ste B.Bell Gardens,CA 90201 info @superdryrestoration.com (855)242-7024 LTC#973252 FEDERAL TAX TD:454980234 C112615-1-2 y EMS 11/26/15 Thursday Ni 1,ht U EMS 11/26/15 Thursday Night m DESCRIPTION QNTY OST TOTAL c 1. Water Extraction&Remediation Technician-after hours 5.00 HR @ 120.00- 600.00 c 2. Cleaning&Remediation-Supervisory-per hr 5.00 HR @ 126. 633.45 N m c m Pre-Remediation E DESCRIPTION UNIT OST TOTAL c 3. Emergency service call-after business hours 0 .00= 225.00 = 4. Equipment setup and monitoring HR 120'.88= 120.88 To set up negative air scrubber and monitor negative air pr d 5. (Material Only)Personal protective gloves-Heavy Bury(per .00 EA @ 4.00= 12.00 Q 6. (Material Only)Respirator cartridge-organic or gas{ 3.00 EA @ 15.00= 45.00 pair) to 7. Respirator-Half face-multi-purpose resp.(per day) 3.00 EA @ 1.50= 4.50 N 8. (Material Only)Add for personal protective equipment ar 00 EA @ 7.00= 21.00 Y cleanup) y 9. (Material Only)Boots-waterproof!s able(per 3.00 EA @ 6.45= 19.35 a 0 � L (. V Sewage Remediation o DESCRIPTION QNTY UNIT COST TOTAL F U) 10. m m g, an ry 3 water 0.00 GL @ 0.95= 855A0 m W 11. Vaeu -after hour 5.00 HR @ 150.00= 750.00 12. Cont anipulation charge ur 1.00 HR @ 0.00 `m Mo and reset ain ss to hard to reach affected areas. Q- 13. Wat ►rd sti - 3 wtr-aft bus hrs 540.00 SF @ 0.00 14. {Mate Apply biol al cleaning agent(spore-based)- 540.00 SF @ 0.10= 54.00 Q after firs 15. Rinse and ex le ent from hard surface floor-after bus. 5 0.00 SF @ 0.00 x hrs w 16. (Material Only)Apply plant-based anti-microbial agent 5 .00 SF @ 0.10= 54.00 c m E t is Post-Remediation Q 12615-1-2 12/9/2015 Packet ft.417 SAC 6476 FIorence Ave Ste B.Bell Gardens,CA 90201 info @superdryrestoration.com (855)242-7024 LTC#973252 FEDERAL TAX ID:45-49802 4 DESCRIPTION QNTY UNIT COST TOTAL y W 17. Equipment take down&monitoring-after hrs 1.00 HR @ 120.88= 120.88 2 18. (Material Only)Plastic bag-used for disposal of contaminated items 10A0 EA @ 90= 24.00 m 19. Single axle dump truck-per load-including dump fees 1.00 EA @ 00= 250.00 c 20. Equipment decontamination charge- per piece of equip 2.00 EA @ 02.00= 204.00 0 All tools used,and water extractor decontaminated 0 a: c ELEVATOR SHAFT CLEANUP 11,2 15 Friday ai ELEVATOR SHAFT CLEAN UP 11/27/15 Friday d E w DESCRIPTION Y UNIT ST TOTAL L 0 21. Water Extraction&Remediation Technician-per hour U 3.00= 530.00 c 22. Cleaning&Remediation-Supervisory-per hr HR 56.00= 280.00 E CD m L Q Pre-Remediation to N DESCRIPTION QNTY UNIT COST TOTAL N 23. Equipment setup and monitoring -1.00 HR @ 55.00= 55.00 0 CL 24. (Material Only)Containment Barn 0.00 SF @ 0.07= 21.00 0 25. (Material Only)Personal protective glo . �' �) 3.00 EA @ 4.04= 12.00 26. (Material Only)Respirator cartridge-organ &act er 3.00 EA @ 15.00= 45.00 pair) _ 27. Respirator-Full face- o P (per da 3.00 DA @ 7.61= 22.83 28. (Material Only)Add for p al pro men Heavy duty 3.00 EA @ 18.00= 54.00 0 29. (Material Only)Boots-wat pf -Di (per pair) 3.00 EA @ 6.45= 19.35 L d Q. Sewage ed N UESCRI QNTY UNIT COST TOTAL Q 30. Pumping,haul' an sing of standing Category 3 water 3 0.00 GL c @ 0.95= 285.00 31. Vacuum Truc t Operator-after hour 4.00 HR w @ 55.00= 220.00 32. Water extraction from hard surface floor-Cat 3 water 115.00 SF @ 0.00 Shovel out raw sewage and debris,and extract remaining contaminated water in elevator shaft E E 33. Add for HEPA filter(for water extraction upright vacuums) 1.00 EA @ 26.67= 26.67 34. (Material Only)Apply biological cleaning agent(spore-based) 2 0,00 SF @ 0.10= 27.00 w Cleaned 135 sgft twice. Q 35. Rinse and extract biological cleaning agent from elevator shaft 270.00 SF @ 0.00 112615-1-2 12/9/2015 F racket Pg.418 1' 1 6476 Florence Ave Ste B.Bell Gardens,CA 90201 info @superdryrestoration.com (855)242-7024 LIC#973252 FEDERAL.TAX ID:45-49802 4 N d V CONTINUED-Sewage Rernec iation cn 0 DESCRIPTION QNTY IT COS TOTAL 0 N m Biological cleaning agent,rinse,and water extracted 135 sgft twice. 36. (Material Only)Clean with pressure/chemical spray 70.00 SF @ .25 67.50 37. Water extraction from pressure washing/chemical spray 70.00 SF @ 0.00 38. (Material Only)Apply plant-based anti-microbial agent &LO SF @ - 27.00 d E W L O Post-Remediation E m DESCRIPTION QNTY UNIT COST TOTAL 39. Equipment take down and monitorin g 1.00 HR @ 55.00= 55.00 a 40. (Material Only)Plastic bag-used for disposal of co ed i 15.00 EA @ 2.90= 43.50 m N 41. Single axle dump truck-per load-including dump f 1.00 EA @ 250.00= 250.00 42. Equipment decontamination charge-per piece of equip 0 EA @ 51.00= 102.00 All tools used,and hepa vacuum wa for decor at N 0 CL 0 L a c Structural Drying 0 w DESCRIPTION QNTY UNIT COST TOTAL o 43. Equipment seta &monito a} 1.00 HR @ 120.00= N 120.00 0 To set up tit_. or 3 deh on EMS Night 1.1/26/15 44. Equip oni g-after 1.00 HR @ 80.44= 80.44 45. Deh " ifier(per 24 eriod arge-No monitoring 12.00 DA @ 101.29= 1,215.48 a 3 de 'di fl 0 Cn 46. Nega tr scrub 4 hr period)-No monit. 4.00 DA @ 70.00= 280.00 Q 47. Add for A filter(for n ve air exhaust fan) 1.00 EA @ 185.99= 185.99 = s X W C d t V ..r Q 12615-1-2 12/9/2015 Packet Pg,419,, Cam 6476 Florence Ave Ste B.Bell Gardens,CA 90201 info @sap erdryrestoration.com (855)242-7024 LIC#973252 FEDERAL TAX ID:45-49802E4 N d V Summary N Line Item Total 8,022.82 0 Material.Sales Tax 9.000% 67.82 L O Replacement Cost Value S8,090,64 Net Claim 090.64 a! ® c m a� m E Eric De Vicente w Project Manager E d L Q to N lC N O Q O C. V O M L- 0 N d i d Q i# 5 En a X w w c as E ca r Q 12615-1-2 1219/2015 Packet Pg. 420 sumft 6476 Florence Ave Ste B.Bell Gardens,CA 90201 info @superdryrestoration.com (855)242-7024 LIC#973252 FEDERAL TAX ID:45-49802 4 a� m I 2 0 L N d V _ L W L O r r,a = p� t 3 4 ; r-- Q N � f O a rL O L a c 5 � 6 o VIC ' :E K W 7 M-r-Ir 8 _ E P C112615 1/18/2016 Page: I Packet Pg.421 �.N.c RFP F-16-07 Emergency Restoration ANNUAL PURCHASE ORDER The agreement shall be for a period of three (3 i years, beginning on or about February 1, 2016 through June 30, 2016, with tw) (2) one-year renewal options, based on satisfactory performance at the Cit 's discretion and/or for City requirements. 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. o d Actual option year pricing shall be negotiated with th 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 Purch se Order. d E W L Are there any other additional or incidental costs that will be required by your fi order to meet the requirements of the Proposal Specifications? Yes (circle one). If you answered "Yes", please provide d tail of said additional costs. E d L a ti Please indicate any elements of the Proposal Specifications that cannot be met by your firm. N/A o 0. 0 L a you included in your proposal all informational items and forms as requested? _ Yes ! No (circle one). If you answered "No", please explain; 2 L N d A L L d This offer shall remain firm for 120 days from RFP c1c se date. in a Terms and conditions as set forth in this RFP apply to this proposal. Cash discount allowable 8.00 % 10 days; unless otherwise stated, payment w terms are: Net thirty (30) days. as E In signing this proposal, Offeror(s)warrants that all certifications and documents B requested herein are attached and properly completed and signed. a 15 Packet Pg.422 i S.N.c RFP F-16-07 Emergency Restoration r From time to time, the City may issue one or more addenda to this RFP. Below, please indicate all Addenda to this RFP received by our firm, and the date said Addenda was/were received. Verification of Addenda Received U Addenda No: N/A Received on: N/A Addenda No: Received on: I g Addenda No: Received on: N FIRM NAME: SUPERD;RY RESTORATION INC. ADDRESS: 6476 FLYRENCE AVE. STE B d w BELL GARDENS, CA 90201 L- 0 [ Phone: 855-242,17024 d E CD Email: INFO @SUPERDRYREST ATION.COM Q, Q Fax: ,562-92"72— Authorized Signature: 0 Print Name: ED;/, A, D LOPEZ' 0 �,,� aL Title: PRESI�ENT/CEO 2 r- L 0 IF SUBMITTING A "NO PROPOSAL", PLEASE STATE REASON (S) BELOW: i a L to K W i-+ Q E U Z Q i 16 Packet Pg.423 - 5.N.c RFP F-16-07 Emergency Restoration SUBCONTRACTOR'S LIST I 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 o work to be performed under the contract in excess of one-half of one percent, he N agrees that he is fully qualified to perform that portion himself and that he shall e perform that portion himself. j _ d I a� DIVISION OF NAME OF FIRM OR LOCATION E w WORK OR CONTRACTOR CITY o TRADEr ASBESTOS ABATEMENT PACIFIC ENVIRONMENTAL&ABATEMENT SOLU,TIONE GARDEN GROVE m E GENERAL CONTRACTING UNLIMITED CONSTRUCTION EL. INC BELL GARDENS d I a I ~ (V d' 7V N O >Z / o L a. Edward Lopez _. O Print Name '8tgnatoreFo idler o L r � O O Company Name. SUPERDRY RESTORATION It C. Address: 6476 FLORENCE AVE. STE B BELL GARDENS, CA 90201 a Cn Q 1 REJECTION OF BIDS ! E X w 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 E affected by law, if to do seems to best serve the public interest. �a Q 17 Packet Pg.424 r RFP F-16-07 Emergency Restoration 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: _ 0 That he/she has not, either directly or indirectly, entered into any agreement, o participated in any collusion, or otherwise taken action in restraint of free competitive proposal in connection with RFP F-16-07. U C d L d Business Name SUPERDRY RESTORATION INC. E W L 0 Business Address 6476 FLORENCE AVE. STE B BELL GARDENS, CA 90201 � Signature of Offeror(s) X L Place of Residence N to Subscribed and sworn before me this day of , 20_ o Notary Public in and for the County of State of California. My commission expires S 20 ° L O A Notary Public or other officer completing this n certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document a State of California a County of -r4,./ VaZ1-1A ni V6 Subscribed and sworn to(or affirmed}before me on this J 9 w day ofTA,JVA9'Y 20/G by yw,r Lca 't'Z Y c as proved to me on the basis of satisfactory evidence to be the E person(g)who appeared before me. FREDERICK C.HENNING Q commission# 1972440 Notary Public-California z San Bernardino county my Comm.E Tres A r 14 2016 {SCI) Signature 18 Packet Pg.425 State Of Gahfomia Q—E..CONTRACTORS STATE UCENSE BOA M ACTIVE LICENSE � Lcw�m.*..973252 CgRP N SUPERDRY RESTORATION INC o L O 6 w CkM1&ic,HarXH B V 05/3112016 www.cstb.ca.go Oobo d L d E W L O W i� E d d . L ' Q N d' N O Q O L a d c c O ca L O ffl O 'G L � O C, N Z X W d E t V r Q Policy Number: Date Entered: 12 N DATE' ` "' CERTIFICATE OF LIABILITY 1 SURANCE 12/31/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS r=RTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR kLTER THE COVERAGE AFFORDED BY THE POLICIES 1W, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED lESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) mu,,t 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 certificate holder in lieu of such endorsement(s). CONTACT ) �ROOUCeR CONCORD GENERAL INSURANCE SERVICES rtA}'tE --- y 12303 CANTURA STREET _ PHONE (3 0)551_1235 _ �ac,No):(310)551-1250 v EMAIL STUDIO CITY, CA 91604 anoRESS;,, y INSURER($)AFFORDING COVERAGE NAIC tl to LIC# OC47358 —. . - --._ _ � -_ C INSURER_A. 00 ILL INSURANCE COMPANY O NSURED SUPER DRY RESTORATION, INC. NAT OVAL LIr1BILITY S FIRE INSURANCE COMPANY 6 INSURER INSURER C: O 6476 FLORENCE SUITE A INSURER 0: aN) BELL GARDENS, CA 90201 INSURER E INSURER F! U :OVERAGES CERTIFICATE NUMBER: REVISION NUMBER: d THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD � INDICATED NOT`arITHSTANDING ANY REQUIREMENT TERM OF. CONDITION OF ANY CONT ACT OR OTHER DOCUMENT WITH RESPECT TO V'JHICH THIS a) i'.EP.TIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE PO IGIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERh15 E EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOIAIN MAY HAVE BEEN REDUCED BY PAID CLAIt:7S LLI VSR TYPEOFINSURANCE- -......._.- AQQLSUBR-.... ---- F•OLICY FF'...- POd(i YE�(F TTt POLICY NUMBER (MW OD Y 41MIDDIYYYY LIMITS ,0 >1 >< COMMERCIAL GENERAL LIABILITY p;,u S2,000,000 06126/2 15 n ENV?003792-02 R- 7 l 300,000 _ :D fo 85,000 d .<< J .;,A, s 2 0010,000 .c _Pr ,` R, .,R=.x.,TF S2,000,000 _ Q --,L C C 7 RC'vJ� = CG.p,Cr 4Gr :2,000,000 r, - .,,...,. . :... a t0 TOMOBILE LIABILITY _ a O CL S CL UMBRELLA LIAR , •� EXCESS LIAR CSs RETENSCO}t _ O WORKERS COMPENSATION P �.s AND EMPLOYERS LIABILITY . Y;N ,3 U E. _ER a o.�* x — - u v E Z1,000,000 0 r..- _. 3 E _ Y N?A A9WC692910 oa,2r/z is Dv2ii2D1e _ -- T_ (Mandalbry`in NHl'.y. -_- :.s� - c;,,P,,�,�_ '1,000,000 y :SS,SE 1,000,000 E L a) rL )ESCRIPTION OF OPERATIONS I LOCATIONS r VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached I more space Is required) N t X W C 0) ".ERTIFICATE HOLDER CANCELLATION E s R SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THER . NOTICE WILL BE DELIVERED IN Q ACCORDANCE WITH THE Y PRO SIONS. AUTHORIZED REF SENTATIVE -24.14 ACORV CORPORATION. All rights reserves %CORD 25(2014/01) The ACORD name and logo are registered marks of ACORD �dur.a•svN;}onrs BVa;R,zs sef!�re1e SY�i.4 FC:'n15POS5:an`IITC7?S5Ne PJY)IiS*-r¢HM-2^3•9?7 Packet Pg.427 I 5.N.c r,! t Fee Schedule LABOR FEE SCHEDULE STRAIGHTTIME TRAVEL&/OR OVERTIME HOURLY RATE SUBSISTENCE SATURDAY SUNDAY/ TRAVEL&/OR TRADE HOURLY RATE DAILY 11/2X HOLIDAY 2X SUBSISTENCE ASBESTOS&LEAD ABATEMENT(LABORER) $175.00 $262.50 $262.50 $350.00 $45.00 2 Water Extraction&Remediation Technician $175.00 $262.50 $262.50 $350.00 $45.00 U) Hazardous Remediation Technician $175.00 $262.50 $262.50 $350.00 $45.00 a WATER EXTRACTION&Remediation Supervisory $195.00 $292.50 $262.50 $390.00 $45.00 L ASBESTOS& LEAD ABATEMENT Supervisor $195.00 $292.50 $262.50 $390.00 $45.00 O N Hazardous Remediation Supervisor $195.00 $292.50 $262.50 $390.00 $45.00 a) General Laborer-GROUP 1 $150.00 $225.00 $225.00 $300.00 $45.00 General Laborer-GROUP 4 $159.00 $238.50 $238.50 $318.00 $45.00 a=i Carpenter-AREA 1 $167.31 $250.00 $250.00 $334.62 $45.00 OPERATING ENGINEER-GROUP 4 $202.35 $303.53 $303.53 $404.70 $45.00 E LLJ ADMIN $120.00 $180.00 $180.00 $240.00 $45.00 0 Driver: Dump Truck $60.00 $90.00 $90.00 $45.00 a� E a� d L Q co N d' N O CL O L Q. V C C O L O Y N N L L Q. M N Q X W .f.d E V Y i+ Q Packet Pg.428 5.N.c EQUIPMENT FEE SCHEDULE Equipment Per UN Price Per Equipment Per UN UN Price Pe 2"Submersible trash pump with hose 1 DA $208.62 Generator temporary powercable(perweek) 1 WK $1( 2"Submersible trash pump with hose 1 W $600.00 Generator temporary powercable(perday) 1 DA $Z 2"Submersible trash pump with hose 1 M $1,500.00 Generator-6,000 watt-portable(per day) 1 DA $`- 2"Submersible pump with hose 1 DA $193.87 Generator-410-650KW(perweek-8hour) 1 WK $2,9( 2"Submersible pump with hose 1 DA $550.00 Generator-410-650KW(per week-24 hour) 1 WK $5,7! y 2"Submersible pump with hose 1 DA $1,250.00 Generator-410-650KW(per day-8hour) 1 DA $1,6: v 3"Trash Pump 1 DA $225.00 Generator-410-650KW(per day-24 hour) 1 DA $2,6( 3"Trash Pump 1 W $550.00 Generator-35-90KW(perweek-8hour) 1 WK $1,21 W 3"Trash Pump 1 M $1,700.00 Generator-35-90KW(per week-24 hour) 1 WK $2,5( p 4"Trash Pump 1 D $350.00 Generator-35-90KW(per day-8hour) 1 DA $5( 4"Trash Pump 1 W $750.00 Generator-35-90KW(per day-24 hour) 1 DA $1,2! O 4"Trash Pump 1 M $2,600.00 Generator-300-400KW(per week-8hour) 1 WK $2,2( 4"Trash Pump-towable 1 DA $525.00 Generator-300-400KW(per week-24 hour) 1 WK $4,1( 4"Trash Pump-towable 1 W $1,575.00 Generator-300-400KW(per day-8hour) 1 DA $9` 4"Trash Pump-towable 1 M $4,500.00 Generator-300-400KW(per day-24 hour) 1 DA $2,0( d 3"X 20'SUCTION HOSE 1 DA $29.00 Generator-175-250KW(perweek-8hour) 1 WK $1,6( 3"X 20'SUCTION HOSE 1 W $80.00 Generator-175-250KW(perweek-24 hour) 1 WK $3,5( 3"X20'SUCTIONHOSE 1 M $180.00 Generator-175-250KW(perday-8hour) 1 DA $5, W L 3"x 50'DISCHARGE HOSE 1 DA $40.00 Generator-175-250KW(per day-24 hour) 1 DA $1,2( ,O 3"x 50'DISCHARGE HOSE 1 W $124.00 Generator-10-30KW(per week-8hour) 1 WK $7` _ 3"x 50'DISCHARGE HOSE 1 M $242.00 Generator-10-30KW(per week-24 hour) 1 WK 4"X 20'SUCTION HOSE 1 DA $56.00 Generator-10-30KW(per day-8 hour) 1 DA $3( N 4"X 20'SUCTION HOSE 1 W $168.00 Generator-10-30KW(per day-24 hour) 1 DA $7! 4"X 20'SUCTION HOSE 1 M $500.00 Generator-100-160KW(perweek-8 hour) 1 WK $1,0; Q 4"x 50'DISCHARGE HOSE 1 DA $65.00 Generator-100-160KW(per week-24 hour) 1 WK $2,0' 4"x 50'DISCHARGE HOSE 1 W $180.00 Generator-100-160KW(per day-8 hour) 1 DA $3� N 4"x 50'DISCHARGE HOSE 1 M $600.00 Generator-100-160KW(per day-24 hour) 1 DA $7E Air mover Axial Fan 1 DA $29.00 Generator-10,000 watt-portable(permonth) 1 MO $9: Air Mover 1 DA $25.00 Temporary fencing 1 LF $: p Dehumidifier -Small-Desiccant 1 DA $110.00 Temporary power-overhead hookup 1 EA $4'. 0 Dehumidifier -Large-Desiccant 1 DA $500.00 Temporarypower-hookup 1 EA $3E (1 Dehumidifier-XXLarge 1 DA $133.00 Temporary heater-propane-perweek 1 WK $2. v Dehumidifier- Marge 1 DA $105.00 Temporary heater-propane-per day 1 DA $`. _ Dehumidifier-Desiccant 1 DA $210.00 Temporary heater-electric-per week 1 WK $lE 0 Dehumidifier-Desiccant-8500-15000 1 DA $2,536.00 Temporary heater-electric-per day 1 DA $� Dehumidifier-Desiccant-4500-7500 1 DA $1,551.00 ZipWall- Poles-20' 1 EA 0 Dehumidifier-Desiccant-3000-4000 1 DA $1,246.00 Sand Bags 1 EA ai Trailer-mount dehumidifier-2000 1 DA $950.00 Warning sign,4'x 4'on a 6'post(per day) 1 DA Heat drying-thermal air mover- 1 DA $325.00 Traffic cones(per unit) 1 DA Negativeairfan/Airscrubber 1 DA $70.00 Box and liner-for hazardous waste cleanup 1 EA Neg.airfan/Airscrub.-XLrg 1 DA $140.00 Plastic container-hazardous waste cleanup 1 EA C Neg.airfan/Airscrub.-Large 1 DA $120.00 Plastic container-hazardous waste cleanup- 1 EA $' fA Multi-portairmoveradapter 1 DA $40.00 PRESSUREWASHER i HR $: Q Inject-I-Dry-Wood Floor Drying-with 1 DA $195.00 VACUUMTRUCK 1 HR $2' Inject-I-Dry-Wall Drying System 1 DA $195.00 STEAM PRESSUREWASHER 1 HR $: :? Viking-21 Port Air Mover 1 DA $85.00 MOVINGTRUCK 1 HR $'. k Eye protection-plastic goggles- 1 EA $5.82 L� Powered Air-Purifying Respirator 1 DA $73.25 tv Supply Air Respirator(SAR) 1 DA $61.25 E Respirator-Halfface-multi-purpose 1 DA $2.00 v Respirator-Fullface-multi-purpose 1 DA $8.00 2 Padlock and hasp 1 EA $35.00 Q Power distribution box 1 W $125.00 Power distribution box 1 DA $40.00 Packet Pg.429 5.N.c MATERIAL FEE SCHEDULE MATERIAL Price PER UN UN Coverall w/hood &boot-HAZARDOUS CLEAN UP $11.00 EA Coverall w/hood&boot-LIQUID RESISTANT $19.00 EA Respirator Cartridge-HEPA P100-North $10.01 EA Respirator Cartridge-Defender Multi purpose P100-North $21.35 EA Gloves-6 mil nitrile -Disposable $0.43 EA v Gloves-Green Nitrile Unlined 11Mil $3.97 EA to Boots-Blue Non Skid Shoe Covers $0.25 EA = O Boots-HAZMAT Yellow Latex $6.54 EA L Boots-HAZMAT Black Latex $12.00 EA N Rain Suit-DISPOSABLE $10.28 EA Ix Poly-6 Mil 10'x100' $1.23 SF U Poly-6 mil 20'x100' $1.58 SF L Bags-6 mill 30 x 40 NO PRNT $2.89 EA m E Poly Layflat-Clear $0.65 LF w L Dirt Grabber-Frame w/30 sheets $50.40 EA o Heavy Duty Floor Protection board 38"x100' $0.80 LF CD Red Rosin paper 35"x166' $0.10 LF EE Super Polytack Spray Glue $4.00 EA a� 2" Blue Painters Tape $0.15 LF Q 2" Red duct tape $0.20 LF ti Heavy Duty Zippers $15.29 EA It Disinfect/Cleaner $0.45 SF Simple Green Concentrate $0.45 SF a Anti-Microbial Sealer-White $1.75 SF o L Germicidal Cleaner Concentrate $0.45 SF i2 U Smoke&Odor Cleaner&Destroyer $0.10 CF Smoke&Odor Cleaner&Wash $0.10 CF o v Smoke&Odor Encap.Primer/Sealer $1.75 SF f4 0 50LB Oil Quick Sorbant $35.00 BG N d Sponge-Chemical-Soot&Dirt $5.00 EA rY Color Knit mix Rags $45.00 BX Furniture Blocks $50.00 CS a Caution tape $0.09 LF Signs-Microbial Hazard;Spanish&English $2.50 EA Q Signs-LEAD Hazard;Spanish &English $2.50 EA HEPAVACUUM HEPAFilter $175.00 EA HEPA VACUUM BAG $5.00 EA W Dacron HEPA Filter Bag $30.00 EA Pre-Filters 24"x24" $1.50 EA E Pre-Filters 18"x18" $1.60 EA Ring Filters 24"x24" $4.50 EA Q Ring Filter 18"x18" $6.50 EA Pleated Filters 18"x18x1" $16.00 EA Pleated Filters 12"x12"x1" $6.00 EA HEPA Filter 18"x18"x2'5" $194.08 EA Wood HEPA Filter 24"x24"x12" $249.08 EA Wire Knotted Cup brush $30.00 EA Wire Brush-Mini $1.50 EA Packet Pg.430