Loading...
HomeMy WebLinkAbout05.I- DIF Fund for Purchase Order to G&S Carpet Mills, Inc. 5.1 RESOLUTION (ID # 4241) DOC ID: 4241 B CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION Purchase Order From: Jarrod Burguan M/CC Meeting Date: 01/19/2016 Prepared by: John Cardillo, (909) 384- 5606 Dept: Police Ward(s): All Subject: Resolution of the Mayor and Common Council of the City of San Bernardino Authorizing the Appropriation of an Additional $10,000.00 into the Development Impact Fees Fund FY 2015/16 and Issuance of a Purchase Order to G&S Carpet Mills, Inc. for Flooring at the Police Department Building. (#4241) Current Business Registration Certificate: Not Applicable Financial Impact: Account Budgeted Amount: $95,000.00 Account No. 261-210-0114-5505 Account Description: Development Impact Fund Balance as of 12/1/15: $90,797.75 Balance after approval of this item: $100,797.75 Motion: Adopt the Resolution. Synopsis of Previous Council Action: None Background: The Police Department was built in 1996, almost 20 years ago. Since that time the department has been good stewards, maintaining the building and flooring to the best of our ability. As time has gone on, unfortunately a lot of the flooring has aged and broken down. Some of the carpeting has been replaced within the past five years, while the main portion of the flooring is still original. Bids were solicited in an effort to replace the main flooring areas most in need. Bids were sent out under RFP F-16-05B, attached hereto as Attachment A. The bid specifications were very precise in the type, style, and color of flooring to be installed. This was a combination of carpet, the and LVT flooring. The bids came back at 1) $91,797.04 and 2) $105,361.12, attached hereto as Attachment B. The bid was broken down into specific areas that work was to be performed. The lowest bidder has been selected. The MET office was recently remodeled. The carpet was removed and the concrete floors were polished; the walls were also painted for a total cost of$4,202.25. Updated: 1/13/2016 by Georqeann "Gigi" Hanna B Packet Pg. 174 5.1 4241 Financial Impact: Funding for this project will come from the Development Impact Fund. These funds have been allocated during the current fiscal budget specifically for flooring. The appropriated budget was originally $95,000 less expenditures to date of $4,202.25, leaving an account balance of$90,797.75 The Development Impact Fees Fund account #261-210-0000 balance is $315,224.08. This item and additional projects to be completed in the department requires an appropriation of additional funds into the FY 15/16 budget. Appropriation of an additional $10,000 of unappropriated DIF funds into account 261-210-0114-0000 is requested. City Attorney Review: Supporting Documents: ResolutionToAccept(DOCX) Attachment "A" (PDF) Attachment "B" (1 of 3) (PDF) Attachment "B" (2 of 3) (PDF) Attachment "B" (3 of 3) (PDF) Updated: 1/13/2016 by Georgeann "Gigi" Hanna B Packet Pg. 175 RESOLUTION NO. 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SA 2 BERNARDINO AUTHORIZING THE APPROPRIATION OF AN ADDITIONA $10,000.00 INTO THE DEVELOPMENT IMPACT FEES FUND FY2015/16 AN 3 ISSUANCE OF A PURCHASE ORDER TO G&S CARPET MILLS, INC. FOR FLOORING AT THE POLICE DEPARTMENT BUILDING. 4 +, WHEREAS, the City of San Bernardino is authorized to use the lowest bidders from RFP F-16- d 5 05B E CL 6 NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND COMMONo COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 7 0 8 SECTION 1: The City Manager or his designee is hereby authorized to amend the F a� 9 15/16 adopted budget by appropriating an additional $10,000.00 into DIF fund account #261 0 0 10 210-0114-5505. - 11 SECTION 2: The City Manager or his designee is hereby authorized to issue a purchase w 12 order to G&S Carpet Mills, Inc., in the amount of $91,797.04 using account #261-210-0114 13 5505. N 14 15 c d 16 a 17 18 H o w 19 0 20 21 (D s 22 Q 23 24 25 1 Packet Pg '176' 511 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SA BERNARDINO AUTHORIZING THE APPROPRIATION OF AN ADDITIONA 2 $10,000.00 INTO THE DEVELOPMENT IMPACT FEES FUND FY2015/16 AN ISSUANCE OF A PURCHASE ORDER TO G&S CARPET MILLS, INC. FOR 3 FLOORING AT THE POLICE DEPARTMENT BUILDING. 4 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor an r c d 5 Common Council of the City of San Bernardino at a meeting thereof, E L Q 6 held on the day of , 2016, by the following vote, to wit: o d 7 0 a 8 COUNCILMEMBERS: AYES NAYES ABSTAIN ABSENT 0) E 9 MARQUEZ 00 U. 10 BARRIOS o C 11 VALDIVIA SHORETT w 12 NICKEL T 13 JOHNSON 14 MULVIHILL ^ c 15 N d 16 Georgeann Hanna, City Clerk w a 17 18 The foregoing Resolution is hereby approved this of 52016. 0 C 0 19 3 0 N 20 R. Carey Davis,Mayor City of San Bernardino 21 Approved as to form: 0 E 22 Gary D. Saenz, City Attorney w a 23 24 By. 25 2 Packet Pg.177 S u B®rrino December 28, 2015 Y _ SUBJECT: REQUEST FOR PROPOSALS (RFP) F-16-05B a The City of San Bernardino invites Proposals from qualified vendors for: o d Install Flooring at the Police Department a a. Parties interested in obtaining a complete copy of this RFP F-16-05B may do so by accessing the City of San Bernardino Web Page at www.sbcity.org City Hall > Finance > o Request for Bids, beginning December 28, 2015, or by faxing their request to (909) U- 384-5043, attention Vanessa Slouka. Please include the following information in your o request: name and address of firm; name, telephone and facsimile number of contact o �' person; specify RFP F-16-05B. cn Copies of the RFP may also be obtained by calling Vanessa Slouka at (909) 384-5346 or in person at City Hall, 300 N. "D" St., 4th floor Finance Department, San Bernardino, CA 92418. N v Closing Date: Proposals must be submitted at or before 3:00 PM, PST, January 7, a 2015, at the address listed above. a� E Issuance of this RFP and/or receipt of Proposals does not commit the City to award a contract. w a w Sincerely, Vanessa Slouka Accounting Assistant Y w Q r.,01 t Pg. 178 RFP F-16-05B Install Flooring at the Police Department SECTION I. r _ as INSTRUCTIONS TO OFFEROR(S) E R CL d 0 a� U_ O (L c �L O O u- 4- O r- 0 W M �Q U) _ r N Q r _ CD E M V c0 r.+ w Q w _ d t V c0 r.+ r Q 2 Packet Pg 179 5.Lb RFP F-16-05B Install Flooring at the Police Department CCity of San Bernardino, Finance Department Purchasing Division RFP F-16-05B Install Flooring at the Police Department Bid Documents to Be Returned ❑ Executive Summary ❑ Description of Proposed Program c F-1 Other Features E r ❑ Company Background o a� ❑ Support Policy 0 a ❑ References c ❑ Implementation Timeline o 0 ❑ Project Scope Chart 4- 0 F-1 One (1) signed original of Proposal ° ❑ Two (2) copies of Proposal in a SEALED (envelope separate from Pricing) ❑ Pricing Form or Fee Schedule (SEALED envelope separate from proposal) (Vendor Form) N v ❑ Authorized Binding Signature(s) Q c ❑ Proof of Insurance ❑ Addendum Received (City Form) IV Forms Y ❑ Non-Collusion Affidavit(City Form) IV Forms a� F-1 Listing of Proposed Subcontractor(City Form) Iv Forms E r ❑ 120 Day Minimum Proposal Validity Statement III Additional Requirements,VI General Specifications#4 ¢ ❑ Worker's Compensation Insurance Certificate ❑ Copy of Contractor License or other appropriate Licenses where applicable VI General Specifications#35 Offeror(s) are requested to submit this checklist completed with all bid documents. This list may not be inclusive of all documents needed to submit your RFP. Please refer to entire packet for additional documents. 3 Packet Pg. 180 1 Y w RFP F-16-05B Install Flooring at the Police Department I. GENERAL INSTRUCTIONS TO OFFEROR(S) A. Pre-Proposal Conference A non-mandatory Pre-Bid meeting will be held on January 4, 2015, at 10:00 A.M., at City of San Bernardino Police Department's main entrance, 710 N. D St. San Bernardino, Ca. 92401. This meeting is to serve as a pre-bid review for prospective bidders. w c d E B. Examination of Proposal Documents Q a� 0 1. By submitting a proposal, the Offeror(s) represents that it has Q thoroughly examined and become familiar with the items required a under this RFP and that it is capable of quality performance to achieve = the City's objectives. L O 2. The City reserves the right to remove from its mailing list for future G RFPs, for an undetermined period of time, the name of any Offeror(s) - for failure to accept a contract, failure to respond to two (2) o consecutive RFPs and/or unsatisfactory performance. Please note that a "No Proposal" is considered a response. N! C C. Addenda N Any City changes to the requirements will be made by written addendum to this RFP. Any written addenda issued pertaining to this RFP shall be a incorporated into the terms and conditions of any resulting Purchase Order. The City will not be bound to any modifications to or deviations from the requirements set forth in this RFP as the result of oral instruction. �v r r For automatic electronic notifications, please visit our website and sign-up for a SB Connect. E D. Clarifications w a 1. Examination of Documents Should an Offeror(s) require clarifications of this RFP, the Offeror(s) shall notify the City in writing in accordance with Section D.2 below. Should it be found that the point in question is not clearly and fully set forth, the City will issue a written addendum clarifying the matter which will be sent to all persons who have requested the RFP. 4 Packet Pg. 181 RFP F-16-05B Install Flooring at the Police Department 2. Submitting Requests a. All questions, clarifications or comments shall be put in writing and must be received by the City no later than 3:00 PM, January 4, 2016 and be addressed as follows: City of San Bernardino 300 North "D" Street 4th floor, Attn: Vanessa Slouka San Bernardino, CA 92418 a� b. The exterior envelope or email Subject line of all requests for E L clarifications, questions and comments must be clearly labeled, Q "Not an Offer." The City is not responsible for failure to 0 respond to a request that has not been labeled as such. 0 The City will also accept questions sent by facsimile machines or email, however, all faxed or emailed questions must be received by the City no later than 3:00 PM, PST, January 4, L 0 2016. Send facsimile transmissions to (909) 384-5043, attention 0 U_ Vanessa Slouka, and emails to slouka_va @sbcity.org. _ _ C. Inquiries received after 3:00 PM January 4, 2016 will not be accepted. r 3. City Responses N Responses from the City will be communicated in writing to all recipients of this RFP, by a posting to our website, www.sbeity.org by the a close of business January 5, 2016. _ d E For automatic electronic notifications, please visit our Homepage and register for SB Connect. If you are not registered for SB Connect, you may view or download the Addendum at www.sbcity.org > City Hall > a Finance > Request for Bids. E E. Submission of Proposals w w a 1. Date and Time All Proposals are to be submitted to City of San Bernardino, Attention: Vanessa Slouka. Proposals received after 3:00 PM PST, January 7, 2016, will be rejected by the City as non-responsive. 5 Packet Pg. 182 5.Lb RFP F-16-05B Install Flooring at the Police Department 2. Address Proposals shall be addressed as follows: City of San Bernardino Finance Department Purchasing Division 300 N. "D" Street, 4th floor San Bernardino, CA 92418. Proposals may be delivered in person to the Purchasing Division, 4th floor of the above address. E a 3. Identification of Proposals o a� Offeror(s) shall submit a SEALED proposal package consisting of: a a) one (1) signed original of Offeror Proposal and b) two (2) copies also 0 c) one (1) original Price Form or Fee Schedule in a 0 separate SEALED envelope, identified as "Fee Schedule - RFP F-16-05B, Install Flooring at the Police Department" o .2 The proposal package shall be addressed as shown above, bearing the Offeror(s) name and address and clearly marked as follows: RFP F-16-05B N Install Flooring at the Police Department a 4. Acceptance of Proposals a� a. The City reserves the right to accept or reject any and all E Proposals, or any item or part thereof, or to waive any y informalities or irregularities in proposals. a a) b. The City reserves the right to withdraw this RFP at any time E without prior notice and the City makes no representations that any contract will be awarded to any Offeror(s) responding to this RFP. C. The City reserves the right to postpone proposal opening for its own convenience. d. Faxed or emailed proposals will not be accepted. 6 Packet Pg.1 33 5.Lb RFP F-16-05B Install Flooring at the Police Department F. Pre-Contractual Expenses Pre-contractual expenses are defined as expenses incurred by the Offeror(s) in: 1. preparing its proposal in response to this RFP; 2. submitting that proposal to City; 3. negotiating with City any matter related to this proposal; or CD 4. any other expenses incurred by the Offeror(s) prior to date of award, if E L any, of the Agreement. d 0 The City shall not, in any event, be liable for any pre-contractual expenses incurred by Offeror(s) in the preparation of its proposal. Offeror(s) shall not a include any such expenses as part of its proposal. G. Contract Award L 0 0 Issuance of this RFP and receipt of Proposals does not commit the City to 0 award a Purchase Order. The City reserves the right to postpone proposal o opening for its own convenience, to accept or reject any or all Proposals received in response to this RFP, and to negotiate with other than the selected Offeror(s) should negotiations with the selected Offeror(s) be __ terminated. The City also reserves the right to apportion the award among two or more OFFERORM. - N d' A signed Vendor (Contractor) / Consultant Service Agreement (VSA/CSA), a along with a pre-performance meeting, outlining additional terms and conditions relating to performance, warranty, materials, goods, services, or E other items as deemed necessary by the City, may be required prior to the commencement of the job. Y a H. Acceptance of Order E The successful Offeror(s) will be required to accept a Purchase Order in w accordance with and including as a part thereof the published Request for a Proposals, and the RFP documents including all requirements, conditions and specifications contained therein, with no exceptions other than those specifically listed in the written purchase order. I. Business License The City's Business Ordinance requires that a Business doing business with the City, obtain and maintain a valid City Business Registration Certificate during the terms of the Agreement. Bidder agrees to obtain such Certificate prior to undertaking any work under this Agreement. Packet Pg. 184 RFP F-16-05B Install Flooring at the Police Department J. Local Vendor Preference The City of San Bernardino gives any formal or informal bid submitted by a local bidder a one percent (1%) credit for goods and materials, where labor and/or installation is incidental; and a five percent (5%) credit on Contractual services, for comparison purposes with other bidders, as authorized in the San Bernardino Municipal Code Section 3.04.125, and Executive Order 2003-1, respectively. For the purposes of this section, "local bidders" shall be bidders for which the point of sale of the goods, materials, or services shall be within the City limits of E San Bernardino. M 0) 0 d 0 a L O 0 U. 4- O _ O tlJ _ V- C14 a _ w a w _ r a g RFP F-16-05B Install Flooring at the Police Department SECTION II. SCOPE OF WORK �o d 0 d a.. I- 0 Q U. 4- O r- 0 N _ r N Q _ d t V r r+ a r _ d V t9 w w a 9 Packet gF 186 RFP F-16-05B Install Flooring at the Police Department City of San Bernardino TECHNICAL SPECIFICATIONS Install flooring both upstairs and downstairs at the Police Department. NOTICE : "SPECIAL INSTRUCTIONS TO THE BIDDER" c Services: E Bidder shall complete right-hand column indicating brief reasoning for exceptions to requirements when not acceptable. State "Acceptable" if o requirements are agreeable as set forth in left-hand column. °4' 0 Equipment: a. Bidder shall complete right-hand column indicating specific size and or make and model of all components when not exactly as specified. State "As S L Specified" if item is exactly as set forth in the left-hand column. 0 U_ w FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID 00 0 ca CATEGORY I ACCEPTABLE/AS SPECIFIED N c 1. SCOPE Furnish, deliver and install flooring in multiple areas of N the Police Department. This includes raising desks to access the carpet, removing existing carpet/tile, fixing the Q floor if needed, disposing of old material and installation of new material E s U 2. MATERIAL SPECIFICATIONS w Product: Solid Vinyl Tile Planks/LVT a w Manufacture: Patcraft Collection Name: Timber Grove E Size: 6"x 48" � Type to Install: Frontier 00755 Q Specifications: Wear Layer 20 mil Overall Thickness: .098" 10 m racket Pg.187 5 I.b RFP F-16-05B Install Flooring at the Police Department Material specifications (continued) Installation: Glue Down using adhesives recommended by manufacturer dictated by the moisture test done by the contractor. An adhesive Bond Test will also be completed as outlined in the manufacturer's installation instructions. Manufacturer: Patcraft Product: Modular Tile Squares Collection Name: Infinite Wisdom Style: 10291 Color: Understanding 00550 Construction : Multi-level Pattern Loop o Fiber Type: Eco Solution Q Nylon Specifications: Gauge 1/12 a Tufted Yarn Weight: 17oz c Tile Size: 24"x 24" a) Density: 6442 0 Pattern Repeat: None �° Protective Treatments: SSP Shaw Soil Protection - Primary Backing: Non-Woven Synthetic c Secondary Backing: ExoWorx Tile Installation: Glue Down using Shaw adhesive in accordance with installation guidelines. c Manufacturer: Patcraft N Product: Broadloom Carpet Collection Name: Homeroom v. 3.0 Style: I0351 Color: Homecoming 00490 Fiber Type: Solution Q Extreme Nylon Specifications: Gauge 1/8 Tufted Yarn Weight: 22oz a Tufted Pile Height: 5/32" Density: 7615 E Protective Treatments: n/a cvo Primary Backing: Woven Synthetic a Secondary Backing: Ultraloc Pattern Installation: Glue Down using Shaw adhesive in accordance with installation guidelines. 11 Parke#P9 '188 5.L b RFP F-16-05B Install Flooring at the Police Department 3. OTHER Bid will be broken down in three line items: 1. Cost of flooring per room. 2. Cost of additional materials per room. (Glue, baseboard, etc.). 3. Cost of labor per room. Each room/area will have its bid separated from other areas. Vendor will state how they intend to move/raise existing office furniture to install flooring under said furniture. d This is not a prevailing wage job. t Vendor must have a valid Business License. a Vendor to carry sufficient liability insurance as may be o required by the City of San Bernardino. Bid to include all costs for material, installation, labor, c a. freight and taxes to complete the project. _ Bid to also include all applicable warranties for material = and workmanship. o Vendor to provide a timeline for completion of the project. c All construction debris to be cleaned up and removed c from the site upon completion of the project. ;� All work will be done after 5 pm and on weekends M unless other arrangements are made at the discretion of c the police department. Bid will include an additional 200 sq ft (100 pieces) of v Understanding 00550 Modular Tile squares and 100 sq ft y additional LVT Tile Planks. Q c 4. INSTALLATION E Material to be installed in the following areas: Downstairs LVT a a. Front Lobby(replacing existing carpet) b. Watch Commanders office s c. Main hallways through the back doors to include hallway past records and in the Atrium a TILE SQUARES 00550 a. Identification Bureau b. Sergeants Office c. FTO Office Upstairs TILE SQUARES 00550 12 Packet Pg�d'189:n RFP F-16-05B Install Flooring at the Police Department Installation (Continued): a. Personnel and Training b. Detective Bureau BROADLOOM CARPET 00490 a. Main Training Room Installation will be done in compliance with the Manufacturers Installation guides. A moisture test will need to be completed to determine the moisture content of the concrete in order to determine the correct adhesive a and the addition of an underlayment if needed. Bid should include such underlayment. If not needed it will C be deducted from the final payment for service. o All current installed flooring material will be removed and the floors prepared for the new installation. This o0 includes fixing any cracks, concrete separations and c leveling the floor to an acceptable standard for such installation. o Installer will need to raise/move current desks/cabinets ° U- and install. o Baseboards in all carpeted areas will consist of a 4" c strip of carpet glued to the wall matching the carpet in that area. ;a Baseboards in all areas where LVT is installed will be a c gray vinyl/plastic product matching the existing baseboard in said areas. N 5. DELIVERY Bid to include all delivery/freight costs associated with a delivery of all project material to the Police Department. d E s a d E s r Q 13 Packet Pg. 190 n SJ b a RFP F-16-05B Install Flooring at the Police Department SECTION III. r BID CONTENT AND FORMS t M _. a� 0 d 0 a c �L 0 O U- 4- 0 _ 0 W fA _ r N Q w _ V w Q _ d V l0 w w a 14 3 RFP F-16-05B Install Flooring at the Police Department ANNUAL PURCHASE ORDER The agreement shall be for a period of less than one (1) year, beginning on or about February 2016 through June 30, 2016. Actual option year pricing shall be negotiated with the successful Bidder(s) prior to exercising of any given option year. Option years shall become effective only upon issuance by the City of a duly authorized Purchase Order. d Are there any other additional or incidental costs that will be required by your firm in order to meet the requirements of the Proposal Specifications? Yes / No (circle one). If you answered "Yes", please provide detail of said additional costs: o as 0 a c c Please indicate any elements of the Proposal Specifications that cannot be met by o your firm. U- 4- 0 low*- o a Have you included in your proposal all informational items and forms as requested? Yes / No (circle one). If you answered "No", please explain: U) N Q C This offer shall remain firm for 120 days from RFP close date. s Terms and conditions as set forth in this RFP apply to this proposal. a w Cash discount allowable % days; unless otherwise stated, payment terms are: Net thirty (30) days. w a In signing this proposal, Offeror(s) warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFP. Below, please indicate all Addenda to this RFP received by your firm, and the date said Addenda was/were received. C 15 Packet 192. 5.Lb RFP F-16-05B Install Flooring at the Police Department Verification of Addenda Received Addenda No: Received on: Addenda No: Received on: Addenda No: Received on: FIRM NAME: r ADDRESS: E CL 4) 0 Phone: 0 a- Email: c Fax: L 0 0 U- Authorized Signature: o 0 Print Name: r r Title: _ N IF SUBMITTING A "NO PROPOSAL", PLEASE STATE REASON (S) BELOW: a r c a� U f6 Q r C E U (C Y Q 16 Packet Pg. 193 u RFP F-16-05B Install Flooring at the Police Department SUBCONTRACTOR'S LIST As required by California State Law, the General Contractor bidding will hereinafter state the subcontractor who will be the subcontractor on the job for each particular trade or subdivision of the work in an amount in excess of one-half of one percent of the General Contractor's total bid and will state the firm name and principal location of the mill, shop, or office of each. If a General Contractor fails to specify a subcontractor, or if he specifies more than one subcontractor for the same portion of work to be performed under the contract in excess of one-half of one percent, he agrees that he is fully qualified to perform that portion himself and that he shall perform that portion himself. E M a a� 0 DIVISION OF NAME OF FIRM OR LOCATION WORK OR CONTRACTOR CITY a TRADE L O U_ W O _ O N _ r N Q Print Name Signature of Bidder CD E s U M Company Name: a _ Address: E r a REJECTION OF BIDS The undersigned agrees that the City of San Bernardino reserves the right to reject any or all bids, and reserves the right to waive informalities in a bid or bids not affected by law, if to do seems to best serve the public interest. ,%... 17 Packet Pg. 194 RFP F-16-05B Install Flooring at the Police Department NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO In accordance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of perjury: That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive Y proposal in connection with RFP F-16-0513. E a as 0 Business Name 0 Business Address = Signature of Offeror(s) X �- 0 0 U. w 0 r- 0 Place of Residence Subscribed and sworn before me this day of , 20_. N Notary Public in and for the County of , State of California. a My commission expires , 20 a� E s c� r Q m E t ca r Q 18 RFP F-16-05B Install Flooring at the Police Department SECTION IV. GENERAL EVALUATION CRITERIA c aD E a aD 0 d 0 a c �L O u- 4- O c N c r N a w E r r Q �.i C d E t V R r r a 19 5.Lb _ d E co CL 0) 0 a� U_ O a c _ •L O O 5= 4- O _ O _ N a w E U f0 a� r Q w C N E U f0 r a Packet Pg. 197 5.Lb IV. GENERAL EVALUATION CRITERIA A. EVALUATION CRITERIA 1. Capabilities of Firm to Effectively Complete the Project Requirements - 35% Depth of Offeror(s)'s understanding of, and ability to manage, City's requirements; ability to meet task deadlines utility of su gg ested enhancements or technical innovations. w d 2. Qualifications of Firm/Related Experience - 45% E CL Experience in providing services similar to those requested herein; o experience working with public agencies; strength and stability of the firm; strength, stability, experience and technical competence of a subcontractors; assessment by client references; qualifications of = project staff; key personnel's level of involvement in performing related work; logic of project organization; adequacy of labor commitment. o 0 3. Reasonableness of Cost and Price - 10% - c Reasonableness of the individual firm-fixed prices and competitiveness of quoted prices with other proposals received; adequacy of the data in ° support of figures quoted; basis on which prices are quoted. _ 4. Completeness of Response - 5% N Completeness of response in accordance with RFP instructions; a exceptions to or deviations from the RFP requirements which the Offeror(s) cannot or will not accommodate; other relevant factors not considered elsewhere. a r 5. Local Vendor Preference - 5% a c a As approved in Executive Order 2003-01--Offeror(s)'s which posses a = fixed office or distribution point with at least one owner or employee located within the City of San Bernardino, and possessing all valid and a current permits, and licenses required to transact such business, including, but not limited to a City Business Registration Certificate shall receive a five percent (5%) preference. [Unless contrary to Federal, State or Local Law (such as contracts for the construction of public works projects), or unless contrary to the requirements a mandated by the funding source for such contractual services (such as the Federal Government or other source which requires award to the lowest responsible Offeror(s.) a a Packet Pg. 198 RFP F-16-05B Install Flooring at the Police Department B. EVALUATION PROCEDURE All proposals received as specified will be evaluated by City staff in accordance with the above criteria. Additional sub-criteria beyond those listed may be considered by the evaluators in applying the major criteria to the proposals. During the evaluation period, the City may require an on- site visit and/or tour of the Offeror(s)'s place of business. OFFEROR(S) should be aware; however, that award may be made without vendor visits, interviews, or further discussions. a� C. AWARD CL Depending on the dollar amounts of the offers received, City staff will o either select the vendor best meeting the above-specified criteria or M submit to City Council, for consideration and selection, the offer(s) judged a by staff to be the most competitive. c The City reserves the right to withdraw this RFP at any time without prior o notice and, furthermore, makes no representations that any contract(s) will C be awarded to any OFFEROR(S) responding to this RFP. The City c expressly reserves the right to postpone proposal opening for its own c convenience, to waive any informality or irregularity in the proposals received, and to reject any and all proposals responding to this RFP ° without indicating any reasons for such rejection. The City also reserves the right to award its total requirement among N two or more OFFEROR(S) as City staff may deem to be in its best Interests. In addition, negotiations may or may not be conducted with a OFFEROR(S); therefore, the proposal submitted should contain the OFFEROR(S) most favorable terms and conditions, since the selection and award may be made without discussion with any Offeror(s). �o Y D. TIE PROPOSALS a u d If the final evaluation scores (after applying the local preference s allowance) result in a tie score, then the recommendation for award will be o given to the local vendor. a E. NOTIFICATION OF AWARD OFFEROR(S) who submit a proposal in response to this RFP shall be notified regarding the firm(s) who was awarded the agreement. Such notification shall be made within a reasonable time after the date the agreement is awarded. 22 Packet Pg. 199 RFP F-16-05B Install Flooring at the Police Department r SECTION V. E t GENERAL SPECIFICATIONS a as 0 a� 0 a c �L 0 U- 4- 0 _ 0 ® M N _ r N d' v a _ d E r a _ d E w w a 23 7Packet Pg:240 X51 RFP F-16-05B Install Flooring at the Police Department V. GENERAL SPECIFICATIONS 1. Each proposal shall be in accordance with Request for Proposal (RFP) Number RFP F-16-0513. All specifications are minimum. Offeror(s) are expected to meet or exceed these specifications as written. Offeror(s) shall attach to their proposal a complete detailed itemization and explanation for each and every deviation or variation from the RFP specifications and requirements. Conditional Proposals, or those that take exception to the RFP specifications and requirements, may be considered non-responsive and may be rejected. 2. The City reserves the right to accept or reject any and all Proposals and to E t award a contract to the Offeror(s) whom best meets the City's requirements. a This may include waiver of minor irregularities or discrepancies, or o nonconformity to specifications in appropriate circumstances. Purchase shall be on a best buy basis after due consideration of all relevant factors, including a but not limited to, workmanship, accessibility of parts and service, known evidence of manufacturer's responsibility and record, durability and known operational record of product and suitability as well as conformity to City o needs and requirements. In all cases the best interest of the City shall prevail c U_ in all contract awards. - s. The City of San Bernardino reserves the right to purchase more or less than o the quantities specified at unit prices proposal. 4. Proposals shall be firm offers, subject to acceptance or rejection within 120 ° days minimum of the opening thereof. 5. Regular dealer. No Offeror(s) shall be acceptable who is not a reputable manufacturer or dealer of such items as submitted for proposal consideration. N 6. All materials, workmanship and finish entering into the construction of the equipment must be of the best of these respective kinds and must conform to a the character of the equipment and the service for which it is intended to be used and shall be produced by use of the current manufacturing processes. E "Seconds", factory rejects, and substandard goods are not acceptable. 7. Each Offeror(s) shall submit with their proposal a copy of the proposed product specifications, complete detailed drawings, and other descriptive a matter in sufficient detail to clearly describe the equipment, materials and parts offered. E 8. Manufacturer and/or Contractor shall defend any and all suits and assume all liability for any and all claims made against the City of San Bernardino, or any a of its officials or agents for the use of any patented process, device or article forming a part of equipment or any item furnished under the contract. s. Each Offeror(s) must state in their proposal the guaranteed delivery date of product and/or services in number of calendar days from the date of contract execution by the City of San Bernardino, time is of the essence relative to this contract. Contractor shall prosecute the work continuously and diligently and shall deliver the items at the earliest possible date following the award of the contract. 24 Packe#Pg,201 RFP F-16-05B Install Flooring at the Police Department 1o. Each Offeror(s) shall list in their proposal all factory, manufacturer's and/or dealer's warranty and/or guarantee coverage and shall submit such written documents evidencing the same attached to the proposal. 11. Successful Offeror(s) (Contractor) shall furnish and deliver to the City complete equipment as proposed and awarded, ready for installation and fully equipped as detailed in these specifications. 12. Price shall be quoted F.O.B. San Bernardino (all transportation charges shall be fully prepaid), and shall include all discounts. Proposal shall include California sales tax, where applicable, (effective January 1, 2013) computed at the rate of 8.25%, this will normally be shown as a separate line item on the r price form. 13. City shall make payment within thirty (30) days after the complete delivery and acceptance of the specified items by the City of San Bernardino and a receipt of the Contractor's priced invoice. o 14. All "standard equipment" is included in any proposal. OFFEROR(S) furnishing Proposals under these specifications shall supply all items advertised as a It equipment even if such items are not stipulated in the specifications, unless otherwise clearly excepted in the proposal. 15. The items which the Offeror(s) proposes to furnish the City must comply in all o respects with the appropriate safety regulations of all regulatory commissions 0 of the Federal Government and the State of California, whether such safety - features and/or items have been specifically outlined in these specifications or o not. 16. Contractor delivering equipment pursuant to this RFP specifications shall �o guarantee that equipment meets specifications as set forth herein. If it is = found that equipment delivered does not meet requirements of these specifications the Contractor shall be required to correct the same at their N own expense. S 17. By submitting a proposal, each Offeror(s) agrees that in the event complete a delivery is not made within the time or times set forth pursuant to this specification, damage will be sustained by the City, and that it is, and will be W impractical and extremely difficult to, ascertain the actual damage which the City will sustain in the event of and by reason of such delay. 18. In case the delivery of the items under this contract is delayed due to strikes, a injunctions, government controls, or by reason of any cause or circumstance beyond the control of the Contractor, the time for delivery may be extended s (in the City's sole discretion) by a number of days to be determined in each w instance by mutual written agreement between the Contractor and the a Purchasing Division of the City of San Bernardino. The City shall not unreasonably refuse such extension. AF A 25 Packet Pg.,202 RFP F-16-05B Install Flooring at the Police Department 19. Contract. Each proposal shall be submitted and received with the understanding that acceptance by the City of San Bernardino of proposal in response to this solicitation shall constitute a contract between the Contractor and the City. This shall bind the Contractor to furnish and deliver at the prices proposed and in complete accordance with all provisions of RFP F-16-0513. In most cases the basis of award will be the City's standard purchase order that may or may not incorporate this solicitation by reference. 20. Prohibited interest. No member, officer, or employee of the City or of any agency of the City during his tenure or for one year thereafter shall have any interest, direct or indirect in this contract or the proceeds thereof. Furthermore, the parties hereto covenant and agree that to their knowledge no board member, officer or employee of the City has any interest, whether E contractual, non-contractual, financial or otherwise, in this transaction, or in a the business of the contracting party other than the City, and that if any such o interest comes to the knowledge of either party at any time, a full and complete disclosure of all such information will be made in writing to the other 0 party or parties, even if such interest would not be considered a conflict of interest under Article 4(commencing with Section 1090) or Article 4.6 (commencing with Section 1120) of Division 4 of Title I of the Government o Code of the State of California. 21. One Document. These specifications, the Request for Proposal, RFP F-16- w 0 0513, the Contractor's proposal, any written agreement executed by the c parties, the purchase order and all documents referred to in the complete specifications and purchase order, and all written modifications of said documents shall be construed together as one document. Anything called for in any one of said documents shall be deemed to be required equally as if called for in all. Anything necessary to complete the work properly shall be N performed by the contractor, whether specifically set out in the contract or not. All sections of the specifications shall be read as constituting a whole and not a as an aggregation of individual parts, and whatever is specified in one section shall be construed as applying to all sections. E 22. The City of San Bernardino reserves the right to accept or reject any and all Proposals. 23. Prompt payment. Each Offeror(s) may stipulate in their proposal a percentage a r prompt payment discount to be taken by the City in the event the City makes payment to the Contractor within ten (10) working days of receipt of material E and approval of invoice. For the purpose of this provision, payment is r deemed to be made on the date of mailing of the City check. NOTE: prompt a payment discounts will only be used during proposal evaluation in the case of ties. 24. Inquiries. Technical questions may be sent via fax to 909-384-5043, or email: slouka_va @sbcity.org. The answers to material questions will be provided in writing by Addendum(s)to all potential Offeror(s) by a posting to the City's website. 26 Packet Pg:203,; RFP F-16-05B Install Flooring at the Police Department 25. Proposal/Fee Schedules. No proposal will be acceptable unless fees/prices are submitted on the pricing forms furnished by the contractor hereiR, and all required forms are completed and included with proposal. Deliver all Proposals, SIGNED and SEALED, to the Purchasing Division, Finance Department at 300 North "D" Street, 4th Floor, City Hall, San Bernardino, California 92418. CLEARLY MARK THE RFP SPECIFICATION TITLE: Install Flooring at the Police Department and RFP F-16-05B ON THE OUTSIDE OF THE ENVELOPE. 26. Time. All Proposals must be received in the Purchasing Division no later than 3:00 PM, PST, January 7, 2015, where at such time and said place Proposals will be publicly opened, examined and declared. Any proposal may be withdrawn by Offeror(s) prior to the above scheduled time for the opening of Proposals. Any proposal received after that time and date specified shall a a NOT be considered. o 27. The City of San Bernardino reserves the right at its own discretion to award separate contracts for each category, or to award multiple contracts, or to a award one contract for furnishing and delivering of all equipment and/or services in all categories. 28. Equipment. In the purchase of equipment, Contractor shall be required to 0 furnish one (1) OPERATORS MANUAL and one (1) PARTS MANUAL for all C LL equipment proposal. - 29. In submitting a proposal to a public purchasing body, the Offeror(s) offers and c agrees that if the proposal is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (U.S.C. Sec 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700 of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, N or services by the Offeror(s) for sale to the purchasing body pursuant to the proposal. Such assignment shall be made and become effective at the time a the purchasing body tenders final payment to the Offeror(s). 30. Contractor shall indemnify, defend and hold City, its officers, employees and agents harmless from any claim, demand, liability, suit, judgment or expense (including, without limitation, reasonable costs of defense) arising out of or w related to Contractor's performance of this agreement, except that such duty a to indemnify, defend and hold harmless shall not apply where injury to person or property is caused by City's willful misconduct or sole negligence. The s costs, salary and expenses of the City Attorney and members of his office in w enforcing this Agreement on behalf of the City shall be considered as a "attorney's fees" for the purposes of this paragraph. 27 Packet Pg.204— 5.Lb RFP F-16-05B Install Flooring at the Police Department 31. While not restricting or limiting the foregoing, during the term of this Agreement, Contractor shall maintain in effect policies of comprehensive public, general, and automobile liability insurance, in the amount of $1,000,000 combined single limit, and statutory worker's compensation coverage, and shall file copies of said policies with the City's Risk Division prior to undertaking any work under this Agreement. The policies shall name the City as an additional insured and shall provide for ten- (10) day notification to the City if said policies are terminated or materially altered. 32. C111ITLJC1-1 1 C� IRN41At1G u N 1 D. Not r q r r G1 o E t R Q 0 !)AM Qnrl thin Pnrpnrnt4-- shall have a rating in Best's most 0 recent insurance guide of "A" or better. 0 33. Written contract documents, duly authorized and signed by the appropriate authority, constitute the complete and entire agreement(s) that may result from the RFP. 0 34. City may, at its discretion, exercise option year renewals for up to three (3) 0 U_ years, in one-year increments. - 35. By submitting a proposal, Offeror(s) warrants that any and all licenses and/or o certifications required by law, statute, code or ordinance in performing under 2 the scope and specifications of this RFP are currently held by Offeror(s), and are valid and in full force and effect. Copies or legitimate proof of such = licensure and/or certification shall be included in Offeror(s)'s response. r Proposals lacking copies and/or proof of said licenses and/or N certifications may be deemed non-responsive and may be rejected. 36. Once the award has been made and prior to the commencement of the job, a the City's Municipal Code (M.C. 5.04.005) requires that a Business doing business with the City, obtain and maintain a valid City Business Registration Certificate during the term of the Agreement. 37. Vendor (Contractor)/ Consultant services agreement(s) (VSA/CSA). A signed vendor/Consultant service agreement may be required between both parties a r prior to commencement of the job. E U Q 28 Packet Pg. 205 5.Lc G& Proposal CARPET MILLS,, INC. � ��r� Date Proposal# 3205 Pomona Blvd, Pomona, CA 91768 1!7/2016 1908 Ph.909-468-5600 Fax 480-247-5492 Contracting Office Place Of Performance City of San Bernardino City Of San Bernardino Police Department Finance Department 710 N. D St. a� 300 N. D St 4th Floor San Bernardino, CA 92401 E San Bernardino, CA 92418 CL m 0 0 a c Solicitation Number: Rep.Ali Gorginfar Terms Cage Mobile 909-997-2535 Tin Terms No. Code (RFP)F-16-05A ag @gscarpets.com 854373728 Net 30 794725234 55YS3 0 0 Description Qty U/M Rate Total U. 4- 120 Day Minimum Proposal Validity Statement: 0 C Proposals shall be firm offers, subject to acceptance or rejection 0 within 120 days minimum of the opening thereof. Item 001 N Front Lobby LVT c Cost of flooring per room 795 Sq. Ft. 2.29 1,820.55 Cost of additional materials per room 1 UGH 2,358.92 2,358.92 N Cost of labor per room 1 LUMS 2,225.57 2,225.57 Item 002 M Watch Commanders office LVT o Cost of flooring per room 331 Sq. Ft. 2.29 757.99 Cost of additional materials per room 1 UGH 819.50 819.50 pp Cost of labor per room 1 LUMS 1,000.00 1,000.00 ` c Item 003 0 Main hallways through the back doors to include hallway past E records and in the Atrium LVT t) Cost of flooring per room 4,345 Sq. Ft. 2.29 9,950.05 Q Cost of additional materials per room 1 UGH 9,744.98 9,744.98 r Cost of labor per room 1 LUMS 13,311.26 13,311.26 Item 004 t Identification Bureau Tile Squares cva Cost of flooring per room 145 Sq. Yd. 24.00 3,480.00 Q Cost of additional materials per room 1 UGH 700.00 700.00 Cost of labor per room 1 LUMS 1,200.00 1,200.00 A "Not To Exceed" total for all work and expense payable under the contract, if awarded. Pagel Packet Pg. 206 G&S Proposal CARPET MILLS, INC. Date Proposal# 3205 Pomona Blvd. Pomona, CA 91768 1!712016 1908 Ph.909-468-5600 Fax 480-247-5492 Contracting Office Place Of Performance City of San Bernardino City Of San Bernardino Police Department Finance Department 710 N. D St. 300 N. D St 4th Floor San Bernardino, CA 92401 L San Bernardino, CA 92418 CL a� 0 a� U_ O a Solicitation Number: Rep.Ali Gorginfar Terms Cage c Mobile 909-997-2535 Tin Duns No. Code (RFP)F-16-05A ag@gscarpets.com 954373728 Net 30 794725234 55YS3 0 O Description Qty U(M Rate Total LL 4- Item 005 0 Sergeants Office Tile Squares o Cost of flooring per room 108 Sq. Yd. 24.00 2,592.00 Cost of additional materials per room 1 UGH 613.23 613.23 Cost of labor per room 1 LUMS 2,662.78 2,662.78 w c Item 006 " Detective Bureau Tile Squares N Cost of flooring per room 677 Sq. Yd. 24.00 16,248.00 Cost of additional materials per room 1 UGH 2,104.43 2,104.43 Cost of labor per room 1 LUMS 6,313.92 6,313.92 O Item 007 Personnel and Training Tile Squares o0 Cost of flooring per room 175 Sq. Yd. 24.00 4,200.00 Cost of additional materials per room 1 UGH 912.46 912.46 m Cost of labor per room 1 LUMS 1,381.17 1,381.17 s Item 008 a Main Training Room Broadloom Carpet Q Cost of flooring per room 233 Sq. Yd. 15.00 3,495.00 Cost of additional materials per room 1 UGH 1,032.29 1,032.29 (D Cost of labor per room 1 LUMS 1,894.18 1,894.18 E Item 009 w FTO Office Q Cost of flooring per room 15.99 Sq. Yd, 24.00 383.76 Cost of additional materials per room 1 UGH 395.00 395.00 Cost of labor per room 1 Sq. Yd. 200.00 200.00 A "Not To Exceed" total for all work and expense payable under the contract, if 91,797, 4 awarded. Page 2 Packet Pg. 207 5.I.d RFP F-16-05B Install Flooring at the Police Department City of San Bernardino, Finance Department Purchasing Division COPV RFP F-16-058 Install Flooring at the Police Department Bid Documents to Be Returned ® Executive Summary c a� ® Description of Proposed Program ° ® Other Features o ° ® Company Background 0 a ® Support Policy C ® References o 0 �X Implementation Timeline - C ® Project Scope Chart ° �o ® One (1) signed original of Proposal Y N C ® Two (2) copies of Proposal in a SEALED (envelope separate from Pricing) v [N Pricing Form or Fee Schedule (SEALED envelope separate from proposal) (Vendor V Form) M 0 © Authorized Binding Signature(s) m ® Proof of Insurance - .r c CD Addendum Received (City Form) IV c=orms E U ® Non-Collusion Affidavit (City Form) Iv Forms w Q ® Listing of Proposed Subcontractor(City Form) Iv Forms E ® III Additional Requirements,VI General Spec�cations#4 120 Day Minimum Proposal Validity Statement V r w ® Worker's Compensation Insurance Certificate a ® Copy of Contractor License or other appropriate Licenses where applicable VI General specifications#35 Offeror(s) are requested to submit this checklist completed with all bid documents This list may not be inclusive of all documents needed to submit your RFP Please refer to entire packet for additional documents. 3 Packet Pg. 208 r L] COPY RFP F-16-OSB Install Flooring at the Police Department City of San Bernardino TECHNICAL SPECIFICATIONS Install flooring both upstairs and downstairs at the Police Department. r NOTICE : "SPECIAL INSTRUCTIONS TO THE BIDDER" E Services: Bidder shall complete right-hand column indicating brief reasoning for o exceptions to requirements when not acceptable. State "Acceptable" if o requirements are agreeable as set forth in left-hand column. a. c Equipment: c Bidder shall complete right-hand column indicating specific size and or make c 0 and model of all components when not exactly as specified. State "As U_ Specified" if item is exactly as set forth in the left-hand column. c _ 0 FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID c CATEGORY[ ACCEPTABLE/AS SPECIFIED 1. SCOPE � N Furnish, deliver and install flooring in multiple areas of Acceptable/As specified M the Police Department. This includes raising desks to 0 access the carpet, removing existing carpet/tile,fixing the floor if needed, disposing of old material and installation m of new material - c d 2. MATERIAL SPECIFICATIONS E Product: Solid Vinyl Tile Planks/LVT o Manufacture: Patcraft Q Collection Name: Timber Grove Acceptable/As specified Size: 6"x 48" Type to Install:Frontier 00755 Specifications: Wear Layer 20 mil 2 Overall Thickness: .098" a 10 Packet Pg:209- RFP F-16-05B Install Flooring at the Police Department Material specifications(continued) Installation: Glue Down using adhesives recommended by manufacturer dictated by the moisture test done by the contractor. An adhesive Bond Test will also be completed as outlined in the manufacturer's installation instructions. Acceptable /As specified c Manufacturer: Patcraft Product: Modular Tile Squares Collection Name: Infinite Wisdom CL Style: 10291 Color: Understanding 00550 2 Construction : Multi-level Pattern Loop a0 Fiber Type: Eco Solution Q Nylon Specifications: Gauge 1/12 Tufted Yarn Weight: 17oz o Tile Size: 24"x 24" ° U_ Density: 6442 — Pattern Repeat: None c Protective Treatments: SSA Shaw Soil Protection Primary Backing: Non-Woven Synthetic Secondary Backing: ExoWorx Tile c Installation: Glue Down using Shaw adhesive in accordance with installation guidelines. N v Manufacturer: Patcraft M Product: Broadloom Carpet c Collection Name: Homeroom v. 3.0 Style: I0351 m Color: Homecoming 00490 c Fiber Type: Solution Q Extreme Nylon d Specifications: Gauge 1/8 Tufted Yarn Weight: 22oz Tufted Pile Height: 5/32" a Density: 7615 Protective Treatments: n/a E Primary Backing: Woven Synthetic 0 Secondary Backing: Ultraloc Pattern a Installation: Glue Down using Shaw adhesive in accordance with installation guidelines. ll 0 acketip, 2 70: RFP F-16-05B Install Flooring at the Police Department 3. OTHER Bid will be broken down in three line items: 1. Cost of flooring per room. 2. Cost of additional materials per room. (Glue, baseboard, etc.). 3. Cost of labor per room. Each room/area will have its bid separated from other areas. r Vendor will state how they intend to move/raise existing office furniture to install flooring under said furniture. Acceptable J As specified C This is not a prevailing wage job. o Vendor must have a valid Business License. 4) Vendor to carry sufficient liability insurance as may be a required by the City of San Bernardino. Bid to include all costs for material, installation, labor, freight and taxes to complete the project. L Bid to also include all applicable warranties for material _°o and workmanship. - Vendor to provide a timeline for completion of the = project. ° All construction debris to be cleaned up and removed from the site upon completion of the project. All work will be done after 5 pm and on weekends unless other arrangements are made at the discretion of the police department. Bid will include an additional 200 sq ft (100 pieces) of Understanding 00550 Modular Tile squares and 100 sq ft c additional LVT Tile Planks. N m 4. INSTALLATION Material to be installed in the following areas: Downstairs s LVT o a. Front Lobby (replacing existing carpet) b. Watch Commanders office c. Main hallways through the back doors to include hallway past records and in the Atrium Acceptable J As specified TILE SQUARES 00550 r a. Identification Bureau a b. Sergeants Office c. FTO Office Upstairs TILE SQUARES 00550 12 Packet Pg.211 RFP F-16-05B Install Flooring at the Police Department Installation(Continued): a. Personnel and Training b. Detective Bureau BROADLOOM CARPET 00490 a. Main Training Room Installation will be done in compliance with the Manufacturers Installation guides. A moisture test will need to be completed to determine the moisture content of the concrete in order to determine the correct adhesive and the addition of an underlayment if needed. Bid Acceptable !As specified o should include such underlayment. If not needed it will 2 be deducted from the final payment for service. o0 All current installed flooring material will be removed = and the floors prepared for the new installation. This = includes fixing any cracks, concrete separations and o leveling the floor to an acceptable standard for such —0 U. installation. 4- 0 Installer will need to raise/move current desks/cabinets o and install. »� Baseboards in all carpeted areas will consist of a 4" strip of carpet glued to the wall matching the carpet in that area. Baseboards in all areas where LVT is installed will be a N gray vinyl/plastic product matching the existing 7 baseboard in said areas. M 5. DELIVERY o Bid to include all delivery/freight costs associated with Acceptable/As specified delivery of all project material to the Police Department. m w _ d E co a r E r a 13 RFP F-16-05B Install Flooring at the Police Department ANNUAL PURCHASE ORDER The agreement shall be for a period of less than one (1) year, beginning on or about February 2016 through June 30, 2016. Actual option year pricing shall be negotiated with the successful Bidder(s) prior to exercising of any given option year. Option years shall become effective only upon issuance by the City of a duly authorized Purchase Order. E Are there any other additional or incidental costs that will be required by your firm in o order to meet the requirements of the Proposal Specifications? Yes / No (circle one). If you answered "Yes", please provide detail of said additional costs: 0 0. c L O O Please indicate any elements of the Proposal Specifications that cannot be met by o your firm. c None , �a U) c Have you included in your proposal all informational items and forms as requested? es / No (circle one). If you answered "No", please explain: N M O N m This offer shall remain firm for 120 days from RFP close date. a� E Terms and conditions as set forth in this RFP apply to this proposal. w Cash discount allowable .05 % 7 days; unless otherwise stated, payment a terms are: Net thirty (30) days. E In signing this proposal, Offeror(s)warrants that all certifications and documents a requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFP. Below, please indicate all Addenda to this RFP received by your firm, and the date said Addenda was/were received. 15 Packet,NPg,213 RFP F-16-05B Install Flooring at the Police Department Verification of Addenda Received Addenda No: Received on: Addenda No: Received on: Addenda No: Received on: w FIRM NAME: G&S Carpet Mills, Inc. 4) ADDRESS: 3205 Pomona Blvd. Q as 0 Pomona,CA 91768 0 Phone: (909)468-5600 Email: ag @gscarpets.com CC.rg @gscarpets.com o 0 Fax: (480) 247-5492 4- 0 Authorized Signature: Ali Gor infar N Print Name: g � Title: President N v M w O IF SUBMITTING A "NO PROPOSAL", PLEASE STATE REASON (S) BELOW: m c a� E s to r Q i+ d E V W Q 16 Pi6ket Pg."214" 5.Ld RFP F-16-058 Install Flooring at the Police Department SUBCONTRACTOR'S LIST As required by California State Law, the General Contractor bidding will hereinafter state the subcontractor who will be the subcontractor on the job for each particular trade or subdivision of the work in an amount in excess of one-half of one percent of the General Contractor's total bid and will state the firm name and principal location of the mill, shop, or office of each. If a General Contractor fails to specify a subcontractor, or if he specifies more than one subcontractor for the same portion of work to be performed under the contract in excess of one-half of one percent, he L agrees that he is fully qualified to perform that portion himself and that he shall C perform that portion himself. o 0 DIVISION OF NAME OF FIRM OR LOCATION = WORK OR CONTRACTOR CITY TRADE 0 0 U_ 4- NONE o _ 0 �a tn _ r N M Ali Gorginfar Print Name Signature of Bidder M _ a� Company Name: G&S Carpet Mills, Inc. Y Address: 3205 Pomona Blvd. Pomona,CA 91768 a r a� E U f6 REJECTION OF BIDS a The undersigned agrees that the City of San Bernardino reserves the right to reject any or all bids, and reserves the right to waive informalities in a bid or bids not affected by law, if to do seems to best serve the public interest. 17 Packet Pg. 215"- RFP F-16-05B Install Flooring at the Police Department 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: r That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive proposal in connection with RFP F-16-05B. d 0 d 0 Business Name G&S Carpet Mills,Inc. a c Business Address 3205 Pomona blvd. Pomona, CA 91768 q 0 Signature of Offeror(s) X / L.1 o r_ 0 w Rancho Cucamonga, CA �a Place of Residence Subscribed and sworn before me this 07 day of January , 2016 . N Notary Public in and for the County of , State of California. c N My commission expires , 20 - m A notary public or other officer completing this 4) ertificate verifies only the identity of the individual who signed the document to which this Q :.ertificate is attached,and not the truthfulness, ?ccuracy,or validity of that document. Q c State of California County of a t Subscribed and sworn to(or affirmed)before Y on this day of 20 a by M\ Q=,-Q 1 �. Proved to me on the basWnf satisfactory evidence to be the person.s}-evt€o appear d b77a� Signature of Notary ub is Ar RITA M. PATEL � COP.hM.#2006237 - " Notary Public-California I LOS ANGELES COUNTY x* 18 My Gor gym,Exp.Mar.2,2017 Packet PM-21 6. �ry co PY G&S Carpet Mills, Inc. Executive Summary & Company Background Since 1992, G&S Carpet Mills has been providing complete solutions for commercial projects of all sizes and types. G&S Carpet Mills Inc., provides quality design consultation and product selection, problem identification and solution by guiding client to select products, installation expertise based on selected product, and addressing any and all of the clients flooring needs and concerns. We pride ourselves on providing the best customer service, expertise, and professionalism ensuring the client is fully satisfied upon project completion. d E Profile and Services M CL As an independent flooring contractor with a national installer network,we offer thousands of carpet and o hard surface products, including carpet, carpet tile,vinyl, ESD flooring,sports flooring and wood,all from •o trusted brands known for outstanding performance and quality.Whether you choose to specify a product o. or work with our staff to help you find the best products at the right price,you can be sure we'll have the a� flooring solution for your project needs and budget. L 0 0 U. Areas of Expertise 4- 0 C • Carpet for commercial use. 0 • Hard surface products such as vinyl composition tile,luxury vinyl tile,vinyl sheet,and stair system Ta solutions. • Moister detection and solution. • Trained and professional installers in all floor covering we supply. N Past and Present Clients w 0 • California Highway Patrol_Oakland,Susanville,Quincy,and Valley Headquarters • California Department of Transportation—Sacramento Headquarters • Travis Air Force Base 0 • Placer County—Auburn Library • Superior Court of California—Orange County a • Pomona Police Department c • National Park Services—Mojave E • Department of General Services—Direct Construction Unit -� r a Packet Pg,217 Other Features & Support Policy G&S Carpet Mills, Inc.objective is to provide the highest quality customer service and craftsmanship for services provided to our clients. Our company owns and operates from our warehouse facility located in Pomona,CA,which is approximately 30 miles west of San Bernardino County. Our warehouse facility provides the space required to store materials and tools required by this contract.Also,because of our close proximity to San Bernardino County we have immediate access should any emergency arise.We own all tools,vehicles,and trailers required to perform the work as specified in the SOW. m E Specialty Tools c� CL G&S Carpet Mills, Inc.will provide all necessary equipment,tools, labor,and supplies to successfully o complete the project as specified by the contract.G&S Carpet Mills, Inc. proposal is all inclusive and will provide all services for labor, removal, disposal,and installation. o a G&S Carpet Mills, Inc. has the necessary tools to complete the project in the most cost effective and 0 efficient manner.Our Renegade 2900 Battery Ride-On removal and floor preparation machine allows o our installers to complete demolition in a fraction of the time it would take to complete demolition by 0 hand.The Renegade 2900 Battery Ride-On removal and floor preparation machine has the capacity to — remove 1000 to 2000 square feet of carpet per hour.The utility of this equipment reduces man hours c allocated to demolition thus reducing costs to G&S Carpet Mills, Inc. and in turn savings to the City.This 14"h" also allows for the project to be completed within a shorter time frame.We also own furniture lifting Now system to allow for installation without requiring cubical disassembling and removal. Utilizing the c furniture lifting system will save time and cost by eliminating the need to remove and replace office v furniture. Cl) Communication Plan c N_ If the contract is awarded G&S Carpet Mills, Inc. will follow procedures included in fully executing the o0 agreement. Upon receiving the fully executed agreement G&S Carpet Mills,Inc. project manager will communicate with the PM on the next steps involved. Because we have completed many government m E contracts G&S Carpet Mills, Inc. is fully aware of steps involved in contract execution to job commencement. Prior to any job G&S PM will schedule field measurements,job site walk, pre- Q construction/installation meeting, and will hold internal meeting to go over required specifications as ; required by the SOW with crew members. E c� Customer Service r Q G&S Carpet Mills is committed to providing excellent customer service.Our standard business follow up process and turnaround time is within 24 hours for email and phone responses and 1-2 days turnaround time depending of type of document or service required.Also,turnaround time is subject to material availability and or scheduling. Because we are a family owned business we will directly be involved in addressing any customer service issues.We value our customers and will provide the best service.Our (Mwl references will confirm we provide outstanding customer service. Packet Pg 278:. S.Ld References Name of Company:City of La Mirada, Department of Public Works Address: 15515 Phoebe Ave., La Mirada CA 90638 POC: Gary Sanui, (562)902-2385 or(714) 309-4774,gsanui @cityoflamirada.org Contract No.: 2014-08 Contract Type: Fixed Price Total Dollar Value of Contract:$296,283.54 Description of work under contract: Flooring installation services at the La Mirada Theatre for the Performing Arts. Work included removal and replacement of furniture and fixed seating, removal of E existing flooring, concrete and steel work,floor preparation, and installation of carpet and tile. 0 0 Name of Company: City of San Bernardino m Address:234 S. Mt.View Ave., San Bernardino CA 92418 .0 o POC: Rick Morino, (909) 361-7702, Moreno_Ri @sbcity.org n. Contract No.: PO 2015-00000568,Vendor Service Agreement No. 2014-259 Contract Type: Fixed Price Total Dollar Value of Contract: $351,108.03 0 0 Description of work under contract: Carpet and carpet installation services in the Feldheym Library. LL Work included furniture moving and replacement, removal of existing flooring, floor preparation, and o C installation of new flooring. 0 0 Name of Company:Superior Court of California,Victorville San Bernardino County N Address: 14455 Civic Drive,Victorville CA 92392 = POC: Nate Lemley, (909) 841-9939, Lemley, NLemley @sb-court.org Contract No.: PO 4500070376 v Contract Type: Fixed Price Total Dollar Value of Contract:$237, 632.24 Description of work under contract: Carpet and carpet installation services.Work included the removal 0 and replacement of furniture, including furniture lifting system, and installation of carpet. _ m Name of Company: City of Sunnyvale Q Q Address:700 All American Way,Sunnyvale CA E t POC: Robert Van Heusen, (480)730-7583, bvanheusen @sunnyvale.ca.gov Y Contract No.: P0004378& P0004762 Q Contract Type: Fixed Price Total Dollar Value of Contract: P0004378$93,000/PO004762$49,864.18 m Description of work under contract: P000437 Department of Public Safety Building carpet replacement project.Work included removal of existing floor and wall carpet,floor preparation and installation of ;a floor and wall carpet. P0004762 Senior Center Carpet Replacement project included the removal of Q existing carpet,floor preparation and carpet installation. Packet Pg. 219 5.Ld Implementation Timeline G&S Carpet Mills, Inc. is excellent at time management and scheduling. By simultaneously coordinating measurement/preconstruction meetings, product ordering, material production line completion, material delivery dates, and scheduling crew members accordingly we are able to meet timing requirements of the client.All scheduling will be coordinated with the PM. Based on facility scheduling needs G&S will prepare and provide a work phase plan to the PM for coordination of installation. Please refer to attached example of G&S Carpet Mills, Inc. Phasing/Schedule Plan for projects previously c completed. E L Q Q� 0 No. Event Timeframe 0 1 Contract award, execution of contract, submittal of required 5-7 Business Days o a insurance, licenses, and other required documents. 2 Submittal of samples color selection. 3-5 Business Days 3 Upon carpet selection inquire with manufacture on product 1 Business Day o availability. U. 4 If product is available and ready to ship from manufacturer. 5-7 Business Days o 5 If product is not available and requires manufacturer production. 4-6 Weeks 0 6 Based on product availability G&S Carpet Mills, Inc.to coordinate 1-3 Business Days and finalize installation schedule with PM. ;a 7 Installation to fully complete project start to finish including final 3-4 Weeks c walk through and punch list completion. 8 Upon project completion and approval submit invoice. 1 Business Day N v M w O N m C d E s U w Q i+ C d E .c m r w Q Packet Pg.220 , Description of Proposed Program & Project Scope Chart G&S proposes to provide all material per scope of work specifications,complete installation per identified site plan areas,and comply/implement all aspects of the contract. Please refer to the attached example of work phase plan.G&S will provide a project scope chart similar to the work phase plan based on the flooring diagrams provided as part of this RFP. Work Plan c a� Contractor Qualifications—Please refer to Executive Summary the qualifications.G&S Carpet mills has E the required experienced with government contracts/public entities, has the capacity and capability to a supply complete supervision, labor and all materials required,and holds required insurances and o d licenses. 2 0 a. Material Specifications—G&S will provide all material per contract specifications, c a� Schedule-All scheduling will be coordinated with the PM. Please refer to attached example of G&S `o Carpet Mills, Inc. Phasing/Schedule Plan for projects previously completed. o U. 4- 0 Installation General Conditions c 0 �a • G&S Carpet Mills, Inc. will confirm exact measurements and order required quantities of all M required materials. • G&S Carpet Mills, Inc.will schedule a pre-construction meeting prior to scheduling carpet removal/installation services to address any site conditions noted during field measurement. • All materials required will be ordered directly from manufacturer for production. Manufacturer M will provide estimated production completion and schedule delivery of material.All materials c are inspected for defects upon unpacking or received material. • G&S Carpet Mills, Inc. will designate a foreman for each scheduled day of installation services. m Pre-installation meeting will be held with foreman to ensure acknowledgement of all provisions of this contract. t • G&S Carpet Mills, Inc.will ensure assigned foreman will perform quality assurance prior to the a completion of scheduled services.Additionally,a site walk with the PM will be scheduled upon a completion of the job to ensure installation meets or exceed standards and also to address any areas of concern the PM may have. E ca Floor Preparation Q • In addition to manually removing existing carpet and adhesives crew members will utilize a demo machine. Floor will be swept and clean prior to prepping the floor. All debris will be removed from site and placed in a dumpster/trailer that is affixed to the company truck and will be taken off site.Or, per the approval by PM a roll off bin for all trash can be delivered on site and placed in designated area as directed by PM. Packe#�g 221 • Upon completion of carpet, adhesive,and wax removal, all holes,cracks and depressions will be filled with appropriate floor fillers and crew members will ensure floor is properly prepped and level. * Crew members will ensure floor is properly cleaned and all loose material is removed prior to installing carpet. Carpet&LVT r • Prior to carpet and LVT installation G&S Carpet Mills, Inc.will receive and provide proper storage of all materials related to the SOW.G&S Carpet Mills, Inc. owns a secured warehouse E t: M facility in which all material will be stored. a m • G&S Carpet Mills, Inc.will order all materials,coordinate delivery of materials form manufacturer,and will provide safe transport of materials form warehouse facility to job site. 2 0 Proper tools/dollies will be utilized to ensure material is properly handled on job site. a c • G&S Carpet Mills, Inc. assigned foremen and scheduled crew members will install carpet as specified by the contract. o _o Guarantee&Inspection of Carpet Installation "' 0 c • G&S Carpet Mills, Inc.guarantees its labor and workmanship on this project for a period of one I year and all material warranty is provided by the manufacturer. G&S Carpet Mills, Inc.will address any punch list items identified by the PM wo ensure project = completion and satisfaction. N M w O I N m w _ d E t V R r+ Q �.i _ d E t V O w r Q 'ec z® CERTIFICATE OF LIABILITY INSURANCE °A�11/11` 6`6!22015 015 4 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS !f CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER, IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the poiicy(ies)must be endorsed, If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in Iiou of such endorsement(s). PRODUCER TANYA DEAN NAME: Tanya Dean-Agent 310-isz-5900 � FIX s1a192 BOSO -IN 1 XSL WC,Nn1: 423 S Pacific Coast Hwy Ste 101 ADp l ,�tar>ya deen.i92U @statefarrn.com Redondo Beach,CA 90277 INSVRER(S)AFFORDING COVERAGE _ NAIC M _ UR State Farm Fire and Casual Com n 23143 E RA: tY Pa Y INSURED IS&S CARPET MILLS INC ^ INSU.RE,INSURERS:StateFarmMutuatAutomobilelnsuranceCompany 2a1ie t 3205 POMONA BLVD _ -- INSURER C: _ POMONA, CA 91768-3233 -" - INSURER D; INSURER E: _T-- INSURER F C> COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: t0 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD = INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. .� _ _ _... ... I POLICY EF �P A156L"SUER LTR TYPE OF INSURANCE POLICY NUMBER MMIO ! MM/ LIMITS .O A )(j COMMERCIALGENERALLIABILITY Y Y 92-BO-E175-4 0710112015 07/01/2016 EACHOCCURRENCE S 2,000,000 O I CLAIMS-MADE X1 OCCUR M ES cu .Ea blvence S U. S ... MED EXP(Any one person) _5 5,000 O _.. �...� PERSONAL&ADVINJURY i s^ 2,000,000 O GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE — S 4,000,000 POLICY❑J ar PRO- M ECT LOC PRODUCTS-COMP/OPAGG S 4,000,000 OTHER: S AUTOMOBILE LIABILITY (/► B Y Y 436 9930-E06-75 0510812015 i 05/08/2018 E ealidenli t L_MIT 5 1,000,000 C ANY AUTO WDILY INJURY(Per persor) 5 , ALL OWNED SCHEDULED ------- _ ----_.�.em-_AUTOS AUTOS I BODILY INJURY(Per&cadent)I S HIRED NON-OWNED ROPERTY DAMAGE - HIRED AUTOS j AUTOS Per ecclGen. $ S UMeRELL.A UAB OCCUR i --� '. EACH OCCURRENCE ; M EXCESS LIAR �CtAIMS-MADE AGGREGATE -5..... _ -_ 0 DED RETENTIONS S W WORKERS COMPENSATION AND EMPLOYERS'LIABILITY YIN Si'ATUTE ERA G ANY PROPRIETOR/PARTNERIEXECUTIVE ` -- m OFFICERIMEMBER EXCLUDED? N I A EL EACH ACCIDENT S (Mandatory In NH) I E.L.DISEASE-EA EMPLOYE S r q es.describe Under I __ C DESCRIPTION OF OPERATIONS below I EL DISEASE-POLICY LIMIT 3 d E t U f0 rr DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,AddlWnai Remark&Schedule,may Ix attached C more space is required) Q Additional Insured:City of San Bernardino w YI C d 1 E i fC +r Q CERTIFICATE HOLDER CANCELLATION City of San Bernardino SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Finance Department Purchasing Division THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 300 N."D"Street,4th Floor ACCORDANCE WITH THE POLICY PROVISIONS. San Bernardino,CA 92418 AUTHORIZED REPRESEgTATWE 01908-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 1001486 132849.9 02-04-2014 Packet Pg. 223 POLICYHOLDER COPY SC STATE P.O. BOX 8192, PLEASANTON, CA 94588 INSURANcr FUND cop � T. CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 11-16-2015 GROUP: POLICY NUMBER: 1674845-2015 CERTIFICATE 10: t59 CERTIFICATE EXPIRES: 07-01-2016 07-01-2015/07-01-2016 CITY OF SAN BERNARDINO Sc JOB:RFP F-16-05 INSTALL FLOORING POLICE DEPT. d 710 N. "D" STREET 300 N D ST FL 4 SAN BERNARDINO SAN BERNARDINO CA 92418-0001 CA 92401 ca Q d O O This is to certify hat we have issued a valid Workers' Compensation insurance v Y p policy in a form approved by the 'o California Insurance Commissioner to the employer named below for the policy period indicated. D_ C This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. C 'L We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. O O tl This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded O by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document C with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance O afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy. F ttt M 4 N Authorized Representative President and CEO N FOR BID PURPOSES ONLY. IF A BID IS ACCEPTED, A NEW CERTIFICATE MUST BE ISSUED. EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. M w- ENDORSEMENT N0015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE 2015-11-16 IS O v ATTACHED TO AND FORMS A PART OF THIS POLICY. NAME OF ADDITIONAL INSURED: CITY OF SAN BERNARDINO ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 07-01-2008 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. O E t U f0 a+ r Q Y E U iC w Y Q EMPLOYER G & S CARPET MILLS INC Sc 3205 POMONA BLVD ?OMONA CA 91768 (P15,H0] tRev.7-2014l PRINTED 11-16-2015 -• Packet Pg.224 c_/ PY w C E t' RS Q d 0 d V O a (��° State Of Caltfornia c !"►-.. ,CONTRACTORS STATE LicEwl SOAK ACTIVE LICENSE O O 712947 4- —CORP O . G &S CARPET MILLS INC c r w as C15 N r 09/3012077 www cslb.ca.gav N M w O N m r _ d E t V R w Q _ O E t V cC r+ r a Packet Pg. 225 4 E to CL (1) POST THIS LICENSE IN A CONSPICUOUS PLACE THIS IS A RECEIPT,NOT A BILL 0 (D CITY OF POMONA,CALIFORNIA CITY OF POMONA BUSINESS UIIS STUB MAY BE DETACHED 0 LICENSE NO. C91284 rk I'R�np ACCOUNT NO, 00097146 ACCOUN I N0 ,01109-14r, INI'l- Rl-"NEWAI Ill;COIL (6 LICENSE NO. 091294 0 BUSINESS DESCRIPTION r XR!"I Alf0l FSAI t./.MANI I A( IVRI DAIT PAID 06 10 2011 LL 0 4- DESCRIPTION ABOVE;IS"I'HE ONLY PERMITTED USE a .2 IJCENSIJ'*. O)R61M \R..:11 I UCENSE Fll' 112.00 U) E -jSIN .SS (I& ,(,'\R['l I N1111 ', IM BUSINESS PROMOIJON 0 00 NAME AND DISTRICT IAX MAILING 3205 Af)DRF:SS II(AWN v C�9I' i ITNAI,I Y Hl ti 00 S 4- BUSINI-SS ;-liji PA)\I()\A Ill TOTAL 113.011 0 1-0(',%H0\ -j'8 S['A I'l I K'I \'sl Ntt CIA I /0NING Al OCCITANCY 1.0(,',\I ION M-2 HOME RUSINFSS E 1 ',1011 -11-98X1377 III RNII I \0 USI (ODI lianocralof the Liens Ko \1 \N (hmvt or I ocalion(annot He Made kktthout?\pproval kit'1111, 1'.XI)IRI S r, ;ij 'olf, REVENUE MANAGEMENT DIVISION this license is ksucd with out verification that the Licensee is E suhicct to or exempt fruit,ticivirsitir by the state of(alifornia a_ T 6/1/1992 23-888137 r CARPETER 9 A FLOORING CENTER a=i G A 5 CARPET BILLS INC ;, Pvfti .;; E 3205 POMONA BLVD Pt}�ttt�tA C t 7 A O v ,, CL s 3IN aAVA k ca €tom rfA,r D S!. Wit; r 2. r { SAtUAM4M TAx LAW, �!�ar^'�a°a$s�V,, O- '.'�tf mat 3S�"i.�' �,:x¥YCK, rt'4 sa" `+..r. •� k,&.I to a,PART 4SW W11,Rt V(,sj vtAp,r. r f-PA 1W*4 tt t i 1. �.5 i •i0 (it r to r Y t F ItE O LL P C t. PLC - 3 � > INFORMATION 711 . O Rf N C r d' N M O N Co w C O E t a+ w Q d E L V fC w r Q Q Packet Pg. 227 5.Ld California Certification Report-p.1 -Generated on Apr 30,2014 California Certification Report CARPET i Legal Business Name G&S CARPET MILLS INC Doing Business As G&S CARPET MILLS INC Address 3205 Pomona Blvd Phone (909)468-5600 POMONA,CA 91768 FAX (909)468-5603 Email ag @gscarpets.com Web Page http://www.gandscarpetmills,com Active Certifications SB(micro)Apr 20,2012-May 31,2016 c Business Types Service; E Classifications [301617]Flooring CL (D [721525]Floor laying services p Keywords FLOORING,CARPET SALES&INSTALLATION —` o 0. c 'i O O u- 4- O r- 0 t0 r � � C r N M O N m a� C d E s U I r.. Q r C d E s U cC r Q Packet Pg. 228 Business Search - Business Entities - Business Programs page j of Business Entity Detail Data is updated to the California Business Search on Wednesday and Saturday mornings. Results reflect work processed through Friday, April 24, 2015. Please refer to Pro essing Times for the received dates of filings currently being processed. The data provided is not a complete or certified record of an entity. Entity Name: G & S CARPET MILLS, INC. Entity Number: C1707023 d Date Filed: 05/20/1992 E t m Status: ACTIVE Q, d Jurisdiction: CALIFORNIA m Entity Address: 3205 POMONA BLVD. - v O Entity City, State, Zip: POMONA CA 91768 d c Agent For Service of Process: LEGALZOOM.COM, INC. a> c Agent Address: 100 WEST BROADWAY SUITE 100 p 0 Agent City, State, Zip: GLENDALE CA 91210 U. v- O * Indicates the information is not contained in the California Secretary of p State's database. w. ca R • If the status of the corporation is "Surrender, " the agent for service of N process is automatically revoked. Please refer to California Corporations 5 Code section 2114 for information relating to service upon corporations that have surrendered. • For information on checking or reserving a name, refer to Name Availability. • For information on ordering certificates, copies of documents and/or status reports or to request a more extensive search, refer to Information. Requests. ,M • For help with searching an entity name, refer to Search Tips. o • For descriptions of the various fields and status types, refer to Field escri�t::�rs and Status Definiticsns. m w c O s v m Q c m E to Copyright 0 2015 California Sec a=tar y ei State Q http://kepler.sos.ca.gov/ 4/2 ��Paekef Po-.2-29,,, vmtcraft,-, P Experience Modular Product Specifications Collection Name Infinite Wisdom Style Number 10201 Product Type Modular Construction Multi-level Pattern Loop Fide r Typo Eco Solution W3 Nylon E Dye Method 100"'.Solution Dyed M English Metric O Gauge 1/12 47.24 per 10 cm (D .2 StAchas Per Inch 9.5 37.40 per 10 cm 0 Tufted Pile Height 3/32"low-5/32"high 2.38mm-3.97,nrn (L Tufted Yarn Weight 17 oz. 5-16.40 g!m4 E Finished Pile Thickness .095 2.41 mm Tile Size 24"x 24" 60.96 cm x 60.96 cm 0 O Density 6442 12.00 kilotex LL Weight Density 109,514 0 4- Pattern Repo-at none a .2 iliotec,ive Treatments SSF1,"j1 Shaw Soil Protection Primary Backing non-woven synthetic Secondary Backing EcoWorx((v Tile Performance Specifications Radiant Panel Class I NBS Smoke <450 (ASTM E-662) 0 Electrostatic Propensity Less than 3.5Kv Warranty Information Lifetirne Commercial Limited (D E Installation Methods MION4L:N41C 14 TURN VR,L& A'14.AR r4liom lwiwAqv[ =A -X- L r—A Environmental Green Label Plus Certification Number Certified GLP9968 NSF 140 Certification Platinum Certified CEIITIFIW Cradle to Cradle Silver Certified cradletocmde because flooring matters. palonifLenin 1 800241.4014 V Q patcraft. Experience Modular ECO IMPACTS End of Life Recyclability 100%recyclable Shaw Closed Looped Recycling 100.0% c O Materials r_ O. Ingredients 0 Face Fiber nylon 6 m Dye Method 100;'i solution dyed 2 Backing polyolefin composite d Surface Treatments non c8 fluorocarbon chemistry dogs not contain PVC,phirialates,or � PBD%PBDE L O Recycled Content O U. Total Recycled Content(by weight) 44.4 - Pre-Consumer 33.2 V, r_ Post-Consumer 11.2'in O Bio-Based/Rapidly Renewable Content(By 0.0-110 �o Weight) N Packaging 100",'�Recyclable = Country of Origin (manufacturer) USA N Meets or exceeds all local and national regulations in country of manufacture. Manufactured in an IS09001 &IS014001 certified facility or equivalent. M Recycled contents calculated using system allocation, mass balance,and direct insertion. O N Th,actual recycled content in this product will likoly vary, For more information ornail infogshawgroonedge.com. M Third Party Certifications MBDC Cradle to Cradle Silver Certified NSF 140 Platinum Certified ;a CRI Green Label Plus Certified GLP9968 Q USGBC LEED contributes Building Research Establishment certified E Good Environmental Choice Australia certified = v Good Environmental Choice New Zealand certified f° w Singapore^reen Label Certified 039-003 Q Social Responsibility Shaw and our people provide financial support,volunteer service and leadership for charitable and civic organizations in the communities where we work and five.Additionally,we strive to:adhere to all applicable laws rogar&nq, labor,discrimination and harassment,wages and benefits,health and safety,diversity and equal opportunity. because flooring matters. '�4'Sha�s .'< �,,.,< oatcreftco�n � 800.241.3E114 REVISED --SAVANNA PLANK (K) METROOiOlt TECHNICAL DATA SHEET LUXURY RESILIENT FLOORING $16 :,PRO ERTIES&PACKAGING Construction Solid Vinyl Tile/LVT Product Classification(ASTM F1700) Class III,Type B Use Commercial&Residential Size 6"x 48"(152.4mm x 1,219.2mm) Wear Layer 20 mil(0.5mm) Finish Urethane Coating with Ceramic Bead Particles Gauge 0.118"(3.Omm) Pieces/Carton 18 Coverage/Piece 2 Sq.Ft.(0.185 Sq.M.) Coverage/Carton 36 Sq.Ft. (3.344 Sq.M.) Coverage/Pallet 60 Cartons(2,160 Sq.Ft./200.671 Sq.M.) Coverage/Container 16 Pallets(34,560 Sq.Ft./3,210,73 Sq.M.) Limited Warranty 15-Year Commercial/Lifetime Residential MAIN Standard Description Requirements Results ASTM F386 Thickness ±0.005" Passes Requirements ASTM F2421 Size& Size:±0,016"/Linear Foot Passes Requirements Squareness Squareness:50.010" ASTM F1914 Residual Indentation Average.5 8%;Any Samples 10% Exceeds Requirements ASTM F137 Flexibility No cracks/breaks(1"/25.4mm Mandrel) Exceeds Requirements ASTM F2199 Dimensional Stability 50.020"/Linear Foot Exceeds Requirements \STM F925 Chemical Resistance_ No more than"Slight Change" Exceeds Requirements ASTM F1514 Resistance to Heat Average AE:5 8.0 Exceeds Requirements ASTM F1515 Resistance to Light Average AE:5 8.0 Exceeds Requirements r • Standard Description Requirements Results ASTM F970 Static Load Limit ±0.005", 250-Lbs. Load x1,000 lbs. (Exceeds) ASTM E648 Radiant Panel Class I:z 0.45 W/cm2 Passes Requirements (Critical Radiant Flux) ASTM E662 Smoke Density Flaming&Non-Flaming:<450 - Passes Requirements ASTM F963 Heavy Metals Refer to Standard Passes Requirements ASTM D2047 Coefficient of Friction N/A >0.6 _ (Slip Resistance) — ASTM D4060 Abrasion Resistance N/A Average:20,000 cycles" "ASTM D4060(Abrasion Resistance)--Results vary with Metroflor0 collection and/or emboss Standard Description Requirements Results" ASTM E90& Airborne Sound Sound Transmission Class(STC) >50 STC 66(Exceeds) ASTM E413 Transmission Loss ASTM E492& Impact Sound Transmission Impact Insulation Class(IIC) ?50 IIC 70(Exceeds) ASTM E989 (Floor-Ceiling Assemblies) "Tested with Prevai/Tm GDP(Glue-Down Pad) Over 6"Concrete Slab with Drop-Ceiling Assembly Standard(s) Description 9oor6core® This product is FloorScore®Certified(SCS-FS-02902)and has thus been found to CHIPS 01350 comply with the volatile organic compound emissions criteria of the California Section LEED EQ 4.3 01350 standard. FloorScore®Certification can also be used as an alternative path to obtaining LEED EQ 4.3 credit. 888-235.6672 1 metroflorusa.com February 10,2016 tOX R RE 51 E1rJt0#:LO4 • "•• l��I T ����Rtrt SAVANNA pt.AN C°nstructiorr, k Product CHNICAL DATq. :E Classification(ASTM F1700)17 0 Solid 0 0 bd Vinyl'nY!lie/(, Class III, -Wear Layer , Type 8 Finish ��"�--- Commercial&Reside Gau 6°x 4811052.4 ntial `_�� 20 mil(0.5rnM m_'���-- ---� Pieces/Carton Uretha Coverage/pi ne Coating with ece 0.118"{3.Ornm Ceramic CoveragelC 8 �--� arton 18 ) ea'~-�P Particles a�i Co"- �g1Pallet 2 S —�_ Coverage/C�-_ q.Ft. (0.185 S a) ontainer 36Sq.Ft. (3.344 q.M') --� Limited Warranty 60 C " �M�-- - ` '--- a Cart (2 160 S _ 200. 16 Pallets(34,560 'q.Sq. / 871 Sq M Standard 15-Year "-~-- Ft./3,210. ) ASTM F386 pesia " - Commercial/Lifetime Res dSq'M) c 1� On entlal ASTM F rhlckness u- me 2421 Requirets 4-Size& AS n F1914 Squareness I Resid~^�`� Size t0.016" Results ua!indentation /Linear ASTM F Squareness:'E Foot Passe 2199 Flexibility Aver 0.010" s Require ASTM F925 Dune -� age s 8 a. merits N_ AS TM F1514 Ch: ns' ' Stability No cracks/bre Any Sampte s 100 Passes Requirements ASTM F mica!Resist ,- x0.020"/ aks(1%25.4mm Man Exceeds Re 1515 Resistance to e No L+near FOpt �'`-del) Exce quirements N Heat`''- more than'"��� eds Resistance to tight Slight C Fxceeds Requirements Average dE s 8. hange„ Standard s . . Average 4E c 0 Exceeds Requirements w ASTM F1: Descri 8•0 �_ Exceeds quirements N pfioIn Requiremeen s ASTM E648 Static Load Exceeds Limit Requlremen Requirements m Radiant Panel is AS---M E662 (Critical Radiant ant F t0 005 25p-Lbs. Loa c TM F963 Smoke Dens. Flux Class 1:> d Results Density _0.45 W/c z ?i, s ASTM D2047 Heavy Metals Flaming&No m 000�7(Exc�s) ;g ASTM D40 Coefficient of F' Refer to n-Flamin : Passes Re �`-- Q 60 (Slip Resistance)ction Standard g 450 quirements ASTMD40fi0 Abrasion Resistance NIA '— -?asses Require (Abrasio P menfs • dar ' ' .. n Resistance)_Results N/A "" 8ses Requirements Stan vary with d MetroflO1(§) % r ASTM E90& Descr! ction and/or emboss Avera a 4STM E473 Airborne s ge:20'000 cycles �SrM E492& -- trans a Sound Requlrerrients aSTM E989 '�-psi°n Loss NOMMENINNI l p act So Sound Tran "Tested with ( or_Ceik�nd transmission smission Clas MO Res" P"evail'"GDP gAssembiies ! s(STC > (Glue- ) mpact insulation ) -50 ndard(s)_ Down Pad)Over Class(11C) ;> 50 STC 66(Exceeds) rr B Concrete Slab with Drop-Cei/in IiC 70(Excee ds J Description 9 Assembly ) Eur 4.3 This product is Flo I 013510 with the v°latile ore a Certified standard. Flo 9anic co {SCS-FS-02902 obtaining LEER °rScore®Ce mpound )and EQ 4, rtification car)alsons criteria of the s been to a-6672 3 credit. found Pcket'fi�.232: 1 metroflorusa.r�.,, n also be user _ Califomi� • • PROFILE 3 slightly eased micro bevel edges r lend deflnitlon to me flooring for © a rich,realistic look. - ,o- ° E fz 0 0 Q .V Op Ceramic Bead Overlay O Microscopic ceramic particles suspended in a [L clear liquid overlay for superior wear resistance. ®Clear Vinyl Wear Layer Transparent vinyl wear layer provides significant = Multipll durability against scuffs and abrasions. OD solid Vinyl Core Layers L Multiple layers of solid vinyl 0 ©High-Resolution printed Decorative Film are pressed together to form 0 High resolution printed film delivers the beauty a dimensionally stable yet — and realism of natural wood and stone. flexible core, 4- 0 C O M .Or N C •Extremely durable,moisture resistant,dimensionally stable,warm&comfortable under foot. Moisture-Resistant •Resists peeling,cracking and delamination. N Solid Vinyl Construction •Will not harbor dust or allergens. v •Is FloorScoreO certified thereby promoting good indoor air quality, en 0 •Can be installed over a variety of substrates when used in conjunction with Prevail Pressure Sensitive, N Versatile Wet-Set,Epoxy and Spray-Applied adhesives. ap Glue-Down Installation •or reduced rreflected sound is required,e(glue-down d,such as n multi story applications,ransmission E •Our transparent vinyl wear layer provides significant durability against scuffs and abrasions. Outstanding v R Surface Properties •Provides stain-and-wear resistance and greatly simplifies care&maintenance. Q •Products are available in a broad range of natural wood,stone and tile visuals to complement Authentic any d6cor,and each design is made more lifelike through the use of a variety of surface textures. E Looks&Textures •Our high-resolution printed images deliver the appearance of natural materials at a fraction of the cost and with easier care&maintenance versus wood,ceramic,or stone products. .r , a •Simply sweep,dust mop or vacuum daily. •Damp-mop as needed using Prevail Neutral Cleaner following the instructions on the bottle. Low Maintenance •Use walk-off mats at outside entrances. •No waxing,polishing or buffing required...it's that easy! •These highly engineered products are recommended for Retail,Healthcare,Assisted Living, Application Hospitality,Multi-Family,Corporate,Educational and Residential environments. Versatility •They're ideal for any location within a home including below-grade in basements. •These products are also resistant to water-spills and can be used in baths,laundry rooms and kitchens. 888-235-6672 1 metroflorusa.com Packet Pg. 233 o ik.-e wc S T 0 M 1351 Park Ave. Suite 102, Redlands CA 92373 - Office: (909)335-0400 Fax: (909) 335-7155 ,V L O 0 R I N G Contractor's License #426696 EST. 1979 c m E FLOORING BID �. Date: 1/6/15 ° U To: John Cardillo/S.B. Police Station a Re: ID Area, Meeting and Training room, Detectiville We propose to furnish and install as follows c I.D. Area U. 4- 150 yards of Patcraft Infinite Wisdom color TBD @32.50 $4,875.00 r- 150 yards of demo and disposal @3.15 $472.50 10 Labor hours moving furniture @75 $750.00 N 235 In ft of Burke 4"base Color TBD @2.30 $540.50 Cq 6 doorway transitions @20.00 $120.00 TOTAL $6,758.00 w Meeting/Training Room 262 yards of Patcraft Broadloom Homeroom 3.0 Color TBD @20.20 $55292.40 m 262 yards of Demo and Disposal @3.15 $825.30 d 1921n ft of Burke 4" base color TBD @2.30 $441.60 TOTAL $6,559.30 a Pit Office d 207 yards of Patcraft Infinite Wisdom color TBD @32.50 $6,727.50 207 yards of demo and disposal @3.15 $652.05 a 4 labor hours moving furniture @75 $300.00 354 In ft of Burke 4" base color TBD @2.30 $814.20 8 man hours moving furniture @75.00 $600.00 Night Shift Work Total $9,093.75 packet F'g.234, 5.I.e Detective Unit 638 yards of Patcraft Infinite Wisdom color TBD @32.50 $20,735.00 638 yards of Demo and Disposal @3.15 $21009.70 103 labor hours moving furniture @75 $7,725.00 6201n ft of Burke 4" base color TBD @2.30 $1,426.00 30 man hours moving furniture @75.00 $2,250.00 w Night Shift/ Weekend Work $34,145.70 t Watch Commander's Office o 352 sqft of Patcraft Timbergrove Color TBD @4.88 $1,717.76 352 sqft of Demo and Disposal @0.35 $123.20 a° 74 In ft of Burke 4" base color TBD @2.30 $170.20 2 man hours moving furniture @75.00 $150.00 $ Night Shift/Weekend Work $2,503.06 - C 0 Entry/Lobby 675 sqft of Patcraft Timbergrove Color TBD @4.88 $3,294.00 600 sqft of Demo and Disposal @0.35 $210.00 N 152 In ft of Burke 4" base color TBD @2.30 $349.60 Night Shift Work $4,431.64 0 M M Sergeant's Office 111 Yards of Patcraft Infinite Wisdom color TBD @32.50 $3,607.50 980 sqft of Demo and Disposal @0.35 $343.00 4 man hours moving furniture @75.00 $300.00 a No Base d E TOTAL $4,250.50 Downstairs Hallways a 5,035 sqft of Patcraft Timbergrove Color TBD @4.88 $24,570.80 5,035 sqft of Demo and Disposal of carpet and VCT @0.35 $1,762.25 900 In ft of Burke 6" base color TBD @3.30 $2,970.00 TOTAL $29,303.05 i � cket Pg.235� FTO Office 24 Yards of Patcraft Infinite Wisdom color TBD @32.50 $780.00 180 sq ft of Demo and Disposal @0.35 $63.00 54 In ft of Burke 4" base color TBD @2.30 $124.20 TOTAL $967.20 w E GRAINY? TOTAL $98,012.20 Q Alternate o (Increase moisture tolerance by 8 lbs) 0 5,035 Forbo Moisture barrier limiter no guarantee @ 1.40 $77049.00 = 5,035 Forbo Moisture barrier limiter with Guarantee @7.00 $35,245.00 = L O _O U- Moisture Test - (all 1st floor Resilient surface sections) c 6 test to cover 1,000 sq ft per test @ 50.00 $300.00 _ Inclusions Lift system for cubicle walls, all tax and freight charges, Labor N Materials and adhesives, M w O Exclusions: Night work unless otherwise stated in bid. Sunday work, Baseboard, m Moving small items and debris, excessive floor prep, Complete teardown and w removal of furniture, E s U r Thank you, Charles Dickey a w Bid good for 30 days from date shown above E (Please sign, date and returns Authorization to Proceed: a P cket Pti.236. RFP F-16-05B Install Flooring at the Police Department ANNUAL PURCHASE ORDER The agreement shall be for a period of less than one (1) year, beginning on or about February 2016 through June 30, 2016. Actual option year pricing shall be negotiated with the successful Bidder(s) prior to exercising of any given option year. Option years shall become effective only upon issuance by the City of a duly authorized Purchase Order. d E CL 0)there any other additional or incidental costs that will be required by your firm ' o order to meet the requirements of the Proposal Specifications? Yes / No (circle one). If you answered "Yes", please provide detail of said additional costs: a M •L o 0 Please indicate any elements of the Proposal Specifications that cannot be met by 4- your firm. �J I A- r- O 0 N you included in your proposal all informational items and forms as requested? es / No (circle one). If you answered "No", please explain: N M w O M m This offer shall remain firm for 120 days from RFP close date. d I Terms and conditions as set forth in this RFP apply to this proposal. r Cash discount allowable % days; unless otherwise stated, payment a terms are: Net thirty (30) days. E In signing this proposal, Offeror(s) warrants that all certifications and documents a requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFP. Below, please indicate all Addenda to this RFP received by your firm, and the date said Addenda was/were received. 15 Packet P�.W237 RFP F-16-05B Install Flooring at the Police Department Verification of Addenda Received Addenda No: _� Received on: 12-Z—1 Addenda No: Received on: Addenda No: Received on: �t w FIRM NAME: 0 E ADDRESS: 1261 peg ek N-c- Su"Vc (oL a t d C_ A- 3 0 Phone: C)l - 3 35 - 6 -A 60 a Email: c �L O Fax: U`� 3 35 - `1 1 U- 0 c Authorized Signature: C Print Name: N Title: N y M w IF SUBMITTING A "NO PROPOSAL", PLEASE STATE REASON (S) BELOW: m c d E w I a r a� E a 16 Packet fig.238" 51 e� RFP F-I6-05B Install Flooring at the Police Department SUBCONTRACTOR'S LIST As required by California State Law, the General Contractor bidding will hereinafter state the subcontractor who will be the subcontractor on the job for each particular trade or subdivision of the work in an amount in excess of one-half of one percent of the General Contractor's total bid and will state the firm name and rinci al location p p of the mill, shop, or office of each. If a General Contractor fails to specify a , subcontractor, or if he specifies more than one subcontractor for the same portion of work to be performed under the contract in excess of one-half of one percent, he V_ agrees that he is fully qualified to perform that portion himself and that he shall a perform that portion himself. o a� 0 DIVISION OF NAME OF FIRM OR LOCATION = WORK OR CONTRACTOR CITY TRADE o 0 LL 4- O _ O r R N _ i N M {� r O Print Name Signature of Bidder m w _ Company Name: .l{i. C�jS-- )) i- ov j:lriL_ t �o Y Q Address: Qe��� - 5 - la2. . L VAW'CA a� E R REJECTION OF BIDS a The undersigned agrees that the City of San Bernardino reserves the right to reject any or all bids, and reserves the right to waive informalities in a bid or bids not affected by law, if to do seems to best serve the public interest. I 17 Packet F'g.239'; RFP F-16-05B C" Install Flooring at the Police Department NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO In accordance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of perjury: That he/she has not, either directly or indirectly, entered into any agreement, d participated in any collusion, or otherwise taken action in restraint of free competitive proposal in connection with RFP F-16-0513. a a, 0 W 0 Business Name �-Qke-3 UMD�-+. RWC� _ Business Address 13-5-11 Park C�1 - Suer\, to?- c 0 0 Signature of Offeror(s) X 4- 0 c Place of Residence N c day of Jct,YI , 201 6 Subscribed and sworn before me this N Notary Public in and for the County of r\ fimerd, rte , State of California. c M My commission expires , 2017. m w c d E J1=ANlE R. BOYD s Le COMM.#2004647 r NOTARY PUBLIC-CALIFORNIA Q SAN BERNARDINO COUNTY �Y Comm Expires Jan.17,2017 E V t4 r-+ r a Q 18 Packet Pgw 240 " MIKECUS-01 KKATZ CERTIFICATE OF LIABILITY INSURANCE DATE(MMDD/YYYY) 10126/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License#0757776 CONTACT NAME: Kimberly Katz Redlands,CA-HUB International Insurance Services Inc. PHONE 909 7 470 East Highland Ave A/c No Ext: ) 93-2373 P C Not.(909)5434222 Redlands,CA 92373 EMAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC p INSURERa:Financial Pacific Insurance Company 31453 c INSURED Q INSURER B: E Mike's Custom Flooring,Inc. INSURER C: P.O.Box 7605 INSURER D: Q Redlands,CA 92375 Q INSURER E: INSURER F: d COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 0 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 0- INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS C CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR C POLIC LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MM DDIYYYY MM DD<YYYY LIMITS z' A X COMMERCIAL GENERAL LIABILITY O EACH OCCURRENCE $ 1,000,00 O CLAIMS-MADE OCCUR 60453933 11/01/2015 11/01/2016 PREMISES Eaoccurence $ 100,000 MED EXP(Any one person) s 5,0001 O C PERSONAL&ADV INJURY $ 1,000,000 O GEN'LAGGREGATELtMITAPPLIESPER: GENERAL AGGREGATE $ 2,000,000 fC POLICY a PED LOC PRODUCTS-COMP/OPAGG $ 2,000,000 IX OTHER:Ded:1,000 $ U) AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Eaaccidentl $ 1,000,00 A X ANY AUTO 60453933 11/01/2015 11/01/2016 BODILYINJURY(Perperson) $ ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) S N NON-OWNED X HIRED AUTOS X AUTOS PROPERTY DAMAGE $ Per accident UMBRELLA LlA9 X $ M OCCUR EACH OCCURRENCE $ 4,000,000 O A X excess LIA9 CLAIMS-MADE 60453933 11/01/2015 11/01/2016 Cl) AGGREGATE g 4,000,000 DED RETENTION$ S WORKERS COMPENSATION PER 0TH- AND EMPLOYERS'LIABILITY YIN STATUTE ER +1 ANY PROPRIETORIPARTNERIEXECUTIVE r- OFFICERIMEMBER EXCLUDED? ❑ N/A E.L.EACH ACCIDENT $ G) (Mandatory In NH) E If yes un ,describe der E.L.DISEASE-EA EMPLOYE $ S DESCRIPTION pF OPERATIONS below E.L DISEASE-POLICY LIMIT $ V f0 Q r.: C DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached If more space is required) Re:Operations of the Named Insured. E .0 V to w r Q CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Mike's Custom Flooring THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN P.O.Box 7605 ACCORDANCE WITH THE POLICY PROVISIONS. Redlands,CA 92375-0000 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD Packet Pg.241 u CERTIFICATE OF LIABILITY INSUR 10/222/2015/2015 LANCE DATE(MMIDD THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER, IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGRATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certlflcate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER OnPoint Underwriting Inc. CONTACT NAME:Steven McComb 8390 E Crescent Pkwy Suite 200 PHONE(A(C,No Ext):(360)828-0644 FAX(A/C,NO):(360)828-0699 Greenwood Village,CO 80111 EMAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# O INSURER A: ACE American Insurance Company 22667 E INSURED INSURER B: !? Barrett Business Services,Inc.L/C/F INSURER C: O MIKE'S CUSTOM FLOORING,INC. INSURER D: i cOi 1351 PARK AVE INSUREtF: REDLANDS,CA 92373 INSURE O _ a COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, C ISSUES OR MAY PERTAIN.THOE INSURANCE AFFOR ED BY THE POLICIES S DESCR BED HEREIN RIS SUB ECTTTO ALL THE TERMS,EXCLUSIONS AND CIOND T CNS OF 0 SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. O INSR TYPE OF INSURANCE V- ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS y- LTR INSR WVD (MtA1DD/YYYY) (MMIDOfYYYY) O GENERAL LIABILITY EACH OCCURRENCE S _O COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES(Ea occurence) $ CLAIMS:MADE ❑OCCUR MED EXP(Any one person) Is +�+ N PERSONAL&ADVINJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ •• r POLICY PROJ LOC PRODUCTS- $ ECT N AUTOMOBILE LIABILITY 5 COMBINED SINGLE LIMIT ANY AUTO (Ee accident) $ M ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY(Per person) $ 4- O HIREDAU'fOS NONLOWNED AUTOS BODILY INJURY(Per accident) g M i PROPERTY DAMAGE $ $ m UMBRELLA LIAR OCCUR EACH OCCURRENCE "'' $ _ EXCESS "LIAR OCCUR AGGREGATE $ d DED RETENTION$ >: $ C A WORKERS COMPENSATION AND EMPLOYERS' YM RWC 1110i/15 11!01/2016 �/ WC STATU- 07H- LIABILITY C4853840A TORY UMITS ER ANY PROPRIETORJPARTNEW EXECUTIVE OFFiCERIMEMBER EXCLUDED? Y NIA E.L.EACH ACCIDENT $22pD,000 Q (Mandatory In NH)If yes,describe under Covered stares: .. CA E-L,DISEASE-EA EMPLOYEE 52000,001 DESCRIPTION OF OPERATIONS below E.L.DISEASE.POLICY LIMIT d 52 000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) E t U r a CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE Mike's Custom Flooring EXPIRATION DATA THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, PO Box 7605 AUTHORIZED REPRESENTATIVE Redlands CA 92375 Richard Poling c)1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD. Packet Pg. 242 AGENCY CUSTOMER ID: LOC;#: AC�® ADDITIONAL REMARKS SCHEDULE Paged of AGENCY NAMED INSURED Barrett Business Services, Inc. OnPoint Underwriting Inc... _ . ....__ .. _8100 NE Parkway,Suite200 - - - POLICY NUMBER Vancouver WA 98662 RWC C4853840A CARRIER NAIC CODE ACE American Insurance Company 22667 EFFECTIVE DATE: 11/01/15 Iz a� ADDITIONAL REMARKS 0 a� THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, v FORM NUMBER:25 FORM TITLE:Certificate of Liabillty(01/14) d CERTIFICATE HOLDER: Mike's Custom Flooring _ ADDRESS: PO Box 7605 Redlands CA 92375 L O Description of Operations: Re: Operations of the Named Insured 0 LL 4- O c 0 ca - f N c v N I M i O M m w C Q t f0 Q E u lC w Q ACORD 101 (2008101) c)1988-2010 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD. Packet Pg. 243 c as I_ CL a� 0 m 0 a c _ •L O O u- O State Cf California = C�, ,t'....CONTRACTORS STATE LICENSE HOARD O ACTIVE LICENSE 426696 Lr.� ,o. Env CORP _N MIKE'S CUSTOM FLOORING INC = N CwrA:siror+ru C 1 J M O v 42/29/2096 www.cslb.ca.gov .. m m E s U R r Q a+ _ d E t V f� r Q Packet Pg. 244 Form w`9 Request for Taxpayer Give Form to the (Rev.December 2014) requester.Do not Department of the Treasury Identification Number and Certification send to the IRS. Internal Revenue Service 1 Name(as shown on your inq}ome tax return).Name is required on this line;do not leave this line blank. N 2 Business name/disregarded entity name,if different from above m m m n 3 Check appropriate box for federal tax classification;check only o e of the following seven boxes: 4 Exemptions(codes apply only to C certain entities,not individuals;see M ❑Individual/sole proprietor or ❑ C Corporation S Corporation ❑ Partnership ❑Trust/estate instructions on page 3): m c single-member LLC �•� company. Exempt payee code(if any)Limited liability Enter the tax classification(C=C S=S cor oration,P= artnershi P)0- `p Note.For a single-member LLC that is disregarded,do not check LLC;check the appropriate box in the line above for Exemption from FATCA reporting i = the tax classification of the single-member owner. code(if any) d ❑Other(see instructions)► (Vpfies to accounts maintained outside the us.) 5 Address(number, treet,and apt.or suite no.) Requester's name and address(optional) i 2 `° a Q- 6 Ci ,state,and ZIP code p0 1 373 7 List account number(s)here(optional) O a Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid Social security number M backup withholding.For individuals,this is generally your social security number(page However,fora m O resident alien,sole proprietor,or disregarded entity,see the Part I instructions on page 3.For other — O entities,it is your employer identification number(EIN).If you do not have a number,see How to get a LL TIN on page 3. or a— Note.If the account is in more than one name,see the instructions for line 1 and the chart on page 4 for I Employer identification number guidelines on whose number to enter. O - l ' _16 Certification w Under penalties of perjury,I certify that: C 1. The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2. 1 am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3. 1 am a U.S.citizen or other U.S.person(defined below);and w 4.The FATCA codes entered on this form if an O ( ) ( y)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage m interest paid,acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally, payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the c instructions on page 3. O Sign Signature of V Here U.S.person I- Date► r W General Instructions •Form 1098(home mortgage interest),1098-E(student loan interest),1098-T Q (tuition) Section references are to the Internal Revenue Code unless otherwise noted. •Form 1099-C(canceled debt) C d Future developments.Information about developments affecting Form W-9(such o Form 1099-A(acquisition or abandonment of secured property) E as legislation enacted after we release it)is at www.irs.gov 1fw9. Use Form W-9 only if you are a U.S.person(including a resident alien),to V Purpose of Form provide your correct TIN. An individual or entity(Form W-9 requester)who is required to file an information If you do not return Form W-9 to the requester with a TIN,you might be subject Q return with the IRS must obtain your correct taxpayer identification number(TIN) to backup withholding.See What is backup withholding?on page 2. which may be your social security number(SSN),individual taxpayer identification By signing the filled-out form,you: number(ITIN),adoption taxpayer identification number(ATIN),or employer 1.Certify that the TIN you are giving is correct(or you are waiting for a number identification number(EIN),to report on an information return the amount paid to to be issued), you,or other amount reportable on an information return.Examples of information returns include,but are not limited to,the following: 2.Certify that you are not subject to backup withholding,or •Form 1099-INT(interest earned or paid) 3.Claim exemption from backup withholding if you are a U.S_exempt payee.If •Form 1099-DIV(dividends,including those from stocks or mutual funds) applicable,you are also certifying that as a U.S.person,your allocable share of any partnership income from a U.S,trade or business is not subject to the •Form 1099-MISO(various types of income,prizes,awards,or gross proceeds) withholding tax on foreign partners'share of effectively connected income,and •Form 1099-B(stock or mutual fund sales and certain other transactions by 4.Certify that FATCA code(s)entered on this form(if any)indicating that you are brokers) exempt from the FATCA reporting,is correct.See What is FATCA reporting?on •Form 1099-S(proceeds from real estate transactions) page 2 for further information. •Form 1099-K(merchant card and third party network transactions) Cat.No.10231X Form W-9(Rev.12-2014) Packet Pg. 245 S.Le RFP F-16-05A Install Flooring at the Police Department City of San Bernardino, Finance Department Purchasing Division RFP F-16-05A Install Flooring at the Police Department Bid Documents to Be Returned ❑ Executive Summary m ❑ Description of Proposed Program E ❑ Other Features o a� ❑ Company Background 0 CL ❑ Support Policy _ ❑ References o 0 ❑ Implementation Timeline 4- 0 c ❑ Project Scope Chart ° r ❑ One (1) signed original of Proposal cn _ ❑ Two (2) copies of Proposal in a SEALED (envelope separate from Pricing) N ❑ Pricing Form or Fee Schedule (SEALED envelope separate from proposal) (Vendor Form) M w 0 ❑ Authorized Binding Signature(s) m Proof of Insurance w c aD F] Addendum Received (City Form) 'v °rms E U F1 Non-Collusion Affidavit(City Form) 'v Form, a [1 Listing of Proposed Subcontractor(City Form) iv Forms ❑ "'Additional Requirements,VI General Specifcations#4 120 Day Minimum Proposal Validity Statement w Q Worker's Compensation Insurance Certificate Copy of Contractor License or other appropriate Licenses where applicable v'General Specifications#35 Offeror(s) are requested to submit this checklist completed with all bid documents This list may not be inclusive of all documents needed to submit your RFP. Please refer to entire packet for additional documents. 3 Packet Pg. 246 RFP F-16-05A Install Flooring at the Police Department City of San Bernardino TECHNICAL SPECIFICATIONS Install flooring both upstairs and downstairs at the Police Department NOTICE : "SPECIAL INSTRUCTIONS TO THE BIDDER" E Services: Bidder shall complete right-hand column indicating brief reasoning for exceptions to requirements when not acceptable. State "Acceptable" if .2 requirements are agreeable as set forth in left-hand column. o. E Equipment: a' L Bidder shall complete right-hand column indicating specific size and or make 0 and model of all components when not exactly as specified. State "As u- Specified"if item is exactly as set forth in the left-hand column. 0 c 0 FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID ca C CATEGORY I ACCEPTABLE/AS SPECIFIED r- a 1. SCOPE N Furnish, deliver and install flooring in multiple areas of � �' Cl) the Police Department. This includes raising desks to c access the carpet,removing existing carpet/tile, fixing the floor if needed, disposing of old material and installation m of new material c a� MATERIAL SPECIFICATIONS Pro ct: Solid Vinyl Tile Planks/ S I ` 2 r Manufa re:Metroflor (-ll�" Qt`" 1 3 Collection e:New en Plank Size: 6"x 48" I { E Type to Ins . iber' Elm 28902 Specif Bons: Wear Lay 20 mil G ge 0.118" 10 RFP F-16-05A �. Install Flooring at the Police Department Material specifications (continued) Cc.ep+- Installation: Glue Down using "Prevail Adhesive Recommendations" dictated by the moisture test done by the contractor. An adhesive Bond Test will also be completed as outlined in the manufacturer's installation instructions. Manufacturer: Patcraft ptC C Product: Modular Tile Squares Collection Name: Infinite Wisdom a Style: 10291 0 Color: Understanding 00550 v Construction : Multi-level Pattern Loop o0 Fiber Type: Eco Solution Q Nylon c Specifications: Gauge 1/12 = Tufted Yarn Weight: 17oz o Tile Size: 24"x 24" C Density: 6442 4- Pattern Repeat: None r_ Protective Treatments: SSP Shaw Soil Protection Primary Backing: Non-Woven Synthetic Secondary Backing: ExoWorx Tile Installation: Glue Down using Shaw adhesive in accordance with installation guidelines. N Manufacturer: Patcraft c ejol, Product: Broadloom Carpet c Collection Name: Homeroom v. 3.0 Style: 10351 m Color: Homecoming 00490 Fiber Type: Solution Q Extreme Nylon Specifications: Gauge 1/8 Tufted Yarn Weight: 22oz ;g Tufted Pile Height: 5/32" Q Density: 7615 d Protective Treatments: n/a E Primary Backing: Woven Synthetic Secondary Backing: Ultraloc Pattern a Installation: Glue Down using Shaw adhesive in accordance with installation guidelines. 11 Packet Pg:248 RFP F-16-05A Install Flooring at the Police Department 3. OTHER Bid will be broken down in three line items: r5 5 f-e-' :-Jl'� 1. Cost of flooring per room. 2. Cost of additional materials per room. (Glue, baseboard, etc.). 3. Cost of labor per room. Each room/area will have its bid separated from other areas. Vendor will state how they intend to move/raise existing office furniture to install flooring under said furniture. a This is not a prevailing wage job. o Vendor must have a valid Business License. Vendor to carry sufficient liability insurance as may be o°. required by the City of San Bernardino. c Bid to include all costs for material, installation, labor, freight and taxes to complete the project. o Bid to also include all applicable warranties for material ° and workmanship. w Vendor to provide a timeline for completion of the c project. ° All construction debris to be cleaned up and removed from the site upon completion of the project. c All work will be done after 5 pm and on weekends unless other arrangements are made at the discretion of the police department. Bid will include an additional 200 sq ft (100 pieces) of M Understanding 00550 Modular Tile squares and 100 sq ft o additional LVT Tile Planks. m 4. INSTALLATION Material to be installed in the following areas: 0-5 Downstairs t LVT a. Front Lobby(replacing existing carpet) a b. Watch Commanders office c c. Main hallways through the back doors to include E hallway past records and in the Atrium TILE SQUARES 00550 r a. Identification Bureau a b. Sergeants Office Upstairs TILE SQUARES 00550 a. Detective Bureau 12 Packet pg.249 RFP F-16-05A Install Flooring at the Police Department Installation (ContinueM : b. Personnel and Training BROADLOOM CARPET 00490 a. Main Training Room Installation will be done in compliance with the Manufacturers Installation guides. A moisture test will need to be completed to determine the moisture content of the concrete in order to determine the correct adhesive and the addition of an underlayment if needed. Bid should include such underlayment. If not needed it will o be deducted from the final payment for service. All current installed flooring material will be removed a and the floors prepared for the new installation. This = includes fixing any cracks, concrete separations and leveling the floor to an acceptable standard for such o installation. C Installer will need to raise/move current desks/cabinets 4- and install. ° Baseboards in all carpeted areas will consist of a 4" c� strip of carpet glued to the wall matching the carpet in that area. v ,%Now Baseboards in all areas where LVT is installed will be a gray vinyl/plastic product matching the existing baseboard in said areas. 5. DELIVERY M Bid to include all delivery/freight costs associated with �Grt c delivery of all project material to the Police Department. � m w as E r a w c d E r a 13 Packet Pg.250