Loading...
HomeMy WebLinkAbout30- Purchashing CITY OF SAN BERK RDINO - REQUEST U )R COUNCIL ACTION From- Dean R. Meech, Purchasing Agent Subject: Removal of Five (5) Underground Storage Tanks and Installation of One Above Dept: Purchasing Ground Tank Date: March 11, 1993 F-93-10 Synopsis of Previous Council action: Council Adenda #9, August 17, 1992 Notions Notion: That the report entitled: "City of San Bernardino, Upgrading of Underground Storage Tanks" be received and filed. Notion: That the Purchasing Agent be authorized to enter into a negotiated purchase to remove the underground storage tanks at Fire Stations 8, 10 and the Fire Shop, in accordance with Municipal Code 3.04.070 I. Motion: That once the negotiated purchase is accomplished that a contract be approved by the Mayor and Common Council to ensure that the contracted company has insurance naming the City as an additional insured. Recommended motion: Adopt Resolution Dean R. Meech Signature Contact person: bean R. Meech, Purchasing Agent Phone: 384-5085 Supporting data attached: Yes Ward: N/A FUNDING REQUIREMENTS: Amount: $29,770.00 Source: (Acct. No.) 001-201-53173 Acct. Description) Underground Storage Tank Removal e Finance: Council Notes: 75-0262 Agenda Item No. CITY OF SAN BERN. IDINO - REQUEST F- R COUNCIL ACTION STAFF REPORT F-93-10 The proposed purchase is for removal of five (5) each, underground storage tanks and installation of one (1) above ground tank to be utilized in daily operations by the Fire Department. The Council motion of 8-17-92 authorizing Risk Management's request that the Purchasing Agent enter into negotiated purchase to remove the underground storage tanks proved to be unworkable without special knowledge by the City of this type of environmental activity and State controls. The Purchase Agent requested a civil engineer well versed in this type of business to prepare specifications for formal bidding. The specific bid specifications eliminated many problems involved in not knowing how to remove underground storage tanks in accordance with existing environmental laws. $40, 000 was provided from the General Fund to remove the five tanks. $1000 was used to develop the specifications. $39, 000 remains for the task of removal of the tanks. The successful bidder is within the monies provided. Appropriate specifications were prepared, published and furnished to area suppliers. Bids were publicly opened and declared on February 23 , 1993 . Seventy-six (76) vendors providing this service were solicited. Eighteen (18) vendors responded, five (5) vendors with no bid, twelve (12) vendors with responsive bids and one vendor with a non- responsive bid. The non-responsive bid failed to include specific specification information requested. The following is a summary of the bids received. Company Total Bid (Including Tax) Disposal Control Service No Bid Boen's No Bid Spencer & Jones No Bid Tanknology No Bid Arizona Instrument No Bid Moine Brothers $34,500. 00 Resna Industries $29,983 . 50 *Spectrum Engineering $29,770.00 Environmental Investigation $31, 101. 00 Charles E Thomas Company $45, 649. 00 Bill's Service Station Mntnc $37, 627.50 Environmental Engineering $38, 344.00 Deep Incorp. $98,360.00 Rust Environment $52,878.83 75-0264 STAFF REPORT: F-93-10 Underground Storage Tank Removal March 11, 1993 Page 2 Wegener Construction (Non-responsive bidder) $29,746. 00 D & S Construction $46, 582 .28 The Reynolds Group $64 , 999. 00 Tectra Tec Inc $46,241. 00 The recommended vendor meets all the liability requirements in the general and technical specifications (see attached) . Specifications as bid have been reviewed with the Underground Storage Tank Committee who concurs that the bid of Spectrum Engineering meets specifications and requirements. It is therefore recommended that the bid be accepted for contract. The funding is in the 1992/93 budget. Account Number: 001-201-53173 Total Amount: $29,770.00 t Dean R. Meech, Purchasing Agent 1 RESOLUTION NO. 2 RESOLUTION OF THE CITY OF SAN BERNARDINO AUTHORIZING THE 3 EXECUTION OF AN AGREEMENT WITH SPECKTRUM ENGINEERING FOR THE REMOVAL OF FIVE ( 5 ) UNDERGROUND STORAGE TANKS AND THE INSTALLATION 4 OF ONE ( 1 ) ABOVE-GROUND TANK TO BE UTILIZED BY THE FIRE 5 DEPARTMENT, IN ACCORDANCE WITH BID SPECIFICATION F-93-10. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY 6 OF SAN BERNARDINO AS FOLLOWS: 7 SECTION 1. The Mayor is hereby authorized and directed to 8 execute on behalf of said City an Agreement with Specktrum 9 Engineering for the removal of five ( 5) underground storage tanks 10 and the installation of one ( 1 ) above-ground tank to be utilized 11 by the Fire Department, in accordance with bid specification F-93- 12 10, a copy of which is attached hereto and incorporated herein, 13 marked Exhibit "A. " 14 SECTION 2. The authorization to execute the above- 15 referenced agreement is rescinded if the parties to the agreement 16 fail to execute it within sixty (60) days of the passage of this 17 resolution. 18 19 20 21 22 23 24 25 26 27 28 1 RESOLUTION. . .AUTHORIZING THE EXECUTION OF AN AGREEMENT WITH SPECKTRUM ENGINEERING FOR THE REMOVAL OF FIVE ( 5 ) UNDERGROUND 2 STORAGE TANKS AND THE INSTALLATION OF ONE ( 1 ) ABOVE-GROUND TANK TO BE UTILIZED BY THE FIRE DEPARTMENT, IN ACCORDANCE WITH BID 3 SPECIFICATION F-93-10. 4 I HEREBY CERTIFY that the foregoing resolution was duly 5 adopted by the Mayor and Common Council of the City of 6 San Bernardino at a meeting thereof, held on the 7 day of , 1993, by the following vote, to wit: 8 Council Members: AYES NAYS ABSTAIN ABSENT 9 ESTRADA 10 REILLY 11 HERNANDEZ 12 MAUDSLEY 13 MINOR 14 POPE-LUDLAM 15 MILLER 16 17 City Clerk 18 The foregoing resolution is hereby approved this day of 1993. 19 20 W. R. Holcomb, Mayor 21 City of San Bernardino 22 Approved as to form and legal content: 23 JAMES F. PENMAN, 24 City Attorney 25 By. . . G� 26 27 28 2 1 AGREEMENT 2 This AGREEMENT is made and entered into by and between the 3 CITY OF SAN BERNARDINO, a municipal corporation, hereinafter 4 called "CITY, " and Specktrum Engineering, hereinafter called 5 "SPECKTRUM. " 6 WHEREAS, CITY desires the removal of five ( 5) underground 7 storage tanks and the installation of one ( 1 ) above-ground storage 8 tank; and, 9 WHEREAS, CITY has developed Specifications Number F-93-10 10 for the removal and installation of said storage tanks; and, 11 WHEREAS, SPECKTRUM has submitted an acceptable bid on said 12 removal and installation of storage tanks; 13 NOW THEREFORE, for good and valuable consideration, the 14 receipt of which is hereby acknowledged, the parties hereto agree 15 as follows: 16 1. SPECKTRUM shall complete in good and workmanlike manner 17 the removal of five ( 5) underground storage tanks and the 18 installation of one (1 ) above-ground storage tank in strict 19 conformance with the provisions of Specification Number F-93-10, 20 including SPECKTRUM' s Proposal and Statement, a copy of which is 21 attached hereto and by this reference incorporated herein as 22 Exhibit "1. " 23 2. CITY shall pay to SPECKTRUM the total sum of $29,770.00 24 in the manner specified in Specification Number F-93-10. 25 3. SPECKTRUM agrees to indemnify, defend and save harmless 26 THE CITY, its agents, officers and employees from and against any 27 and all liability, expense, including defense costs and legal fees 28 and claims for damages of any nature whatsoever, including, but 1 1 not limited to, bodily injury, death, personal injury or property 2 damage arising from or connected with SPECKTRUM's operations, or 3 its services hereunder, including any workers ' compensation suit, 4 liability or expense, arising from or connected with the services 5 performed by or on behalf of SPECKTRUM by any person pursuant to 6 this AGREEMENT. 7 4. . In addition to insurance required pursuant to 8 Specification Number F-93-10, SPECKTRUM agrees to provide to CITY 9 evidence of workers' compensation insurance with statutory limits. 10 Failure on the part of SPECKTRUM to maintain required insurance 11 shall constitute a material breach of this AGREEMENT upon which 12 CITY may immediately terminate this Agreement. 13 5. SPECKTRUM agrees not to discriminate, nor allow any 14 subcontractor to discriminate against any employee on the basis of 15 race, color, creed, religion, national origin, ancestry, sex, 16 sexual orientation, marital status, physical disability, or any 17 other classification protected by law. 18 6. In the event that any provision herein contained is held 19 to be invalid, void or illegal by any court of competent 20 jurisdiction, the same shall be deemed severable from the 21 remainder of this Agreement and shall in no way effect, impair or 22 invalidate any other provision contained herein. If any such 23 provision shall be deemed invalid due to its scope or breadth, 24 such provision shall be deemed valid to the extent of the scope or 25 breadth permitted by law. 26 7. This Agreement shall not be amended or extended except 27 by written agreement approved by the Mayor and Common Council of 28 CITY and executed with the same degree of formality as this 2 1 Agreement. 2 8. No breach of any provision hereof can be waived unless 3 in writing. Waiver of any one breach of any provision shall not 4 be deemed to be a waiver of any other breach of the same or any 5 other provision hereof. 6 9. This Agreement shall be governed by and interpreted in 7 accordance with the laws of the State of California. 8 IN WITNESS WHEREOF, the parties have executed this Agreement 9 on the day of 1993. 10 11 SPECKTRUM ENGINEERING CITY OF SAN BERNARDINO 12 By: 13 W. R. Holcomb, Mayor 14 Approved as to form ATTEST: 15 and legal content: 16 JAMES F. PENMAN, City Attorney Rachel Clark, City Clerk 17 BY: 18 19 20 21 22 23 24 25 26 27 28 3 ��R!JAkU.�O w' p 0 C I T Y O F ,;- .�oG .� 5an bernardino ' P U R C H A S I N G k S T O R E S D I V I S I O N D E A N R M E E C H P U R C H A S I N G A G E N T NOTICE INVITING BIDS SPECIFICATION NUMBER F-93-10 Notice is hereby given that the City of San Bernardino will receive bids for: The furnishing and delivering of UNDERGMUND STORAGE TANK REMOVAL & INSTALLATION in accordance with Specification No. F-93-10 , on file in the office of the Purchasing Agent, 250 West Cluster Street, San Bernardino, California 92408. Deliver all bids to the office of the Purchasing Agent by 10:00 a.m., Tuesday, February 23, 1993 where at said place and time said bids will be publicly opened, examined and declared. Obtain all information relative to specification requirements, purchasing procedures, and information relating to bonds from the office of the Purchasing Agent. DEALT R. MEECH Purchasing Agent Dated: January 20, 1993 Notice to advertise,Spec.No. F-93-10 The issue shall appear on or before January 25, 1993 By Debbie Virochpoka Date January 20, 1993 PRIDE f4 !>� PR 2 5 0 W E S T C L U S T E R S T R E E T S A N 8 E R N A R O IN 0 PROGRESS C A L I F O R N I A 9 2 4 0 8 7 1 4 / 3 t 4 - 5 0 8 5 MANDAIUKY J 0 B W A L K S C H E D U L E BID SPEC: F-93-10 DESCRIPTION OF JOB: UNDERGROUND STORAGE TANK REMOVAL & INSTALLATION DATE: February 9, 1993 TIME: 9:00 A.M. LOCATION OF JOB WALK: Fire Station #10, 502 S. Arrowhead Ave, San Bernardino THE FOLLOWING INDIVIDUALS WILL ATTEND THE JOB WALK Dean R. Meech, Purchasing Agent PURCHASING (714) 383-5085 NAME OF INDIVIDUAL DEPARTMENT NAME PHONE NUMBER Tom Marek, Safety Officer Risk Management 384-5473 NAME OF INDIVIDUAL DEPARTMENT NAME PHONE NUMBER Gary Zikratch, Bat. Chief Fire Department 384-5286 NAME OF INDIVIDUAL DEPARTMENT NAME PHONE NUMBER VENDORS NOTE: ALL VENDORS WHO INTEND TO BID ON THIS PROJECT MUST ATTEND THE JOB WALK SCHEDULE LISTED ABOVE BIDS THAT DO NOT COMPLY WITH THIS REQUIREMENT WILL BE REJECTED WITHOUT CONSIDERATION FROM THE PURCHASING DEPARTMENT Sp( ation No. F-93-10 FURNISHING AND DELIVERING OF UNDERGROUND TANK REMOVAL & INSTALLATION FOR THE CITY OF SAN BERNARDINO, CALIFORNIA NOTICE TO BIDDERS It is not the intent to rule out or eliminate any prospective bidder or manufacturer. If the product you intend to bid does not comply with the specifications as written, you are instructed to attach to your bid proposal a complete itemization and explanation. The City of San Bernardino may, at its own discretion, consider or deny any deviation and purchase the equipment which best suits its intended usage. The bidder shall not purposely bid equipment of a lesser quality, which requires deviation from the specifications, if the bidder can furnish equipment which will comply with the minimum specifications. It is the intent of these specifications to cover the furnishing and delivering to the City of San Bernardino complete equipment ready for use and fully equipped as hereinafter mentioned,with a view to obtaining the best results and the most acceptable equipment for service to the City of San Bernardino. These specifications cover general requirements as to the type of construction to which the items must conform, together with certain details as to finish,equipment and appliances with which the successful bidder must conform. Minor details of construction and materials,where not otherwise specified, are left to the discretion of the manufacturer, who shall be solely responsible for the design and construction of all features. The equipment shall be the latest type to suit the nature of the service which the equipment must perform if accepted. GENERAL SPECIFICATIONS 1. Each bid shall be in accordance with Specification No. F-93-10 All specifications are minimum.Bidders are expected to meet or exceed these specifications as written,bidder shall attach to bid proposal a complete detailed itemization and explanation for each and every deviation or variation from these specifications. Conditional bids, or those which take exception to the specifications,may be considered nonresponsive and may be rejected. 2. The City of San Bernardino reserves the right to accept or reject any and all bids and to award a contract to the bidder who best meets City requirements. This may include waiver of mirror irregularities or discrepancies, or nonconformity to specifications in appropriate circumstances. Purchase shall be on a best buy basis after due consideration of all relevant factors, including, but not limited to, workmanship, accessibility of parts and service, known evidence of manufacturer's responsibility and record, durability and known operational record of product, price of product and suitability and conformity to City needs and requirements. 3. The City of San Bernardino reserves the right to purchase more or less than the quantities speed, at unit prices bid. 4. Bids shall be firm offers,subject to acceptance or rejection within 60 days of the opening thereof. S. No bidder shall be acceptable who is not a reputable manufacturer or dealer of such items as submitted for bid consideration. 6. All materials, workmanship and finish entering into the construction of the equipment must be of the best of these respective kinds and must conform to the character of the equipment and the service for which it is intended to be used and shall be produced by use of current manufacturing processes. "Seconds", factory rejects and substandard goods are not acceptable. 7. Each bidder shall submit with his bid a copy of his proposed product specifications, complete detailed drawings, and other descriptive matter in sufficient detail to clearly describe the equipment,materials and parts offered. 8. Manufacturer and/or contractor shall defend any and all suits and assume all liability for any and all claims made against the City of San Bernardino, or any of its officials or agents for the use of any patented process, device or article forming a part of equipment or any item furnished under the contract. Sp--4fication No. F-93-10 9. Each bidder shall state in his bid proposal the guaranteed date of delivery 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. Successful bidder .(contractor) shall prosecute the work continuously and diligently and shall deliver the bid items at the earliest possible date following the award of the contract. 10. Each bidder shall list in his bid proposal all factory-manufacturer's and/or dealer's warranty and guarantee coverage and shall submit such written documents evidencing the same attached to the bid proposal. 11. Successful bidder shall furnish and deliver to the City of San Bernardino complete equipment as bid and awarded,ready for installation and fully equipped as detailed in these specifications. 12. Price shall be quoted F.O.B. San Bernardino (all transportation charges fully prepaid), and shall include all discounts. Bid shall include California sales tax computed at the rate of 7.75% 13. City shall make payment by cash within thirty (30) days after complete delivery and acceptance of the specified items by the City of San Bernardino and receipt of bidder's priced invoice. 14. All "standard equipment" is included in any bid. Bidders furnishing proposals under these specifications shall supply all items advertised as "standard" equipment even if such items are not stipulated in the specifications, unless otherwise clearly excepted in bids. 15. The items which the bidder proposes to furnish to the City of San Bernardino must comply in all respects with the appropriate safety regulations of all regulatory commissions of the Federal Government and the State of California,whether such safety features and/or items of equipment have been specifically outlined in these specifications or not. 16. Successful bidder delivering equipment pursuant to these specifications shall guarantee that equipment meets specifica- tions as set forth herein. If it is found that equipment delivered does not meet requirements of these specifications the successful bidder shall be required to correct the same at his own expense. 17. By submitting a bid,each bidder agrees that in the event complete delivery is not made within the time or times set forth pursuant to this specification, damage will be sustained by the City, and that it is and will be impractical and extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by reason of such delay. Therefore, it is agreed the successful bidder shall pay to the City as fixed and liquidated damages,and not as a penalty, a dollar sum in the amount of S 250.00 dollars per unit per calendar day for each and every calendar day's delay in making delivery in excess of the time or times specified.Any bidder believing liquidated damages should be in a lesser amount may so specify as an alternative bid, which the City may accept or reject.Any damages so incurred may be deducted by the City from the purchase price at time of payment. In the event the successful bidder fails to make complete delivery of items as specified, bid and awarded,within ten calendar days of the specified contract delivery date,the City shall have the right to terminate the contract without being liable to the contractor and acquire said bid items as the City deems appropriate.Time is of the essence. 18. In case the delivery of the items under this contract is delayed due to strikes, injunctions, government controls, or by reason of any cause or circumstance beyond the control of the contractor, the time for delivery may be extended(in City's sole discretion) by a number of days to be determined in each instance by mutual written agreement between the successful bidder and the purchasing agent of the City of San Bernardino,California.City shall not unreasonably refuse such extension. 19. Each bid will be submitted and received with the understanding that the acceptance by the City of San Bernardino of the bid to furnish and deliver specified items described herein shall constitute a contract between the successful bidder and the City which shall bind the successful bidder on his part to furnish and deliver at the prices(bid)given and in accordance with provisions of Specification No. F-93-10 20. Prohibited Interest. No member, officer, or employee of the City or of any agency of 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 contractual, noncontractual, financial or otherwise, in this transaction, or in the business of the contracting party other than the City, and that if any such 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 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 Code of the State of California. 21. These specifications, the notice inviting bids, the contractor's bid proposal, the written agreement executed by the parties, all documents referred to in the complete specifications and all 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 SF ication No. F-93-10 called for in all. Anything necessary to complete the work properly shall be performed by the contractor,whether specifically set out in the contract or not. All sections of the specifications shall be read and interpreted as constituting a whole and not as an aggregation of individual parts, and whatever is specified in one section shall be construed as applying to all sections. 22. The City of San Bernardino reserves the right to accept or reject any and all bids. 23. Each bidder may stipulate in his bid proposal a percentage prompt payment discount to be taken by the City in the event City makes payment to contractor within ten(10) working days of receipt of material and approval of invoice. For the purpose of this provision,payment is deemed to be made on the date of mailing of the City check. 24. Refer all inquiries regarding this bid to Dean R. Meech, Purchasing Agent (714) 384-5085. 25. No bid will be acceptable unless it is made on the proposal form furnished by the City herein. Deliver all bids, signed and sealed, to the office of the Purchasing Agent, 250 West Cluster Street, San Bernardino, California 92408 with the specification title and number clearly marked on the outside of the envelope. All bids must be received in the office of the Purchasing Agent by 10:00 a.m. 'Tuesday, February 23, 1993 where at said place and time said bids will be publicly opened, examined and declared. Any bid may be withdrawn prior to the above scheduled time for the opening of bids.Any bid received after the time and date specified shall not be considered. 26. The City of San Bernardino reserves the right at its own discretion to award separate contracts for each category or award one contract for furnishing and delivering of all equipment in all categories. 27. Successful bidder shall be required to furnish,one(1)Operators Manual,one(1)Parts Manual for equipment bid. 28. In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (U.S.C. Sec. 15) or under the Cartwright Act(Chapter 2,commencing with Section 16700,of Part 2 of Division 7 of the Business and Professions Code),arising from purchases of goods,materials,or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. 29. Bid Bond. No bid will be accepted unless it is made on a proposal form furnished by the City. All bids or proposals shall be signed, sealed and accompanied by a cashier's check, cash, certified check or bid bond made payable to the City of San Bernardino in the amount of at least ten percent (10)of the total bid.Such security shall be applied to or be remitted to the City of San Bernardino, as liquidated damages, should the bidder to whom the contract is awarded fail to enter into the contract. All bonds furnished pursuant to this notice must be underwritten by a surety company,having a rating in Best's most recent insurance guide of"A"or better. 30. Faithful Performance Bond. The successful bidder will be required to furnish a cashier's check,cash,certified check or faithful performance bond made payable to the City of San Bernardino in the amount of 100% of the total bid to insure the contractor's faithful performance of the contract. Said surety shall be subject to the approval of the City of San Bernardino, bonds shall be in accordance with Ordinance No.821,Section 2400,and the corporation isssuing said bond shall have a rating in Best's most recent insurance guide of"A"or better. 31. $1,000,000.00 liability combined single limit and 30 days notice of cancellation. GENERAL AND TECHNICAL SPECIFICATIONS SPECIFICATION NO. F-93-10 PROVISION OF PROFESSIONAL SERVICES UNDERGROUND STORAGE TANK REMOVAL & INSTALLATION FOR THE CITY OF SAN BERNARDINO, CALIFORNIA NOTICE TO BIDDERS IT IS NOT THE INTENT OF CITY TO RULE OUT OR ELIMINATE ANY PROSPECTIVE BIDDER OR PROVIDER OF SERVICES. IF THE SERVICE YOU INTEND TO BID DOES NOT COMPLY WITH THE SPECIFICATIONS AS WRITTEN, YOU ARE INSTRUCTED TO ATTACH TO YOUR BID PROPOSAL A COMPLETE ITEMIZATION AND EXPLANATION. THE CITY OF SAN BERNARDINO MAY, AT ITS OWN DISCRETION, CONSIDER OR DENY ANY DEVIATION AND ACCEPT THE OFFER WHICH BEST SUITS ITS INTENDED USAGE. IT IS THE INTENT OF THESE SPECIFICATIONS TO COVER THE PROVISION TO THE CITY OF SAN BERNARDINO OF COMPLETE SERVICES AS HEREINAFTER MENTIONED WITH A VIEW TO OBTAINING THE BEST RESULTS AND THE MOST ACCEPTABLE SER- VICE. THESE SPECIFICATIONS COVER GENERAL REQUIREMENTS AS TO THE TYPE OF SERVICES, TOGETHER WITH CERTAIN TECHNICAL DETAILS WITH WHICH THE SUCCESS- FUL BIDDER MUST CONFORM, AND SPECIFICATION NO. F-93-10 INCLUDES BOTH THE GENERAL AND TECHNICAL SPECIFICATIONS SET FORTH. -1- Svc R1 8-10-89 'PECIFICATION NO. F-93-10 GENERAL SPECIFICATIONS 1. MINIMUM REQUIREMENTS EACH BID SHALL BE IN ACCORDANCE WITH SPECIFICATION NO. F-93-10 ALL SPECIFICATIONS ARE MINIMUM. BIDDERS ARE EXPECTED TO MEET OR EXCEED THESE SPECIFICATIONS AS WRITTEN, AND BIDDER SHALL ATTACH TO BID PROPOSAL A COMPLETE DETAILED ITEMIZATION AND EXPLANATION OF SERVICES OFFERED, INCLUDING EACH AND EVERY DEVIATION OR VARIATION FROM THESE SPECIFICATIONS. CONDITIONAL BIDS, OR THOSE WHICH TAKE EXCEPTION TO THE SPECIFICATIONS, MAY BE CONSIDERED NONRESPONSIVE AND MAY BE REJECTED. 2. ACCEPTANCE OF BIDS THE CITY OF SAN BERNARDINO RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS AND TO AWARD A CONTRACT TO THE BIDDER WHO BEST MEETS CITY REQUIREMENTS. THIS MAY INCLUDE WAIVER OF MINOR IRREGULARITIES OR DISCREPANCIES OR NONCONFORMITY TO SPECIFICATIONS IN APPROPRIATE CIRCUMSTANCES. ACCEPTANCE SHALL BE ON A BEST BUY BASIS AFTER DUE CONSIDERATION OF ALL RELEVANT FACTORS. 3. QUANTITY DEVIATION THE CITY OF SAN BERNARDINO RESERVES THE RIGHT TO DEVIATE AS TO QUANTITY OF SERVICES SPECIFIED. SHOULD CHANGES AFFECT THE COST OF, OR THE TIME REQUIRED FOR PERFORMANCE OF THE SERVICES, AND EQUITABLE ADJUSTMENT IN THE PRICE OR DELIVERY OR BOTH SHALL BE MADE. 4. FIRM OFFER BIDS SHALL BE FIRM OFFERS, SUBJECT OT ACCEPTANCE OR REJECTION WITHIN sixty ( 60 ) DAYS OF THE OPENING THEREOF. 5. REPUTABLE BIDDERS NO BIDDER SHALL BE ACCEPTABLE WHO IS NOT A REPUTABLE PROVIDER OF SERVICES AS SUBMITTED FOR BID CONSIDERATION. 6. INSPECTION AND ACCEPTANCE OF SERVICES THE SERVICES FURNISHED SHALL BE EXACTLY AS SPECIFIED IN THESE SPECIFICATIONS, FREE FROM ALL DEFECTS IN BIDDER"S PERFORMANCE, AND EXCEPT AS OTHERWISE PROVIDED IN THESE SPECIFICATIONS, SHALL BE SUBJECT TO INSPECTION AND TEST BY THE CITY AT ALL TIMES AND PLACES. IF, PRIOR TO FINAL ACCEPTANCE, ANY SERVICES ARE FOUND TO BE INCOMPLETE OR NOT AS SPECIFIED, THE CITY MAY REJECT THEM, REQUIRE BIDDER TO CORRECT THEM WITHOUT CHARGE, OR REQUIRE DELIVERY OF SERVICES AT A REDUCTION IN PRICE WHICH IS EQUITABLE UNDER THE CIRCUMSTANCES. IF THE BIDDER IS UNABLE OR REFUSES TO CORRECT SUCH ITEMS WITHIN A TIME DEEMED REASONABLE BY THE CITY, THE CITY MAY UNILATERALLY TERMINATE THE AGREEMENT WITH THE SUCCESSFUL BIDDER IN WHOLE OR IN PART. IN SUCH A -2- Svc R1 1-10-91 SPECIFICATION NO. F-93- CASE, BIDDER SHALL REIMBURSE CITY FOR ALL TRANSPORTATION COSTS, OTHER RELATED COSTS INCURRED, OR PAYMENTS TO BUYER IN ACCORDANCE WITH THE TERMS OF THESE SPECIFICATIONS FOR UNACCEPTED SERVICES. NOTWITHSTANDING FINAL ACCEPTANCE AND PAYMENT, BIDDER SHALL BE LIABLE FOR LATENT DEFECTS OR FRAUD. 7. PATENTED PROCESS BIDDER SHALL DEFEND ANY AND ALL SUITS AND ASSUME ALL LIABILITY FOR ANY AND ALL CLAIMS MADE AGAINST THE CITY OF SAN BERNARDINO, OR ANY OF ITS OFFICIALS OR AGENTS FOR THE USE OF ANY PATENTED PROCESS, DEVICE OR ART- ICLE CONNECTED WITH THE SERVICES TO BE FURNISHED. 8. SERVICE PROVISION DATE - TIME OF ESSENCE EACH BIDDER SHALL STATE IN HIS OR HER BID PROPOSAL THE GUARANTEED DATE OF PROVISION OF SERVICES IN NUMBER OF CALENDAR DAYS FROM THE DATE OF ENTRY INTO AGREEMENT WITH CITY. TIME IS OF THE ESSENCE IN PERFORMANCE OF SPECIFIED SERVICES. 9. PAYMENT CITY SHALL MAKE PAYMENT BY CHECK WITHIN THIRTY (30) DAYS AFTER COMPLETION OF DELIVERY OF THE SERVICES AND RECEIPT OF BIDDER'S PRICE INVOICE. 10. SAFETY REGULATIONS ANY ITEMS AND ALL WORK WHICH THE BIDDER PROPOSES TO FURNISH TO THE CITY OF SAN BERNARDINO MUST COMPLY IN ALL RESPECTS WITH ALL APPLICABLE SAFETY REGULATIONS OF ALL REGULATORY COMMISSIONS OF THE FEDERAL GOVERNMENT AND THE STATE OF CALIFORNIA. 11. LIABILITY FOR MATERIALS FURNISHED BY CITY BIDDER ASSUMES COMPLETE LIABILITY FOR ANY MATERIALS FURNISHED BY CITY TO BIDDER IN CONNECTION WITH ANY RESULTANT ORDER AND BIDDER AGREES TO PAY FOR ALL SUCH MATERIAL DAMAGED BY IT OR NOT OTHERWISE ACCOUNTED FOR TO CITY'S SATISFACTION. 12. INDEPENDENT CONTRACTOR RELATIONSHIP OF THE BIDDER TO THE CITY SHALL BE THAT OF AN INDEPENDENT CONTRACTOR. 13. INDEMNIFICATION AND CLEAN-UP IF BIDDER'S WORK UNDER THIS BID INVOLVES PERFORMANCE BY BIDDER AT CITY'S SITES OR FACILITIES, THE FOLLOWING PROVISIONS SHALL APPLY: A. LIENS. BIDDER AGREES TO: (1) INDEMNIFY AND HOLD HARMLESS CITY FROM ALL CLAIMS, DEMANDS, -3- Svc R1 8-10-89 SPECIFICATION NO. F-93-10 _ CAUSES OF ACTION OR SUITS, OF WHATEVER NATURE, ARISING OUT OF THE SERVICES FURNISHED BY BIDDER OR HIS OR HER SUBCONTRACTORS UNDER THIS ORDER, AND FROM ALL LABORERS' , MATERIAL PROVIDERS' AND MECHANICS' LIENS UPON THE REAL PROPERTY UPON WHICH THE WORK IS LOCATED OR ANY OTHER PROPERTY OF THE CITY. (2) PROMPTLY NOTIFY CITY, IN WRITING, OF ANY SUCH CLAIMS, DE- MANDS, CAUSES OF ACTION, OR SUITS BROUGHT TO HIS OR HER ATTENT- ION. BIDDER SHALL FORWARD WITH SUCH NOTIFICATION COPIES OF ALL PERTINENT PAPERS RECEIVED BY BIDDER WITH RESPECT TO THE SAME AND, AT THE REQUEST OF CITY, SHALL DO ALL THINGS AND EXECUTE AND DELIVER ALL APPROPRIATE DOCUMENTS AND ASSIGNMENTS IN FAVOR OF CITY OF ALL BIDDER'S RIGHTS AND CLAIMS GROWING OUT OF SUCH ASSERTED CLAIMS AS WILL ENABLE CITY TO PROTECT ITS INTEREST. B. CLEANING UP BIDDER SHALL AT ALL TIMES KEEP CITY'S PREMISES WHERE THE WORK IS PERFORM- ED AND ADJOINING PREMISES FREE FROM ACCUMULATIONS OF WASTE MATERIAL OR RUBBISH CAUSED BY HIS OR HER EMPLOYEES OR SUBCONTRACTORS, AND AT THE COMPLETION OF THE WORK, SHALL LEAVE THE WORK "BROOM CLEAN" OR AS MORE EXACTLY SPECIFIED. 14. PERMITS AND LICENSES BIDDER AGREES TO PROCURE ALL NECESSARY PERMITS OR LICENSES AND ABIDE BY ALL APPLICABLE LAWS, REGULATIONS, AND ORDINANCES OF THE UNITED STATES AND OF THE STATE, COUNTY AND CITY IN WHICH THE WORK UNDER THIS ORDER IS PERFORMED. BIDDER SHALL BE LIABLE FOR ALL DAMAGES AND SHALL INDEMNIFY AND SAVE CITY HARMLESS FROM AND AGAINST ALL DAMAGES AND LIABILITY WHICH MAY ARISE OUT OF THE FAILURE OF THE BIDDER TO SECURE AND PAY FOR ANY SUCH LICENSES OR PERMITS OR TO COMPLY FULLY WITH ANY AND ALL APPLICABLE LAWS, ORDINANCES, AND REGULATIONS. 15. DAMAGES BY SUBMITTING A BID, EACH BIDDER AGREES THAT IN THE EVENT SERVICES ARE NOT FULLY RENDERED WITHIN THE TIME OR TIMES SET FORTH PURSUANT TO THIS SPECIFICATION, DAMAGE WILL BE SUSTAINED BY THE CITY, AND THAT IT IS AND WILL BE IMPRACTICAL AND EXTREMELY DIFFICULT TO ASCERTAIN AND DETER- MINE THE ACTUAL DAMAGE WHICH THE CITY WILL SUSTAIN IN THE EVENT OF AND BY REASON OF SUCH DELAY. THEREFORE, IT IS AGREED THE SUCCESSFUL BIDDER SHALL PAY TO THE CITY AS FIXED AND LIQUIDATED DAMAGES, AND NOT AS A PENALTY, A DOLLAR SUM IN THE AMOUNT OF $ 250.00 DOLLARS PER CALENDAR DAY FOR EACH AND EVERY CALENDAR DAY'S DELAY IN RENDERING SERVICES IN EXCESS OF THE TIME OR TIMES SPECIFIED. ANY BIDDER BELIEVING LIQUIDATED DAMAGES SHOULD BE IN A LESSER AMOUNT MAY SO SPECIFY AS AN ALTERNATE BID, WHICH THE CITY MAY ACCEPT OR REJECT. ANY DAMAGES SO INCURRED MAY BE DEDUCTED BY THE CITY FROM THE AGREED UPON PRICE AT TIME OF PAYMENT. IN THE EVENT THE SUCCESSFUL BIDDER FAILS TO RENDER SERVICES AS SPECIFIED, BID AND AWARDED, WITHIN TEN CALENDAR DAYS OF SPECIFIED -4- Svc R1 8-10-89 SPECIFICATION NO. F-93-10 CONTRACT DELIVERY DATE, THE CITY SHALL HAVE THE RIGHT TO TERMINATE THE CONTRACT WITHOUT BEING LIABLE TO THE CONTRACTOR AND ACQUIRE SAID ALTERNATE SERVICES AS THE CITY DEEMS APPROPRIATE. UPON SUCH TERMINAT- ION, CITY SHALL BE UNDER NO FURTHER OBLIGATION TO BIDDER. 16. TERMINATION CITY SHALL HAVE THE RIGHT TO TERMINATE THE WHOLE OR ANY PART OF ANY AGREEMENT WITH BIDDER FOR ANY REASON BY GIVING THIRTY DAYS ADVANCE WRITTEN NOTICE TO BIDDER. 17. DELAY BEYOND CONTROL OF BIDDER IN CASE THE PERFORMANCE OF SERVICES UNDER THIS CONTRACT IS DELAYED DUE TO STRIKES, INJUNCTIONS, GOVERNMENT CONTROLS, OR BY REASON OF ANY CAUSE OR CIRCUMSTANCES BEYOND THE CONTROL OF THE CONTRACTOR, THE TIME FOR DELIVERY MAY BE EXTENDED (IN CITY'S SOLE DISCRETION) BY A NUMBER OF DAYS TO BE DETERMINED IN EACH INSTANCE BY MUTUAL WRITTEN AGREEMENT BETWEEN THE SUCCESSFUL BIDDER AND THE PURCHASING AGENT OF THE CITY OF SAN BERNAR- DINO, CALIFORNIA. CITY SHALL NOT UNREASONABLY REFUSE SUCH EXTENSION. 18. ACCEPTANCE OF BID CONSTITUTES CONTRACT EACH BID WILL BE SUBMITTED AND RECEIVED WITH THE UNDERSTANDING THAT THE ACCEPTANCE BY THE CITY OF SAN BERNARDINO OF THE BID TO RENDER SPECIFIED SERVICES DESCRIBED HEREIN SHALL CONSTITUTE A CONTRACT BETWEEN THE SUCCESS- FUL BIDDER AND THE CITY WHICH SHALL BIND THE SUCCESSFUL BIDDER ON HIS OR HER PART TO PROVIDE SERVICES AT THE PRICE (BID) GIVEN AND IN ACCORDANCE WITH PROVISIONS OF SPECIFICATION NO. F-93-10 19. PROHIBITED INTEREST MO MEMBER, OFFICER, OR EMPLOYEE OF THE CITY OR OF ANY AGENCY OF CITY DURING HIS OR HER TENURE OR FOR ONE YEAR THEREAFTER SHALL HAVE ANY INTEREST, DIRECT OR INDIRECT IN THIS CONTRACT OR THE PROCEEDS THEREOF. FURTHERMORE, THE PARTIES HERETO CONVENANT AND AGREE THAT TO THEIR KNOWLEDGE NO BOARD MEMBER, OFFICER, OR EMPLOYEE OF THE CITY HAS ANY INTEREST, WHETHER CONTRACT- UAL, NONCONTRACTUAL, FINANCIAL OR OTHERWISE, IN THIS TRANSACTION, OR IN THE BUSINESS OF THE CONTRACTING PARTY OTHER THAN THE CITY, AND THAT IF ANY SUCH 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 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 CODE OF THE STATE OF CALIFORNIA. 20. INTEGRATION OF DOCUMENTS THESE SPECIFICATIONS, THE NOTICE INVITING BIDS, THE CONTRACTOR'S BID PROPOSAL, ANY WRITTEN AGREEMENT EXECUTED BY THE PARTIES, ALL DOCUMENTS -5- Svc R1 8-10-89 SPECIFICATION NO. F-93-10 REFERRED TO IN THE COMPLETE SPECIFICATIONS AND ALL 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 BER PERFORMED BY THE CONTRACTOR, WHETHER SPECIFICALLY SET OUT IN THE CONTRACT OR NOT. ALL SECTIONS OF THE SPECIFICATIONS SHALL BE READ AND INTERPRETED AS CONSTITUTING A WHOLE AND NOT AS AN AGGREGATION OF INDIVIDUAL PARTS, AND WHATEVER IS SPECIFIED IN ONE SECT- ION SHALL BE CONSTRUED AS APPLYING TO ALL SECTIONS. 21. PROMPT PAYMENT DISCOUNT EACH BIDDER MAY STIPULATE IN HIS OR HER BID PROPOSAL A PERCENTAGE PROMPT PAYMENT DISCOUNT TO BE TAKEN BY THE CITY IN THE EVENT CITY MAKES PAYMENT TO BIDDER WITHIN THE PROMPT PAYMENT TERMS OFFERED AND IN RECEIPT OF COMPLETION OF SERVICES AND APPROVAL OF INVOICE. FOR THE PURPOSE OF THIS PROVISION, PAYMENT IS DEEMED TO BE MADE ON THE DATE OF MAILING OF THE CITY CHECK. 22. INQUIRIES REFER ALL INQUIRIES REGARDING THIS BID TO Dean R. Meech, Purchasing Agent (714) 384-5085. 23. FORM OF BID NO BID WILL BE ACCEPTABLE UNLESS IT IS MADE ON THE PROPOSAL FORM FURNISHED BY THE CITY HEREIN. DELIVER ALL BIDS, SIGNED AND SEALED, TO THE OFFICE OF THE PURCHASING AGENT, 250 WEST CLUSTER STREET, SAN BERNARDINO, CALIF- ORNIA 92408 WITH THE SPECIFICATION TITLE AND NUMBER CLEARLY MARKED ON THE OUTSIDE OF THE ENVELOPE. ALL BIDS MUST BE RECEIVED IN THE OFFICE OF THE PURCHASING AGENT BY 10:00 A.M. Tuesday, February 23, 1993 WHERE AT SAID PLACE AND TIME SAID BIDS WILL BE PUBLICLY OPENED, EXAMINED AND DECLARED. ANY BID MAY BE WITHDRAWN PRIOR TO THE ABOVE SCHEDULED TIME FOR THE OPENING OF BIDS. ANY BID RECEIVED AFTER THE TIME AND DATE SPECIFIED SHALL NOT BE CONSIDERED. 24. SEPARATE CONTRACTS THE CITY OF SAN BERNARDINO RESERVES THE RIGHT AT ITS OWN DISCRETION TO AWARD SEPARATE CONTRACTS FOR EACH CATEGORY OR AWARD ONE CONTRACT FOR RENDERING OF ALL SERVICES IN ALL CATEGORIES. 25. ASSIGNMENT OF INTEREST IN SUBMITTING A BID TO A PUBLIC PURCHASING BODY, THE BIDDER OFFERS AND AGREES THAT IF THE BID IS ACCEPTED, IT WILL ASSIGN TO THE PURCHASING BODY ALL RIGHTS, TITLE, AND INTEREST IN AND TO ALL CAUSES OF ACTION IT MAY HAVE UNDER SECTION 4 OF THE CLAYTON ACT (U.S.C. SEC. 15) OR UNDER THE CARTWRIGHT ACT (CHAPER 2, COMMENCING WITH SECTION 16700, OF PART 2 OF DIVISION 7 OF THE BUSINESS AND PROFESSIONS CODE), ARISING FROM PROVISION OF SERVICES BY THE BIDDER TO THE CITY PURSUANT TO THE BID. -6- Svc R1 8-10-89 SPECIFICATION N0. F-93-10 SUCH ASSIGNMENT SHALL BE MADE AND BECOME EFFECTIVE AT THE TIME THE CITY TENDERS FINAL PAYMENT TO THE BIDDER. 26. BID BOND NO BID WILL BE ACCEPTED UNLESS IT IS MADE ON A PROPOSAL FORM FURNISHED BY THE CITY. ALL BIDS OR PROPOSALS SHALL BE SIGNED, SEALED AND ACCOMPANIED BY A CASHIER"S CHECK, CASH, CERTIFIED CHECK OR BID BOND MADE PAYABLE TO THE CITY OF SAN BERNARDINO IN THE AMOUNT OF AT LEAST TEN PERCENT (10%) OF THE TOTAL BID. SUCH SECURITY SHALL BE APPLIED TO OR BE REMITTED TO THE CITY OF SAN BERNARDINO, AS LIQUIDATED DAMAGES, SHOULD THE BIDDER TO WHOM THE CONTRACT IS AWARDED FAIL TO ENTER INTO THE CONTRACT. ALL BONDS FURNISHED PURSUANT TO THIS NOTICE MUST BE UNDERWRITTEN BY A SURETY COMPANY, HAVING A RATING IN BEST"S MOST RECENT INSURANCE GUIDE OF "A" OR BETTER. 27. FAITHFUL PERFORMANCE BOND THE SUCCESSFUL BIDDER SHALL BE REQUIRED TO FURNISH A CASHIER'S CHECK, CASH, CERTIFIED CHECK OR FAITHFUL PERFORMANCE BOND MADE PAYABLE TO THE CITY OF SAN BERNARDINO IN THE AMOUNT OF0pe Uundred ion %) OF THE TOTAL BID TO INSURE THE CONTRACTOR'S FAITHFUL P R ORMANCL OF THE CONTRACT. SAID SURETY SHALL BE SUBJECT TO THE APPROVAL OF THE CITY OF SAN BERNARDINO, BONDS SHALL BE IN ACCORDANCE WITH CHAPTER 2.66 OF THE SAN BERNARDINO MUNICIPAL CODE AND THE CORPORATION ISSUING SAID BOND SHALL HAVE A RATTING IN BEST'S MOST RECENT INSURANCE GUIDE OF "A" OR BETTER. 28. INSURANCE BIDDER AGREES TO PROCURE AND MAINTAIN IN FORCE DURING THE TERM OF ANY AGREEMENT RESULTING FROM ITS BID, AT HIS OR HER EXPENSE, PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE IN COMPANIES AND THROUGH BROKERS APPROVED BY THE CITY, ADEQUATE TO PROTECT AGAINST LIABILITY FROM DAMAGE CLAIMS ARISING OUT OF BIDDER"S OPERATIONS IN A MINIMUM AMOUNT OF $ 1,000,000.00 liability combined- single limit.and 30 days notice of cancellation. BIDDER SHALL PROVIDE THE CITY'S RISK MANAGEMENT DIVISION A CERTIFICATE OF INSURANCE AND ADDITIONAL INSURED ENDORSEMENT WHICH PROVIDES: A. CITY OF SAN BERNARDINO IS AN ADDITIONAL INSURED. B. THE INSURANCE COMPANY NAME, POLICY NUMBER, PERIOD OF COVERAGE AND AMOUNT OF INSURANCE. C. THAT THE CITY CLERK OF THE CITY OF SAN BERNARDINO MUST BE GIVEN NOTICE IN WRITING AT LEAST THIRTY DAYS PRIOR TO CANCEL- LATION, MATERIAL CHANGE, OR REFUSAL TO RENEW THE POLICY. D. THAT BIDDER'S INSURANCE WILL BE PRIMARY TO ANY COVERAGE THE CITY OF SAN BERNARINO MAY HAVE IN EFFECT. Svc -7 Rl 8-10-99 F-93-10 VENDORS NOTE ON ALL CERTIFICATES OF INSURANCE THE ISSUENCE OF POLICIES WITH RESPECT TO THE COVERAGE MUST, AND I INSIST, MUST CONVEY, RELATE, IDENTIFY THE PARTICULAR OFFERING OF REQUEST TO THIS MATTER. THE SPECIFIC BID NUMBER OR LETTER REQUEST DATE MUST TIE THE DOCUMENT TO THE RESPONSE. WITHOUT THIS CONNECTION THE CERTIFICATE HAS NO MEANING AND UNLESS THE CONFIRMATION IS OBVIOIUS THE BID REQUIREMENT WILL BE CONSIDERED NON-RESPONSE. BID SPEC: F-93-10 TECHNICAL SPECIFICATIONS ATTACHED CONSISTS OF 11 PAGE(S) THIS EQUIPMENT WILL BE USED BY THE Fire DEPARTMENT APPLICATION: Underground Storage Tank Removal VENDORS NOTE: SPECIAL INSTRUCTIONS IF YOUR COMPANY DECIDES TO "NO BID" THIS EQUIPMENT "SPECIAL INSTRUCTIONS" ARE LOCATED AT THE BOTTOM OF—BTD--PACKAGE AND THEY MUST BE COMPL TED AND RETURNED TO THE PURCHASING DEPARTMENT PROMPTLY Page 1 of 11 C I T Y O F S A N B E R N A R D I N 0 T E C H N I C A L S P E C I F I C A T I O N S BID SPECIFICATION NO. F-93-10 UNDERGROUND TANK REMOVAL & INSTALLATION I T E M D E S C R I P T I O N NOTICE "SPECIAL INSTRUCTIONS TO THE BIDDER" Services: Bidder shall complete right hand column indicating brief reasoning for exceptions to requirements when not acceptable. State "Acceptable" if requirements are agreeable as set forth on left hand column. quipment: Bidder shall complete right hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left hand column. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID. .. 0 GENERAL The subcontractor shall, in conformance with the terms and conditions hereinafter set forth, provide all of the necessary management, personnel, services, material, A-cr-e-eta� e- equipment and facilities (except as otherwise specified) to close five underground storage tanks (UST's) by removal, and install one above ground storage tank. . 0 DEFINITIONS 1. 1 Purchasing Agent: Representative of the City of San Bernardino who has the contract signatory authority for the work described in this A cC-r-e �Ie, specification, or his designee. 1 1.2 CSB: The City of San Bernardino BID SPEC: 3-10 PAGE 2 OF 1. 3 SCAQMD: South Coast Air Quality Management District 1.4 UST: Underground Storage Tank 1. 5 SBEH: County of San Bernardino A- 1. 6 Environmental Health Agency CFR: Code of Federal Regulations 1.7 CalOSHA: California Occupational Safety and Health Administration 1.8 SHP: Safety and Health Plan 1.9 ASTM: American Society of Testing and Materials , REFERENCE STANDARDS The contractor shall comply with this specification and all applicable provisions and recommendations of the latest adopted revisions of the following codes, standards, plans and manuals. 3 . 1 Uniform Fire Code, Article 79 3 .2 California Health and Safety Code, Chapter 6.7, Division 20 3 .3 Leaking Underground Fuel Tank Field Kcx-e�Vc-.\A(_ October 1989 3 .4 Rule 1166, South Coast Air Quality Management District (SCAQMD) 3.5 Site-specific Health and Safety Plans 3 . 6 Title 29 code of Federal Regulations (CFR) , Section 1910. 120 (29 CFR 1910. 120) 3.7 Title 8, California Code of Regulations (CCR) , Section 5192 (CCR 5192) . 3.8 American Society of Testing and Materials standard ASTM D1557, Modified Proctor BID SPEC: F-92 -10 PAGE 3 OF 11 SUBMITTALS, PERMITS AND CERTIFICATIONS: The contractor (vendor) shall obtain all necessary permits and certifications for excavation, removal, transportation and t closure of specified UST's and associatedG �-abt� piping, and submit to the Safety Officer, City of San Bernardino, Risk Management Department, 300 North D Street, 4th floor, City Hall (384-5090) one copy of any item submitted to any agency, fire department of municipality for required permits and certifications. 4. 1 Plan Sets: The Safety Officer will provide the contractor (vendor) with any available plans for closure of the specified UST's. The contractor (vendor) shall be responsible for submitting these plans to the �\ appropriate municipalities and/or agencies for closure permitting. The contractor (vendor) shall advise the Safety Officer concerning the number of plan sets required for permit procurement. 4.2 Permit Forms: Using the information provided in this specification, the contractor (vendor) shall obtain, complete, and submit to appropriate municipality/agency, all forms required for removal and closure of specified UST's including SCAQMD Rule 1166 Permit and Tank Removal Permit within two (2) weeks A.R.O. (after receipt of order) . The contractor `"11 (vendor) shall advise the Safety Officer concerning any information not included in this specification but which is required for closure of specified UST's. The contractor (vendor) shall bear all costs to obtain permits. 4.3 Disposition of UST's: 4.3 .1 The contractor (vendor) shall submit a statement of intended disposition of specified UST's to a l l a p p l i c a b l e BID SPEC: F-( `0 PAGE 4 OF municipalities/agencies. The method of disposition shall be �� at the discretion of the contractor (vendor) , but shall be in accordance with all applicable codes, standards. 4 . 3 .2 The contractor (vendor) shall submit to the appropriate agency and the City of San Bernardino certification by a marine hC,r On chemist or industrial hygienist ""�' that tanks are nonhazardous waste, if tanks are to be transported and disposed of as , nonhazardous waste. 4. 3 . 3 The contractor (vendor) shall submit to the appropriate agency and the City of San Bernardino a a` � copy of the Hazardous Waste C-r— Q 1D Manifest which has been signed by the receiving facility, if tanks are to be transported and disposed of as hazardous waste. 4 .4 The contractor (vendor) shall submit So 1 Gp��a\Hlwq y1�a.VO as required a statement of proposed ce'Jb O hS w A" Ve- S-�O c-Lp A e- course of action to be taken if 11 - ` during the tank excavation, soil 0 V1 S1T� . �`Y��Vo► \vh�OV� 1 containing petroleum hydrocarbons is ma�Gf�A,1 detected. The statement shall be in accordance with the requirements of O cpS'� t ZO /o this specification and with all applicable reference standards. 4 .5 The contractor shall submit to the A-GG L Safety Officer one copy of the signature page from a Site-specific Health and Safety Plan indicating that all contractor (vendor) personnel participating in the work at eit)ier job site have read and understand the plan. BID SPEC: F-^'-10 PAGE 5 OF UST's TO BE CLOSED/STORAGE TANK TO BE ;INSTALLED 5. 1. 1 Fire Shop 1208 H Street San Bernardino, CA cce u. lR. Remove: 1 each 2 , 000 gallon gasoline tank 1 each 3 , 000 gallon gasoline tank 1 each 350 gallon waste oil tank Install: 1 each 500 gallon above ground waste oil tank ' 5. 1.2 Fire Station #8 3389 E. Highland Ave. San Bernardino, CA Remove: ! �j 1 each 280 gallon gasoline tank 5. 1.3 Fire Station #10 502 S. Arrowhead Ave. San Bernardino, CA Remove: 1 each 10, 000 gallon diesel tank 5.2 Pre-bid Site Walk: All prospective contractors (vendors) who wish to submit a bid for the work must participate in a Mandatory Pre-bid Site Walk which will be conducted on February 9, 1993 at 9:00 A.M. Please meet at Station 110, 502 South Arrowhead, San Bernardino, CA. Contact Mr. Tom Marek, Safety Officer if further information is needed at (909) 384-5473. BID SPEC: -10 PAGE_ OF 11 5. 3 The contractor (vendor) shall submit all permitting materials to the appropriate agencies no later than the Critical Path Method (CPM) chart of work flow(vendor)developed and the City contractor Safety officer. 5.4 The contractor (vendor) shall mobilize onsite,and complete all work C' by the time indicated on the CPM chart. 0 HEALTH AND SAFETY 6. 1 All work must be performed in a manner which conforms with the requirements of a site specific Health and Safety Plan. The plan must be developed in accordance with 29 CFR 1910. 120 CCR 5192. 0 UST REMOVAL/INSTALLATION PROCEDURES 7 . 1 No UST shall be removed, or the above ground tank installed before all required permits have been obtained, G` ��`, required plans reviews have taken place, and the Safety Officer has been given not less than 48 hours advance notice. 7.2 The contractor (vendor) shall be \\ responsible for the clearance of all underground lines at the sites. 7.3 Do not cut any tanks or related plumbing prior to obtaining required I� «a.Pto,�pl C agency or fire department approvals. f 7 .4 Not less than 48 hours prior to starting any excavation, notify Underground Service Alert of Southern L� California at 1-800-422-4133. Notify and coordinate with public utility companies as required to identify any potential underground lines in the excavation area. BID SPEC: F 3-10 PAGE 7. OF __r___. 7 .5 Not less than 48 hours prior to starting excavation of individual UST's, notify the Safety officer in l order that a City representative may de-energize and/or turn off any utilities involved. 7 . 6 All residual ' liquid, solids, or ` sludge from the UST's and product lines will be removed by contractor (vendor) . 7.7 The contractor (vendor) is ' responsible for making all arrangements with the appropriate �`� agency to witness UST removal operations, and to verify compliance with tank installation codes. 7 .8 All asphalt concrete and portland cement surfaces that must be cut for tank excavation shall be cut using appropriate cutting equipment which will produce neat, clean and straight spin��`•� cuts. Place cuts to minimize area of _1 pavement removed. Cuts shall be made as straight and square as possible. Cut any reinforcing steel necessary for the excavation and removal of the UST's. 7.9 Purge UST's and product lines to render a safe, non-explosive atmosphere. Fill tanks with dry ice at a rate of 10 pounds per 1, 000 A-�-Q���U`� gallons of tank volume, and add additional ice as required to maintain the Lower Explosive Limit (LEL) at 10% or less. Monitor tank atmosphere with proper instrumentation for this procedure. Contractor (vendor) shall provide instrumentation. BID SPEC: F-93 PAGE_ OF 7. 10 If the contractor (vendor) elects to transport the tank as non-hazardous waste, triple rinse the UST, and t provide services of a marine chemist or an industrial hygienist to inspect the tank and certify that its non- hazardous. Submit certification as stated herein. 7. 11 Place barricade warning tape around excavation and provide 24 hour manned security of the excavation site or provide temporary chain-link fencing around the excavation with a padlocked gate. Comply with all OSHA and any applicable local regulations concerning excavation and all applicable construction site safety issues. 7. 12 Remove UST and associated piping only after Fire Department and/or agency representatives have witnessed and accepted purging operations. Method of tank removal shall be by lifting. Dragging, sliding, and/or pulling 1a UST's over concrete, asphalt or other ground surfaces is not permitted. Contractor (vendor) shall provide all equipment necessary to properly remove the UST's and associated piping. 7.. 13 Load the excavated UST's onto a truck appropriate for the size and weight of the UST's. Secure UST's for �c-c-ef kk ', e� transportation and immediately remove them from the site. 7. 14 Provide a bulldozer, backhoe, or other appropriate earthmoving equipment to rapidly backfill the excavation. Backf ill at the direction of the San Bernardino Environmental Health representative present at the job site following review of analytical results. BID SPEC: F-"-10 PAGE 9 OF 11 _ 7 . 15 Provide appropriate tarps to coverG `�0�� , excavated soil as directed by the Fire Department or San Bernardino Environmental Health representative present at the job site. 0 SAMPLING AND ANALYSIS 8. 1 The contractor (vendor) must provide personnel on-site at the time of the PrGC-e-P removal to collect soil samples at the locations specified by the regulatory agencies. 8.2 The contractor (vendor) must provide /� a backhoe for the retrieval of the A-cc_ePk-o- t soil samples. 0 BACKFILLING AND COMPACTING 9. 1 Do not backf ill until all sampling has been completed and the San Bernardino Environmental Health ��"P representative at the job site has given approval to backfill. 9. 2 Backf ill with native material which is not contaminated with VOC. If extra material is required to rTC-c-�p complete the backfilling operation, provide clean fill material. 9. 3 Backfill the excavation in lifts not exceeding 12 inches in depth. Moisten each lift uniformly to as near the optimum moisture content as possible. Compact each lift using equipment appropriate for the backf ill material t , being used. compact each lift as follows: 9.3 . 1 Areas to be paved: compact to not less than 90% of the Modified Proctor Density, except the top 18 inches of materials which lies below any paved surface shall be compacted to not less than 95% of the Modified Proctor BID SPEC:_ PAGE 10 OF i_ Density. 9. 3 . 2 Compaction verification 1 will be provided for each C C-e��zi excavation by a 1_ certification report signed by a registered engineer. 9. 4 Leave subgrade level, smooth and to ^ ` proper elevation to allow replacement of surface to original condition. .0 SITE RESTORATION To Be Performed By The Contractor (Vendor) 10. 1 All concrete surfaces which have been \' removed for the excavation and GG21P10�t removal of UST's shall be replaced in a manner which restores the removed surface to its original condition. 10.2 Landscaped areas which were disturbed during excavation and removal operations shall be returned to their original condition. All Bushes, GC, 1"TkNJ trees, shrubs, ground cover and other vegetation shall be replaced to match the original. 10.3 Any public or City of San Bernardino utilities, including sprinkler systems, etc. , that were disturbed, D,n ��e• or removed for the UST A-c-c- broken, excavation and removal shall be replaced in proper working condition. 0 ON SITE MOBILE LABORATORY TO PROVIDE ANALYTICAL SERVICES To Be Preformed By The Contractor (Vendor) 11. 1 The contractor (vendor) shall furnish an On Site Mobile Laboratory certified by the State of California A-r_c_' Environmental Accreditation Program (FLAP) with the qualified personnel, equipment, materials and supplies necessary to provide the services set below in accordance with the information as described below: BID SPEC: F ''3-10 PAGE 11 OF 11 Analyze soil samples for total petroleum hydrocarbons (TPH) in accordance with EPA Method 418. 1 and the modified EPA Method 8015. Analyze soil samples for benzene, toluene, ethylbenzene and xylenes /� L (BTXE) in accordance with EPA Method !T LGe"p 8020. Provide written documentation of each soil and groundwater sample analysis and dispose of soil samples. Minimum sampling scheme shall include: Location Analysis No. of Samples ' _re Shop 8015, 8020 6 08 H Street 418 2 .n Bernardino, CA re Station #8 8015, 8020 3 89 E Highland n Bernardino, CA re Station #10 8015, 8020 3 2 S Arrowhead n Bernardino, CA .0 TANK REMOVAL REPORT 12. 1 The contractor (vendor) will provide a report that documents the removal of the UST's at each site. At a minimum it shall include soil sampling locations, analytical results, site plans, removal methodology and results. If further environmental assessment is required, the report must specify the action recommended by the regulatory agency. BASE BID #1 FIRE SHOP Removal of three (3) UST's at the Fire Shop and the installation of one above ground tank in accordance with specifications: 1. Price for permitting the removal of three $ (3) tanks, and the installation of the 1675 above ground tank. 2 . Labor, machine to uncover all tanks and $ 70 O product lines, remove dispenser. 3 . If tanks are to be hauled as hazardous, $ -�-- mark N/A in this box and boxes 3.1 & 3 .2 . 3 . 1 Degass, Triple rinse tanks, certify as $ non-hazardous. 3 200 3.2 Haul, dispose of tanks. $ -750 4 . If tanks are to be hauled as non-hazardous, $ mark N/A in this box and boxes 4.1, 4.2 & NA 4.3 4 . 1 Degass tanks. $ taA 4.2 Haul, dispose of tanks. $ 1V A 4. 3 Removal of all residual liquid, solids $ N or sludge from the tank and product lines. 5. Crane, or machine to load the tanks on the $ 2 g o trucks. 6. Sampling and analysis, including mobile $ 15.6 lab. 7 . Backfill material. $ Z50 8. Labor, machine to backfill. $ 350 9. Material for the installation of one 500 $ 3�4� gallon above ground tank (for waste oil) . 10. Labor to install above ground tank. $ (00 0 11. Compaction report. $ SOp 12. Site restoration materials. $ 9040 13. Site restoration labor. $ 95o 14 . Tank removal report for this site. $ 500 15• TOTAL BID FOR TEES SITE: �� g s BASE BID #2 FIRE STATION #8 Removal of one UST at Fire Station #8 in accordance with specifications: 1. Price for permitting the removal of one 280 $ g S gallon UST. 2 . Labor, machine to uncover the tank and any $ 3d lines. 3 . If tank is to be hauled as hazardous, mark $ N/A in this box and boxes 3 . 1 & 3 .2. 3 . 1 Degass, Triple rinse tank, certify as $ non-hazardous. 3 .2 Haul, dispose of tank. $ 2 SO 4. If tank is to be hauled as non-hazardous, $ NQ mark N/A in this box and in 4.1, 4.2 & 4. 3. 4. 1 Degass tank. $ "A 4.2 Haul, dispose of tank. $ NA 4.3 Removal of all residual liquid, solids $ WA or sludge from the tank and product lines. 5. Machine for loading tank on truck. $ Iao 6. Sampling and analysis, including mobile $ ��D lab. 7. Backfill material. $ 100 8. Labor, machine to backfill. $ 210 9. Above ground tank, 500 gallon (for waste $ �� oil) . 10. Labor to install above ground tank. $ "A 11. Compaction report. $ 40p 12. Site restoration materials. $ 300 13 . Site restoration labor. $ (05 0 14 . Tank removal report, for this site. $ g OQ 15• TOTAL BID FOR THIS SITE: $ Co2ZS BASE BID #3 FIRE STATION #10 Removal of one 10, 000 gallon UST at Fire Station #10 in accordance with specifications: g3 . jf ice for permitting the removal of one $ 556 , 000 gallon UST. bor, machine to uncover the tank and any $ 9 nes. tank is to be h auled as hazardous, mark $ -0- A in this box and boxes 3 . 1 & 3 .2 . 3 . 1 Degass, Triple rinse tank, certify as $ 1356 non-hazardous. 3 .2 Haul, dispose of tank. $ Z 50 4. If tank is to be hauled as non-hazardous, $ NA mark N/A in this box and in 4.1, 4.2 & 4.3 . 4. 1 Degass tank. $ N R 4.2 Haul, dispose of tank. $ N A 4.3 Removal of all residual liquid, solids $ WA or sludge from the tank and product lines. 5. Machine for loading tank on truck. $ 500 6. Sampling and analysis, including mobile $ WDC) lab. 7. Backf ill material.- $ '900 8. Labor, machine to backfill. $ 2w 9. Above ground tank, 500 gallon (for waste $ N4 oil) . 10. Labor to install above ground tank. $ tJA 11. Compaction report. $ 500 12. Site restoration materials. $ 750 13 . Site restoration labor. $ a50 14 . Tank removal report, for this site. $ '300 15. TOTAL BID FOR THIS SITE: $ BID FORM BID # F-93-10 UNDERGROUND STORAGE TANK REMOVAL/INSTALLATION SAN BERNARDINO, CALIFORNIA BASE BID #1: Removal of three (3) UST's at the Fire Shop and the installation of one above ground tank in ccordance with cific-at}ons for the sum of:- a a j3usvA F-t In liu A&Ve- t--t 1,bti`uy S (in words) , 1 I (in numbers) BASE BID #2 : Removal of one UST at Fire Station j�8 in ccorda ce with s ecif ications for the sum of: Sic I A603Z. Two u�kyw TWA 'FIv.. U. av) (in words) , Lo2ZS — (in numbers) BASE BID #3 : Removal of one UST at Fire Station #1Q in accoxdan e with specifications for the sum of: eSeV 7kousdAd t'�c��^�vc �f iN v b o lla v i. (in words) , 1131 = (in number k) DATE: �%� 2 Z _ 101 J3 SIGNATURE: Print Name TITLE• ©Wyly, BUSINESS NAME: SpOZZ�z4fuN^ BUSINESS ADDRESS: �3°� l �eoe:J yla. g ea�� 'L BUSINESS PHONE: 14 — 49 4 F-93-10 BIDDERS PROPOSAL AND STATEMENT Pursuant to Section 23 of these specifications, a prompt payment discount of ( w O percent V— days is offered. If awarded the contract, the undersigned hereby agrees to sign said contract. Bidder will furnish the necessary guarantee surety bond with an acceptable company, and the bond will remain in force until contract has been fulfilled. Enclosed is a 1 1�0 , in the amount of $ 3000 ! furnished as a bid bond that the undersigned will enter into the contract and furnish the guarantee surety bond immediately after the award of contract. **Failure of the successful bidder to sign the contract and furnish the guarantee surety bond within ten (10) working days from the date he is notified that the contract has been awarded to him shall be just cause for annulment of the award and forfeiture of surety bond or certified check. Firm Name: 5 P V%4 Business Address: G((-o Lexq u vto, exxct, , Gzi By: Name (Print) Title: W Signature: Business Phone: �4-�- If an individual, so state. If a firm or co-partnership, state the firm name and give the names of all individuals, or co-partners, composing the firm. If a corporation, state legal name of the corporation, also the names of the president, secretary, treasurer and manager thereof. A"v S\A tt 0 s w 0YAQ,yl o W vLx Dated: FL�g , 2Z i tqq 3 The City of San Bernardino reserves the right to reject any and all bids and to waive any informalities therein. *In case of a discrepancy between words and figures, the words shall prevail. Price shall include sales tax. **NOTE: The bid surety must be provided prior to the time of bid opening.Bids submitted without acceptable bid sureties are nonresponsive and shall be rejected. If local business,furnish current San Bernardino City License No. O to Ft k-e w ItitX flAe Ct� NOTE: Unsigned bids received in the office of the Purchasing Agent are considered nonconforming 1 and will not be accepted for contract consideration. 7 i�d In cc fV s Z' N C via >3 N r eV.a�1e� � � z• Z ►G VERNON !� o z m •< ISma h 700 r�a 7 z a _ < I nv 1 E D �~ , fN lo ��� -4 11 NYNI AY 0 Dm , l � � ° N N ! V T'�1 � I , I� I M �T P ARI SCI Y A 1 ( gOSPCC m 1 m _` I PROSPECT AV j5 0 �--_ _LL 1V < c W1 n n ' D _ EUREKA AV AV N (IIN(RA it _ v > D a < �: 2 > ��, % / poir ��- ; C) o (ST _ L ST c Q 11 '•1►<F.91 (T't'-- N_A_' '�Tj� 2 m f c�� n Fn"ICnx .-. - - S D a='� �.• II'ApYESS Fit;. — -� - — - -�'� - in - •� Z rt� to . R &0 H 9 � 1�0 9 a �T WALKIN 11AW n O T �. P" n� F CRESCENT _ ,♦A ' G C N ST 2D In D Y �� ., EiERKELEy nAV I _ ST n —�■ um- — E ' ' r Z • . O STf s TD DART D- 1f10 S O O • A� I A-� D It Z O ■ Z ♦ F. O 0 - f1 tr r (� rERSIiI1jG >, 3 MOUNTAIIJ :IE h 0 SIERRA '+ Wy -4 it n H -% w A' FLOOD COV RCL - �- m ' D •' AV I � �� • -4 I � SIERRA Y _ D I C WASHINttTQ I V i 'rn y z �- lUGO AV��� ,I is �N1� N A — to -+ ... . ?•• AMOS AV MIEN ST I T At FN to LINCOL AV BRL"S E T a 1. a- I c T �N ~ n � -4 IR`A;!N IST ivcoLN < T = = 4 to I —= W TERMAN s �t^ 'Inc goo• too I'm Inc 95(m 1 ID ' S ry�A.�G^L�:fi�` � j`\i�,�3'A�"rtL"4'��"`G�r',i li;�l�'i�.'*':+�;�.`,'�'��,:y..:..4,�'�.♦ti l�",��>I,'''i..�S iL72" '� J�" '„ SEE MAP IION A.MF •01 RAMP u BOTH ON•OFF RAMP • `J T11-NS Or THE SYMMS AS A UGHTeULS. „tall[IS ON AND BUCK IS OF[ USE THE SYMBOLS ON THE RIGHT-HAND SIDE OF TIQ FREEWAY IN THE DIRECTION YOU ARE TMVOJNQ. FREEWAY INTERCHANGE tap b< X33 s� s < �• F f i z O i=C [Af IND OF THE OREEWAYIS dl(� ?Oyey.✓( e,` ssr v,� c < +`� t 1NE END OF THE IREEWAY SHOW O N (OIRECTIONS IN WHICJE YOU MAY TS f�•W r �� Jr S� p t' RAVEL. CNEAAV O ' ` i r• . eA •�41O 4 S ITAIICIZfO NUMBERS ALONG THE FREEWAY MOIC.ATE TM S(VN Fo •� ♦L DISTANCE IIN MIL[SI 41TWEUF FREEWAY INTEAGNNOEL RANCHO CUCAMONGA wDD E eE rdej ~ r` I ALTO e:sE ST INE sr IIS8181 NAME REFEAS TO THE ATLAS►ASGE ON WHICH rt�APPILsi[TS. s1. ORANGE ST ISelel SAN /� aM dr T� IEIH sT IsRm SERNARDINO HOT 10 SCALE UPLAND Tdeq, FONTA I IN ET IsRIV E1N si ISOM 4 ST Iss.s.e 4 g g T 3 •iii�i• uH 46 ~ 3, N h „ _` g „ E .t ]RD St ISSIEI w- „ TNO ST ISR•SI SW i S < .a u o s inelel •- US i 3"== • r .D. 3 1 t > 3 s :' F i S:>i AY.se••. I Q REUI.ANUS _ ar [� EwsC7,O.s LTO n r:.•Hor.N:N r 9 w:w h 21 MONTCLAIR ♦S't'f0y4T,"1>-y y.0 \•.ry g ONTARIO GRAND os t[ . > >> . > \ .�\�•e„y ��♦ �o 4 C n•♦'oV wy'J"• ,' _ : < : .".I M..f'f0►��+►•'•�♦o 7 _ TEFIRACE o. o 'nAUAA i ^c E\♦C• e.�• S i> S a c '>c EEE fit• �'♦�'' °-cd� - Si M Pis ' 1a0 E�0 '4 •9 > > < Nv-I a < > -JED-- CO bl o Cl, 7. � � � ,Efr ♦ \E' .0ZD_�_N�iN lEf ;.-Z. cr'O C,'` -7--1 3wA Pf...or COVVrr _ L~_C_ \��` y 1 ° < c 1 :_ Cc•• I[b tul f i RnlASw([dvrirr: `` 4 J►`��p 0 S I �uF 3:3 ♦ M .i ri !• . \ \ y``r`r> 'EE►'yo�S♦ _ r 4p q e• O DES r.i�' a 3 : �wbw 4<'s �C _M�t.7 2` 'r f� r � y>l•y o a \y.-0 CHINO 3 i i �RIVERSIDF ;�•c •o Off, 0 ss- YJ` O♦Sy g� I(.s♦f NORCO •9\ I.CE�rti d,+,'•' �s VON '. fal t4'A AS` „yr' '• ..cC. •s. f� � A�J CORONA ?e ; �st� tf t tbt�� f' �' ♦', C' ' _`col °>F'3 = s' SAN BERNARDINO COUNTY FIt,LLWAY ACCESS ALAP D n n n v v N -I m D r o ; m ,., rn 7m N N v v s W W v m r N D P� ;a C rrl D C ►- � m N N a N N -I --1 Ln m N co c ~ O -t ;c o D r r v n r c •-• v = m D n - m z v _ m r v N -< v o ctn m M v rn m CD I-4 3 o D n O W 3 v 3 W v m m m m m � � O ° N --I m O ° U) V) ° a 3 D m r O rn o O O 3 c o -4 r r z z m m rn CD n m m �_ CD 2 3 CD m --I z r z s m v m p o v v v rn -1 m O rn � a � i xl x v v 6.4 z D m 3 Z rno - rn rn rn o O -1 C ... o -t z rn r X y •v CD r rn m -� ►-+ z W -v rn CD ;a CD rn �+ 3 N ° rn o ..4 a = p r" r c z �*+ v ►-• r 3 A z v .-. to N 0 v v ° CD G � ° � 4-4 O p z N C ►-+ 3 s 3 m n r rn m rn rn n rn a M v rm ? -a ° C = v rxnn � rxn � -� a � -v '" z • rn rn ►- 3 Z O rn rn c�i� a Zzi o m n o v om x my 3 ccn a CA c z CD n co r m -n N v -� M x n m N x N rn 3 r-r = rn rn z m n o v rn t rn 0 S P E C I A L I N S T R U C T I O N S BID SPEC' F-93-10 THE FOLLOWING REQUIREMENT'IS AN INTEGRATED PART OF- THIS BID PACKAGE. " B I D D E R ' S — A T T E N T I O N .a IF YOU CHOOSE NOT TO BID THIS PARTICULAR BID PACKAGE YOU MUST RESPOND WITH A "NO BID" BY COMPLETING PAGE TWO ATTACHED. PLEASE MAKE SURE IT IS ALSO DATED & SIGNED BY A REPRESENTATIVE OF YOUR COMPANY. YOU MUST ALSO FURNISH THE REASON FOR NOT BIDDING. THIS IS NECESSARY TO CLARIFY QUESTIONS FROM COUNCIL AT TIMES WHEN THE OVERALL RESPONSE IN NUMBERS IS NOT FAVORABLE. YOUR RESPONSE IS NECESSARY TO ASSURE THAT YOU REMAIN ON VENDOR BID SOURCE LIST. �e4RWAR0•�0 P S __ �G O C I T Y O F !_441 J .ate 5ati Bernardino GA�Ell 1� � P U R C H A S 1 N O 4 S T O R E S D I V I S I O N D E A N R M E E C H P U R C H A S 1 N 0 A 0 E N T DEAR BIDDER: RE: CITY OF SAN BERNARDINO BID F-93-10-UNDERGROUND STORAGE TANK REMOVAL & INSTALLATION WHEN A SATISFACTORY NUMBER OF BIDDERS DO NOT RESPOND TO A FORMAL BID IT IS NECESSARY TO CLARIFY THE REASON FOR NON-RESPONSE OF BIDDERS TO COUNCIL. PLEASE FURNISH THE REASON FOR YOUR NON-RESPONSE OR NO BID CONCERNING BID NUMBER F- 93-10 THANK YOU, DEAN R. MEEC PURCHASING AGENT REASON FOR NOT RESPONDINGAO BID NAME OF COMPANY: COMPLETE ADDRESS: SIGNED: TITLE: PHONE NUMBER: DATE: YOUR RESPONSE IS NECESSARY TO ASSURE THAT YOU REMAIN ON VENDOR BID SOURCE LIST. PRIDE .; 2 5 0 W E S T C L U S T E R S T R E E T . S A N B E R N A R D I N O UN PROGRESS C A L I F O R N I A 9 2 4 0 3 7 1 4 1 3 5 4 - 5 0 4 5 �.'f/ tll THE AMERICAN INSTITUTE OF ARCHITECTS ' AIA Document A310 Bid Bond Bond Number: CI-0818 KNOW ALL MEN BY THESE PRESENTS, that we (Here insert full name and address or legal title of ContracW Specktrum Engineering 339 Cleo Laguna Beach, CA 92651 as Principal, hereinafter called the Principal, and (Fkm inset full name and address or lepl title of Surma Commercial Indemnity Assurance Company c/o Weakley and Company 10650 N. Central Suite 250, Dallas, TX 75251 a corporation duly organized under the laws of the state of Dominican Republic as Surety, hereinafter called the Surety, are held and firmly bound(Here inset Mme and address or legal title of Owned CITY OF SAN BERNARDINO 250 W. CLUSTER STREET SAN BERNADINO, CALIFORNIA 92408 as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENT OF GREATEST AMOUNT BIDa+aa++saaaa•++a+++•a++++aa+aa+a•+aa+sa++a .aa+++a•++a++.++++++a:+a+a+a++a:aa+taa•a•+++ta++aa•+Dollars ($aaa10%G.A.B.aa+) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for „f full name, adddress and description of project) UNDERGROUND STORAGE TANK REMOVAL AND INSTALLATIOIrXT FIRE STOP, FIRE STATION #8 AND FIRE STATION #10 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may, be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force force and effect Signed and sealed this 19th day of February 1993 Specktrum Engineering (Principal) (Seal) (Witness) CAI.%6 Novo (Title) ' �5N Fry om erciallndemni Assura J Z a (Surety) (Witness) (C11are G. Weakley, Jr. �— - Attorney-in-Fact (ride) QQ2 1 � (o AIA DOCUMENT A310.BID BOND.AIA+ .FEBRUARY 1970 ED.THE AMERICAN ,;.y!•, INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 R COMN. .XIAL INDEMNITY ASSURANCE C PANY SANTO DOMINGO, DOMINICA REPUBLIC POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the COMMERCIAL INDEMNITY ASSURANCE COMPANY, Santo Domingo, Dominica Republic, by C. Coon, Vice President in pursuance of authority granted by the respective By-Laws of said Company which are set -forth in the corporate records of the Company and certified to be in full force and effect of the date thereof, do hereby nominate, constitute and appoint: CLARE G.WEAKLEY,JR.; CLARE G. WEAKLEY, III; CHARLES E.WEAKLEY all of Dallas, Texas the true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed: any and all bonds, each in a penalty not to exceed the sum of Five Million Dollars ($5,000,000)...EXCEPT bonds on behalf of Independent Executors, Community Survivors and Community Guardians... And the execution of such bonds, or undertakings in pursuance of these presents, shall be binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the respective Company at their office in Santo Domingo, Dominica Republic in their own proper persons. IN WITNESS WHEREOF, the said President has hereunto subscribed his name and affixed the Corporate Seal of the said COMMERCIAL INDEMNITY ASSURANCE COMPANY this IiQ day of A.D. 19 131 . ATTEST: COMMERCIAL INDEMNITY ASSURANCE COMPANY C. Coon,Vice President STATE OF CITY OF 't i On this -ley day of A.D. 19 _, before the subscribed, a Notary duly commissioned and qualified, came the above-named of the COMMERCIAL INDEMNITY ASSURANCE COMPANY, to me personally known to be the Individual and Officer described herein and who executed the preceding instrument, and acknowledged the execution of the same, and being by me duly sworn, that he is the said Officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and the signature of such Officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal at the City of the day and year first above written. Notary/ ublic My Commission Expires: palcom.ind/12/22191 J 02/19/93 Bid Bond Results Please fill in the firm name and their respective bids for this project. Contractor Specktrum Engineering 339 Cleo Lagu:.a Beach, CA 92651 Obligee CITY OF SAN BERNARDINO 250 W. CLUSTER STREET SAN BERNADINO, CALIFORNIA 92408 Project UNDERGROUND STORAGE TANK REMOVAL AND INSTALLATION AT #2 FIRE STOP, FIRE STATION #8 AND FIRE STATION #10 Surety Company COMMERCIAL INDEMNITY ASSURANCE COMPANY f Bid 02/23/93 Date o Bond Number CI-0818 Amount of Bond $ 10 % G.A.B Contract Estimate $ 30,000-00 Bid Results Name of Firm Bid Win Low $ 2nd $ 3rd $ High $ a If your bid is not listed above, what was your bid price? $ Remarks Signature By Date Title Phone Please Return T:; Weakley and Company P.O. Box 516065 Dallas, TX 75251-6065 1902.2 - CGW 1 AGAPE., Waste Oil Recovery Systems r i THE AGAPE ADVANTAGE 1 . The only vertical , cyclinder , space-saving, double-walled tank that requires less than 25 sq. ft . for installation. 2. All tanks are constructed of 12 gauge 3/16" mild steel . 3. U.L. listed and N.F.P.A.- 30 approved. 4 . Meets and exceeds UPC specifications for above-ground tanks. 5. _The tank Fire Departments have installed in their own fire stations . G . Agape, a pioneer in the development of Above-Ground waste oil storage tanks and involved in assisting code changes for waste oil classifications . T. Agape has the ONLY nationwide permitting service that offers free permitting to it ' s customers . 8 . Agape offers 10 years warranty on it ' s tanks and 5 years on it ' s pumping system. 9 . Agape guarantees two week delivery anywhere in the U.S . 10 Agape system' s are complete. "No Hidden Cost" . Comes ready to use. Just connect to existing air line. 11 . Sizes available from 240 - 1000 gallon. Special orders accepted. 12 . Visual monitoring gauge and automatic overflow shut-off valve included. V 12520 Kirkham Court,Ste C•6• Poway, CA 92064• (619)748.8815 (800)383-9148 AGAPE haq ,engineered and Developed This Vertical, Dual- Containment System for Years of Dependable, Maintenance-Free Operation. Finest Special Features I : ' Construction 1.PUMPf ",. Air operated,self-priming,alumi 12•gau a (mild) steel, tested at 9 num constructed.Maximum flow between 5 and 7 pounds pressure 37 gpm. Maximum working at 3 pounds working ressure. N 9 pressure • 110 psi. THREE SIZES: 2.HOSES FILTER/REGULATOR 500-gallon tank-600 lbs. % ID double steel-lined rubber. COMBINATION Diameter: 48" - Height 84" PSI Rating - 250 lbs. . Combines a 5-micron filter with a 300-gallon tank-400 lbs. 2.125 psi regulator. 3.HYDRAULIC COUPLER Diameter: 36" - Height 84" AND ADAPTORS 240 allon tank-300 lbs. %ID provides positive shut-off of fluid system on both sides of Top-Quality Diameter: 36" • Height 78" coupling. Working pressure 4000 U.L. LISTED psi,with burst pressure at 12,000 Accessories psi. Listed under specification No. 142 for aboue-ground tanks. 4.LIQUID LEVEL INDICATOR STEEL CONTAINMENT TUB Top mounted float gauge for To meet required needs for second. CODES: quick-check of oil level in tank. ary containment, 12-gauge steel Conforms to Uniform Fire Coda,' 5' x 5' x 3', holds 110`Jr; of the and meets all requirements of S.DISCHARGE OUTLET TUBE volume of the tank, and meets fire NFPA 30 for aboveground tanks. 2"diameter inside steel tube that code requirements. attaches to CAM-LOCK valve 4 providing for quick,clean removal a of tank's contents. AUTOMATIC OVERFLOW e SUT- &CONiCAL TOP Automatti alllly shuts off air flow to F Equipped with 4"emergency vent. pump to prevent overflow of tank. Allows tank to decompress inside Optional whistle alarm available. pressure over 2.5 psi. 2 PORTABLE Nf DRAIN UNiT - f Heavy duty Roll. Around Periscope units with 16-gallon drum and hydraulic q «� drain plug. i Hydraulic Coupler and Adaptor i THE ECOLOGICAL SOLUTION TO WASTE OIL STORAGE The EPA-EXEMPT Alternative to the High Cast, Risk and Hassle of Underground Tanks FEATURES MODEL. 300-- • 240, 300 Qr 500 GALLON STORAGE ABOVE GROUND CAPACITY. STORAGE TANK • FREE-STANDING VERTICAL TANK. • AIR-OPERATED SYSTEM. • U.L. #142' LISTED . • DRAINS PORTABLE UNITS IN ABOUT ;A MINUTE. 7. ADVANTAGES • -NO TANK VESTING HASSLE Agape is exempt from EPA resting regulations. M • NO LEAK MONITORING COSTS The entire system is above ground, • NO CLEAN-UP COSTS Underground leak clean-up costs are proivibiliue. f: • NO HIGH-RISK r INSURANCE PROBLEMS The Agape System Is couered by your regular property liability policy. • MINIMAL INSTALLATION The Agape System comes ready to use. Simple , instructions show how to connect to your air fi supply. No electrical connections/