Loading...
HomeMy WebLinkAbout05.H- Parks, Recreation & Community Services 5.H RESOLUTION (ID # 4415) DOC ID: 4415 C CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION Purchase Order From: Christina Chartier M/CC Meeting Date: 05/16/2016 Prepared by: Diane Cotto, (909) 384- 5052 Dept: Parks, Recreation & Community Ward(s): All Services Subject: Resolution of the Mayor and Common Council of the City of San Bernardino Authorizing the Execution of an Agreement and Issuance of an Annual Purchase Order with Two (2) One-Year Extensions at the City's Option to Quality Light and Electrical for Park Light Repair Services. (#4415) Current Business Registration Certificate: Yes Financial Impact: Account Budgeted Amount: $150,000 Account No.: 268-160-7442-5504 Account Description: Assembly Bill (AB) 1600 - Parkland and Open Space Fund Balance as of: April 15, 2016 is $411,729.44 Balance after approval of this item: $261,729.44 Please note this balance does not indicate available funding. It does not include non- encumbered reoccurring expenses or expenses incurred, but not yet processed Motion: Adopt the Resolution. Synopsis of Previous Council Action: No prior action taken. Background: The Parks, Recreation and Community Services Department ("Parks Department"), is responsible for maintaining the health and safety of 43 parks, senior centers, athletic fields and aquatic centers throughout the City. A common obstacle that impedes the Parks Department from this responsibility is vandalism and theft of park lighting. Virtually every City park has lighting issues. In those cases where park lighting has gone out due to vandalism or theft, it can take several weeks before a qualified electrician is procured to repair the situation. Without the ability to repair these situations quickly we limit the safety, security and use of the park or facility. On January 9, 2014, a formal bid process was initiated by the Public Works Department to solicit bids for street light repair services. Being that these services currently being provided by Quality Light and Electric are virtually the same as what is needed to bring the park lighting issues up to health and safety standards, the Parks, Recreation and Community Services Department will utilize the procurement documentation gathered Updated: 5/9/2016 by Georgeann "Gigi" Hanna C I Packet Pg. 368 5.H 4415 by the Public Works Department to justify Quality Light and Electric as the lowest and most responsible bidder. Notices were posted on the web, printed in the newspaper, and mailed to the Chamber of Commerce. Three vendors responded but none of them were located within the City of San Bernardino. The vendor, business location, and hourly rate for general maintenance & repair are listed below: Vendor Location Hourly Rate Quality Light and Electrical Bloomington, CA $70.00 Black and McDonald West Jordan, UT $126.30 California Professional Engineering La Puente, CA $240.00 After review of the bids, it was determined that the installation of new bases (street light poles) that are listed in the responses to the Request for Proposal became the largest cost. Since this item is not necessary for the repair of park lighting this item has been deducted from the scope of work. All bids were reviewed by Park Administrative staff with this revision taken into consideration thus establishing Quality Light and Electrical as the lowest bidder for general lighting maintenance and repair. Financial Impact: This activity will have no impact to the City's General Fund. Funding for this activity will come from the Parks and Recreation Department Capital Improvement Project (CIP) budget and is supported by the Assembly Bill (AB) 1600 - Parkland and Open Space Fund (#268-160-7442-5504). Recommendation Approval of this action will allow for improved lighting, security and access to the City's park facilities. Staff recommends that the Mayor and Common Council authorize the execution of an agreement and issuance of an annual purchase order in the amount of $150,000 to Quality Light and Electrical for park lighting repair services. City Attorney Review: Supporting Documents: Reso 4415 (DOC) Agrmt 4415 (PDF) Exhibit A (PDF) RFP F-14-15(PDF) Updated: 5/9/2016 by Georgeann "Gigi" Hanna C Packet Pg.369 5.H.a 1 RESOLUTION NO. 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF 3 SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT AND ISSUANCE OF AN ANNUAL PURCHASE ORDER WITH TWO (2) ONE-YEAR 4 EXTENSIONS AT THE CITY'S OPTION TO QUALITY LIGHT AND ELECTRICAL L FOR PARK LIGHT REPAIR SERVICES 5 w 6 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 7 J 8 SECTION 1. The City Manager of the City of San Bernardino is hereby authorized 2 9 and directed to execute a Vendor Services Agreement between the City of San Bernardino and L 10 Quality Light and Electrical, a copy of which is attached hereto identified as Exhibit "A," and p as 11 incorporated herein by reference as fully as though set forth at length. L 12 a SECTION 2. That pursuant to this determination the Director of Finance, or his 0- 13 designee, is hereby authorized to issue an annual purchase order to Quality Light and 14 E 15 Electrical, the lowest bidder, in the amount of$150,000 with two (2) one-year extensions at a 16 the City's option 17 SECTION 3. The Purchase Order shall reference this resolution number and shall in L O 18 read "Quality Light and Electrical for park light repair services. Agreement not to exceed 19 $150,000 and shall incorporate the terms and conditions of the agreement. r 20 21 SECTION 4. The authorization to execute the above referenced Purchase Order and 22 Agreement is rescinded if it is not executed by both parties within sixty (60) days of the m 23 passage of this resolution. c E 24 25 /// a 26 27 /// 28 1 Packet Pg.370 S.H.a 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT 2 AND ISSUANCE OF AN ANNUAL PURCHASE ORDER WITH TWO (2) ONE-YEAR EXTENSIONS AT THE CITY'S OPTION TO QUALITY LIGHT AND ELECTRICAL 3 FOR PARK LIGHT REPAIR SERVICES 4 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor 5 w 6 and Common Council of the City of San Bernardino at a 7 meeting thereof, held on the day of , 2016, by the following vote, as 1 T 8 to wit: 9 a L Council Members: AYES NAYS ABSTAIN ABSENT -°'a 10 0 11 MARQUEZ U 12 BARRIOS a 13 VALDIVIA r 14 SHORETT E 15 NICKEL Q 16 RICHARD 17 cn L 18 MULVIHILL -°a d 19 LO T 20 Georgeann Hanna, CMC, City Clerk v LO 21 The foregoing Resolution is hereby approved this day of 12016. 22 23 C W 24 R. Carey Davis, Mayor 25 City of San Bernardino Q 26 Approved as to form: Gary D. Saenz, City Attorney 27 28 By. 2 Packet Pg 371 5.H.b VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND QUALITY LIGHTING AND ELECTRICAL FOR PARK LIGHTING SERVICES t This Vendor Service Agreement is entered into this 16th day of May 2016, by and between Quality Lighting and Electrical ("VENDOR") and the City of San L Bernardino ("CITY" or "San Bernardino') Parks, Recreation and Community Services w Department. c L J WITNESSETH: Y CY 3 WHEREAS, the City of San Bernardino has determined that it is advantageous and in L the best interest of the CITY to contract for park lighting repair services from the VENDOR; and a� WHEREAS, the CITY did solicit and accept quotes from available vendors for the 2 3 CL provision of electrical repair, replacement and upgrade services for park lighting located within C w the City. E WHEREAS,the CITY would like to amend the current agreement with the VENDOR to a, a allow for the repair, replacement and upgrade of lighting at various parks and public park 2 a� facilities located within the City. in 0 c NOW,THEREFORE,the parties hereto agree as follows: > LO 1. SCOPE OF SERVICES. v Ln For the remuneration stipulated, CITY hereby engages the services of VENDOR to v provide those services set forth in RFQ F-14-15, a copy of which is on file in the Parks, E as a Recreation and Community Services Department and a copy of the Price form is attached hereto E as Exhibit"A," attached hereto and incorporated herein. a 1 Packet Pg. 372 2. COMPENSATION AND EXPENSES. a. For the services delineated above, the CITY, upon presentation of an invoice, shall U pay the VENDOR up to the amount of $150,000 for park light repair services w pursuant to RFQ F-14-15. Z _ b. No other expenditures made by VENDOR shall be reimbursed by CITY. J r.. 7 3. TERM; TERMINATION. a L E L The term of this Agreement shall be May 16, 2016 through June 30, 2016, with two (2) 0 as N f0 one-year extensions at the City's option. Option year one, if exercised, shall be effective July 1, a 2016 through June 30, 2017. Option year two, if exercised, shall be effective July 1 2017 r through June 30, 2018. d This Agreement may be terminated at any time by with thirty (30) days written notice by Q a� either party. The terms of this Agreement shall remain in force unless amended by written d agreement of the parties executed on or before the date of the expiration of current term of the o agreement. > Ln �r Ln 4. INDEMNITY. �r w CITY agrees to indemnify and hold harmless VENDOR, its officers, agents and E a volunteers from any and all claims, actions, losses, damages and/or liability resulting from E CITY's negligent acts or omissions arising from the CITY's performance of its obligations under w a the Agreement. Packet Pg.373 5.H.b VENDOR agrees to indemnify and hold harmless the CITY, its officers, agents, and volunteers from any and all claims, actions, losses, damages and/or liability resulting from VENDOR's negligent acts or omissions arising from the VENDOR's performance of its obligations under the Agreement. U d In the event the CITY and/or the VENDOR is found to be comparatively at fault for any claim, action, loss, or damage which results from their respective obligations under the J Agreement, the CITY and/or VENDOR shall indemnify the other to the extent of this comparative fault. L 5. INSURANCE. 0 d y M While not restricting or limiting the foregoing, during the term of this Agreement, a VENDOR shall maintain in effect policies of comprehensive public, general and automobile liability insurance, in the amount of$1,000,000.00 combined single limit, and statutory workers' a� compensation coverage, and shall file copies of said policies with the CITY's Risk Manager Q m prior to undertaking any work under this Agreement. CITY shall be set forth as an additional L named insured in each policy of insurance provided hereunder. The Certificate of Insurance o _ furnished to the CITY shall require the insurer to notify CITY of any change or termination in > the policy. Ln 6. NON-DISCRIMINATION. v �r w In the performance of this Agreement and in the hiring and recruitment of employees, E Q VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, E discrimination in employment of persons because of their race, religion, color, national origin, a ancestry, age, mental or physical disability, medical condition, marital status, sexual gender or Q 3 Packet Pg. 374' i sexual orientation, or any other status protected by law, except as permitted pursuant to Section 12940 of the California Government Code. 7. INDEPENDENT CONTRACTOR. U VENDOR shall perform work tasks provided by this Agreement, but for all intents and U a� purposes VENDOR shall be an independent contractor and not an agent or employee of the _ CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of Income Tax, Social Security, State Disability Insurance Compensation, Unemployment �o Compensation, and other payroll deductions for VENDOR and its officers, agents, and a E employees, and all business licenses, if any are required, in connection with the services to be 0 d N f0 performed hereunder. 2- a S. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. VENDOR warrants that it possesses or shall obtain, and maintain a business registration d certificate pursuant to Chapter 5 of the Municipal Code, and any other license, permits, Q d qualifications, insurance and approval of whatever nature that are legally required of VENDOR d to practice its business or profession. o 9. NOTICES. > Any notices to be given pursuant to this Agreement shall be deposited with the United States Postal Service,postage prepaid and addressed as follows: v �r TO THE CITY: City of San Bernardino E Parks, Recreation, and Community Services Department Q 201 North"D" Street San Bernardino, CA 92401 E Attn: Jim Tickemyer, Director Telephone: (909)384-5150 Q TO THE VENDOR: Quality Light and Electrical 11055 Alder Avenue ce Bloomington,CA 92316 Packet Pg.,375 5.H.b Attn: Greg Bolinger Telephone: (909) 421-8668 10. ATTORNEYS' FEES In the event that litigation is brought by any party in connection with this Agreement,the Uj d prevailing party shall be entitled to recover from the opposing party all costs and expenses, c including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of its a, J rights or remedies hereunder or the enforcement of any of the terms, conditions or provisions hereof. The costs, salary and expenses of the City Attorney and members of his office in a enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' fees" for the 0 CD N purposes of this paragraph. v a 11. ASSIGNMENT. i VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or as encumber all or any part of the VENDOR's interest in this Agreement without CITY's prior a written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void 2 d co and shall constitute a breach of this Agreement and cause for the termination of this Agreement. o c Regardless of CITY's consent, no subletting or assignment shall release VENDOR of > LO VENDOR's obligation to perform all other obligations to be performed by VENDOR hereunder LO for the term of this Agreement. v 12. VENUE. E as Q The parties hereto agree that all actions or proceedings arising in connection with this E Agreement shall be tried and litigated either in the State courts located in the County of San w a Bernardino, State of California or the U.S. District Court for the Central District of California, 5 Packet Pg.376 s a Riverside Division. The aforementioned choice of venue is intended by the parties to be the mandatory and not permissive in nature. 13. GOVERNING LAW. U This Agreement shall be governed by the laws of the State of California. d 14. SUCCESSORS AND ASSIGNS. M This Agreement shall be binding on and inure to the benefit of the parties to this J Agreement and their respective heirs, representatives, successors,and assigns. CY 15. HEADINGS. L a� E L The subject headings of the sections of this Agreement are included for the purposes of 0 a� N f0 convenience only and shall not affect the construction or the interpretation of any of its a provisions. 16. SEVERABILITY. a k4bo, E If any provision of this Agreement is determined by a court of competent jurisdiction to Q be invalid or unenforceable for any reason, such determination shall not affect the validity or L d enforceability of the remaining terms and provisions hereof or of the offending provision in any o c other circumstance, and the remaining provisions of this Agreement shall remain in full force > LO and effect. � 7t Ln 17. ENTIRE AGREEMENT; MODIFICATION. �r w This Agreement constitutes the entire agreement and the understanding between the E Q parties, and supersedes any prior agreements and understandings relating to the subject manner a� E of this Agreement. This Agreement may be modified or amended only by a written instrument executed by all parties to this Agreement. a Packet Pg.377 5.H.b VENDOR SERVICES AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND QUALITY LIGHTING AND ELECTRICAL FOR PARK LIGHTING SERVICES IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and date set forth below. L LUr U d Dated: 12016 VENDOR By: rn J Its: c� L E L Dated , 2016 CITY OF SAN BERNARDINO 0 d N fC By: Mark Scott, City Manager a Approved as to Form: _ Gary D. Saenz City Attorney 1° d By. d L a Cn L O d r 7 Ln T" i+ E L a E a 7 Packet Pg.378 (3ia;3a13 pue IgBi-1 Al!leno Japio asegaand pue;uauaaaJ6y aainaaS aopuan : SG7b) d;iq!gx3 :Iuewgoe;;y u vs Cl) L _cu J t— O d O d s�;a C ca O Q " * U d cn m O O - ai o0oC) 0 0 o000 ?, 0 CO) °oa »9• CD >_ O Ln In '. CZ O 6 0 0 6 O O O F— 0 0 0 0 Q r z �- .0 O N N N N N N N u7 O O O 0 Q * Y C'7 C7 Co Co a N Cli U O � f C) LO a N Cq ;t + a E3 41 O o o 0 0 0 o O °0 0 0 0 C ' co M C`7 M M LO Q co .; L O O O O r r. U O N N N N N N O a) O O O O O Z O CA N N N N L6 L6 Uz` � EH ER (Z) V./ W >s N �ter N `rte �v ;,fir.t�eF;�E •� � (6 U o c� s= o 0 0 O o N W ° o° c°7oo °o °� o0 0000 CO cco c � o 0 0 0 o cc z CO c> ;� ►.t m e CD o ci o 0 0 0 0 0 0 0 c� :;-.�F, y'I O rte- i` f` rte- Iti r` t� LO U) LO Lo O C r �", c6 Lt7 N N " C'4 r T' p Co r ,,,, O 63 CO- LL 7 ';YaF" rll m Cf 4c j' F cc s .a'%i. i. cu 0 06 C 06 ca J tSf U CL Q C D� gg +-' O •� to is _ m cys w O Q AQ a !!) z `O ca cn w cn 0 a) (n c� c co CD CO cu m cu CD h(n O [� r- C O- (D m O N O a LO r.;:LGi Q1 O r r r CO X CL cu s— CD N Lo r� ¢ w w t}ot M c- c.6 r w MR, � jt �s to.-,"sue°. -L!' trk:..: ',/. 'n• ��° �? <5 r 4 s I i i AF A i City of San Bernardino TECHNICAL SPECIFICATl0II S i l RFP F-14-15 ff � S REETLIGHT REPAIR SERVICES QONTRACT i d w c NOTI E: "SPECIAL INSTRUCTIONS TO THE BIDDER" r PROJECT DESCRIPTIO i J The Public Works D partment, Operation & Maintenari e Division is responsible for maintenance and rep r of streetlights owned by the City f San Bernardino. The City's streetlights inventory total approximately 11,000 streetlig ts. The goal of the Streetlight Maintenance prograrr `is to keep all streetlights operational. The intent of this Request ° for Proposal is to sol rit proposals from qualified vendor with experience in providing o Streetlight Repair Ser ices. The City is looking for the most st responsive and responsible = vendor that will be committed to provide the best level ol service in repairing the City's Streetlights. Through formal bid process, the City of San Bernardino intends to enter a into an agreement wit a qualified vendor for Streetlight R epair Services. The vendor will be e 4ected to use its own equipment, iools, and manpower to repair the City's streetlights. Services: a Bidder shall complete right-hand column indicating brief reasoning for excepts qs to requirements when not acct ptable. State "Acceptable" if cn requirern ants are agreeable as set forth in I ft-hand column. o Equipment: _ Bidder shl all complete right-hand column i id,cating specific size and or > make a � model of all components when iot exactly as specified. State Ln; "As Spe ified" if item is exactly as set forth i A the left-hand column. L0 LL a c .y a i j Packet Pg. 380 I j j FAILURE TO C MPLETE RIGHT HAND COLUMN WILL INVALIDATE BID ICATE?(:O[tY 1 A; CEI'TABL1 /AS SPECIFIED 1. GENERAL.MAINTEN ( l� General maintenance will j consist of all operations and .2 repairs starting from the 16li box or bottom of streetlight pole where the fuse bold-A' or secondary power starts is w necessary to keep all stye tlights operational. The vendor j will have an available call �-ntcr 24/7, general overhead, all I equipment, qualified pegs i nel, and the replacement of all ACCEPTABLE components of light fixttr c;s including replacement of the entire luminaries a General 13lectric Luminaries approved by the City. Replace ballast',.l starters, igniters, fuses, lenses, c reflectors, connective wirir L fuse holders, photo cells, and shorting caps that have ailed due to normal age or 0 deterioration. Also iinclu is general cleaning of general N components of the :fixture c siring any repair of the luminaries = that may interfere with the i rumination of the street. I :3 n. General maintenance must Also include repairs of any day burners or complete lete circ i�ts that are energized du to � photocell being painted o n service pedestal, or any other j E reason for light to be on d ring daylight hours. The vendor ACCEPTABLE: must first report general ma ntenance work to the Streetlight Supervisor and receive alithorization before performing repairs. W '1'he City will give the vend i work orders on lighting outage for necessary repairs. All •-ported inoperable lights should CD be repaired in five (5) wor sing days or less. Services shall ACCEPTABLE: include a 24-11our toll free alt center operation. L' �r General Maintenance 41 I not include removal of LO knockdowns nor under ro r d Edison feeds. LL Routine replacement of fai c d lamps (bulbs) and photocells, a. ballast's, starters igniters, standard lenses and reflectors. I' Repair includes the pro lsion of appropriately trained I personnel, equipment and overhead equipment necessary to ACCEPTABLE s routinely replace lamps, Iiotocells, and other streetlight components, cleaning of the lenses as necessary in l Q conjunction with the repai.-, replacement of lenses that are discolored or damaged. I` is applies to equipment that has failed due to normal age an or deterioration as well as acts of nature and vandalism. ;! I j l � j Packet Pg. 381 i Provide a repair cost breakdown for the following: i 1-20 lights ' 21-50 lights 51-75 lights 76-100 lights w 'The contractor will also rep ace knocked down street lighting standards. Where a pole ba.e is present the contractor will set a new pole, mast arm, fa lure, wiring,and fuse holders so i street light is fully operatior Lill. The contractor will also pour a concrete cap around the p .e base so it is flush with the A�CE PTABLE 3 sidewalk. When the pole to l e replaced is a direct burial CY L pole the contractor will dig and pour a new concrete base following the City Street Lighting Specifications. The O contractor will set the new role afier waiting 3 days or 72 hours. '17re contractor will t 'pn follow the guidelines outlined for replacing a pole as previously stated. The City will furnish all materials, poles, mast arms, anchor bolts,and -ac fixtures with lamp and phot rcells, a c Extra work: Includes any special work not covered above, E such as series Iighting rel air, maintenance and contractor negligence. Price should be expressed in doIIars per hour for. € each class of employee inc >isive of equipment that may be ; U used on the job. Specia ized equipment other than the standard bucket truck used Cpr routine repairs may be priced A C:EPTABLE L separately on a per hour bas i c 2. PARTS i LO T Materials shalt not be included in the Proposal. Approval `r f:rorn City stafT is required Yefore materials can be added to A CZ P`I'ABLE L the service Charge. T 3. STANDARDS OF PERT ORMANCE a U- Services shall be performe 'under the Contract in a skillful and competent manner; consistent with the standards generally recognized as tieing employed by licensed I electricians in the sank dis uipline in the State of California. A EPI'ABLIr The vendor represents and iaaintains that it is skilled in the Q professional calling necessary to perform the Services. 'The vendor warrants that all en liloyees and subcontractors shall I have sufficient skill, experience, and license to perform the Services assigned to them. i s Packet Pg. 382 I 5.H.d The vendor must provide a c computer or lap top with internet access for use by the teelu i ian to receive and close work orders using the City's iW iQ work order tracking system. i LC.E PTABLE Instruction on using the i i•Q system will be provided by the City. U fL- m — w c 4. Ot.JAI.,IFICA'1'IONS/I.,IC.I,"rNSI:S a' T- J i 7+ Qualified personnel shall perform all.services. All work with .6 the exception of the repla„nhent of bulbs and photocells c shall be performed by lice► sed electricians or .journeyman i lineman or under the di, et supervision of a licensed -CI PTABLE/AS SPECIKED O electrician or journeyman LLeman. Street:liglit systems are N generally "live” systems wl i 3h means the lines are hot from the service point, through tl e. conduit, up the pole and to the photocell. A journeynhar electrician with high voltage a splicing training shall be rk,,4wired to work on live systems. 77he vendor represents hat it, its employees and c subcontractors have all li.c t ses, permits, qualifications and E approvals of whatever nat i,•e that are legally required to a perform the Services, including a City business License, and Q that such licenses and i provals shall be maintained throughout the term that ser v�ces are provided. The qualified contractor must have curm t C-1.0 California Contractors cn license. o c a� 5. EQUIPMNI,E PERSONN El,AND SUPPLIES 'File vendor will provide all equipilient, and trained personnel to provide timely maintenance j and repairs. Provide a tn feedback mechanism to keep the City informed on the status A C E PTABLE 4 of maintenance and Suggested d iepai.rs. The City will supply I c- lamps, photocells, ballasts, • i?d fixtures. 6. FIXED Fl:-,'E CU s Provide a pricing proposal Chat is a fixed fee per streetlight per month. This category bes not include replacement of :A(:'--E PI'ABLE/AS SPECIFIED Q knockdowns or the addition f new fixtures where no fixture currently exists. i i j Packet Pg. 383 i I Provide a repair cost breakd n for the following: f 1-20 Iights 21-50 lights ACCEPTABLE 51-75 lights 76-100 lights y U i d 7. EXPERIENCE w v R The vendor shall be knowledgeable of matters pertaining to street lighting, such as ever, efficiency, light pollution and applicable municipal and firancial processes in the City of San Bernardino. The vend r must have a minimum of five ACCEPTABLE (5) years' experience in providing duality streetlight maintenance services. The City of San Bernardino desires a vendor that considers street i Yht maintenance services a high o priority. The vendor shall d,--nonstrate its ability to complete i j the following: f L 1. Capable of troublesh.00tii g energised systems 2. Capable of using sheath flault locating equipment { a 3. Capable of line locating E a� S. WASTE DISPOSAL I �' Q City Yard C(;EPTABLE 2 m 9. REFERENCE LIST i O Provide three (3) local government agencies and/or company's previous or current contact references that LO support your ability to 1.iovide streetlight maintenance CC}EP1'AC3LB services. 10. CONTRACTOR NON 'OMPLIANCE j r a A. if the Public Works D artment Director, or designee, j determines that there awl deficiencies in the contractor's perf'ori-dance, the Public Works Director, or designee, -CE pTABL.,L will provide a written notice to the vendor stating the s deficiencies and specif ng a time frame to correct the specified deficiencies. I This time frame shall be Q reasonable, as determined by the Public Works l Department Director, or designee, to Correct the specified deficiencies. i I i Packet Pg. 384 I I t I F B. Should the vendor fail t correct any deficiencies within the stated time fibiffle, the Public Works i Department Director, oi. designee, may exercise the following measures: j 1. Deduct from the endor's payment the amount Al.CE PTABLE L necessary to correct the deficiency, including City a overhead costs and inipose a deficiency deduction. W 2. Withhold the entire or partial payment CO 3. Terminate the con T act. � I � a L Q� j L O Q� N I I VJ L a v c c m I m i Q i U i d L i o c I tn T I � Ill a' I i I � T T I I LL JI a I I � c a� E U f Q i I s I Packet Pg. 385 i S.H.d PRICE FORM REQUEST FOR QUOTES: RFP F-14-15 DESCRIPTION OF RFP: Street Light Repair Services .L COMPANY NAME/ADDRESS: QUALITY L1.MT AND ELECTRICAL ALD.R AVE. w BL(X:MINGTON CA 92316 v J NAME OF AUTHORIZED REPRESENTATIVE: GREG E3OLINGER CJ L Q TELEPHONE NO. 909-421-8668 0 FAX NO. 909-42:1-1:331 a. ITEM HOURLY RATE 1. General Maintenance & Repair NOW 70.00 m a) 1-20 lights $ a b) 21-50 lights $ 70.00 2 c) 51-75 lights $ 70.00 Lo d) 76-100 fights $ 70.00 70.00 LO 2. Additional Service & Repair $ 70.00 3. Monthly Night Inspections $ LO T- 4 r 4. Extra Work (use extra sheet(s) if necessary) U- CL U- a) Employee Class Ei,,wrw Lc,LAN $ .70.00 _ LADDER TRUCK $ 70.00 E s BACK HOE $ 150. 00 Q CRANE $ 150. 00 Packet Pg.386 Price Form (Continued) HOURLY RATE � b) Specialized Equipment $ 70.0{) L r U d 5. Base Replacement W 2.: 00. 00 1 — 5 Bases $ 2.500 . 00 9 6 — 10 Bases 11 — 15 Bases $ - ;,,i00. 00 L 16—20 Bases $� 2500. 00 0 6. Emergency Service/Parts & Materials $ 3.40.00 U L a c c ANNUAL PURCHASE ORDER E d Effective on or about February 1, 2014 through June 30, 2014 plus two (2) single year options, a for City's partial requirements, on an as-needed basis, with no guaranteed usage. Option year one, if exercised, shall be effective July 1, 2014 through June 30, 2015. (n Option year two, if exercised, shall be effective July 1, 2015 through June 30, 2016. �°a c Prices may be adjusted annually (on the day the contract was signed by the City of San > Bernardino and the vendor). Under no circumstances will adjustments in the fees exceed five (5) percent: per additional period. Vendor must provide the City 60 (sixty) day written � notification of any proposed price increase. Price increases shall become effective 30 (thirty) days after the City receives written notification of such increases. Vendor must also pass on any decreases in the same way. LL a. Actual option year pricing shall be negotiated with the successful Bidder(s) prior to exercising W of any given option year. Option years shall become effective only upon issuance by the City of a duly authorized Purchase Order. U f6 Q ( Packet Pg.387 I I MW I Are there any other a c itional or incidental costs, which willl be required by y9iiU4m in order to meet the req iEements of the Technical Specific4 io�s? Yes /( No (circle one). If you ans Bred "Yes", please provide detail of said additional costs: I� i I 2 L U W c Please indicate any el' 'ments of the Technical Specifications that cannot be met by your i � firm. CEMENT POLE B SES WILL BE DONE BY OUP SUB CONTRACTOR I � j C! d I � I L 0 d ,Have you included in ?ur bid all informational items and forms as requested? Yes ' / No (circle one). If you answered No , please e cplain: L I I � a E a c ca E d d a U This offer shall emain firm for 120 days from RFP lose date. Terms and coni I jtions as set forth in this RFP apply to,this bid. `n 1 0 Cash discount allowable % 0 days; unless othQrWise stated, payment terms are: Net thirty (90) days. i f T In signing this bid, Bidder warrants that all certificate ns and documents requested herein are attached and properly completed and sic' nod. r II From time to tin e, the City may issue one or more ' ddenda to this RFP. Below, u please indicate II Addenda to this RFP received bj your firm, and the date said w Addenda was/ ere received. jc id s I Q I I i I Packet_Pg.388 n i W 2m References CY L Costco Wholesale -E 16505 Sierra Lakes Pkwy. o Fontana, Ca 92336 909-770-5639 L Attn: Rick.Battistoni CL C Stater Brother's Markets 909-733-5043 E Attn: Veronica Matzenauer L US Postal Service 619-758-7330 Michael Powszok LO L I r I r LL IL Ce c d E l s I � Q i 1 � i Packet Pg.389 5.H.d i i I Verificati n of Addenda Received i I Addend 'No: Received on: AddendNo: Received on: + _ �L W I U { d AUTHORIZED 51GNA WRE: ' w v PRINT SIGNES NAME AND TITLE: GREG BBL NGER a� i J CORP. SECRETARY r U DATE SIGNED: 1 /21/14 COMPANY NA\4E & ADDRESS: QUALITY �1GHT AND ELECTRICAL 1 O-55 AL ER AVE. BLOCMlNG ON CA 92316 � a c R PHONE:909-4 -8668 FAX: 909-421-1331 EMAIL: QLE @CYBERTI:ME.NET E IF SUBMITTIN A "NO BID", PLEASE STATE REASON(S) BELOW: a d 2 I rn Lo c v Ln u: a. UL r c m s U ca Q Packet Pg.390 1 i S.H.d 3 � !jl NON - COLLUSION AFFIDAVIT � I TO: THE CO VIMON COUNCIL, CITY OF SAN BERNARDINO L In accordance 'ith Title 23, United States Code,;Section 112, the undersigned hereby states, Linder penalty of perjury: j w That he/she ha not, either directly or indirectly, entered into any agreement, participated in e r y collusion, or otherwise taken action in restraint of free competitive bid ng in connection with RFP F-14-15,. B iness Name QUALITY LIGHT At EL `THICAL C� m B �iness Address Z �t3 CA /231 _ 0 I N I = Signature of bidder X '-! ✓ L a c c Place of Resid rice m Subscribed and swor before me this ay of ' 20 d Notary Public in and for he County of , State of U) California. d > LO My commission expires �, 20 "SEE A p��gCAe tt -:� ISM FOR VII�ri!' i a 1 � c F I I � r a i i i i Packet Pg. 391 f . I State of California County of bwtunttoo i Subscribed and sworn io (or affirmed) before nee on this 2 Z_ day c w U of �c�n �,�,r—; _ �0_ by W proved to me on the basis of satisfactory evidence to be the person(s'j J who appeared before r ne. Y 0 I N ~ � MATTHEW MAR -� Commission # 20, L `- E' z L z;��4 ' Notary Public -California D a z San Bernardino C linty c My Corom,Expires Jan 17,2017 - i +• I C i I d Signature OPTIONAL Though the information below,is not required by law, it may prove valuable top ersons retying on the document y and could preveni fraudulent removal and reattachment of this form tq another document. to Description of Attached pcument ' ' -°a f f Title or Type of Document: to t-04__..__ l T JG;,l�i 1 f'. Document Date: _Number of Pages: Signer(s)Other Than Named above: I � LO Capacity(ies) Claimed by $igner(s) r LL Signer's Name:_ _ _ __. Signer's Name: a CJ Individual i=1 Individual F.] Corporate Officer—Title( ): 0 Corporate Officer—Title(s): ❑ Partner--Cl Limited 0 G e�teral _ _ ❑Partner--❑ Limited Cl General , i E i J Attorney in Fact - CI Attorney in Fact ` Top of thumb here 'Top of thumb here [J Trustee D Trustee I L.-I Guardian or Conservator El Guardian or Conservator V a D Other:_ _ _ CJ Other: _ Signer Is Representing:_ Signer Is Representing: G2007 National Notary Association•9350 De S'QIo Ave.,P.Q.pox 2402•Chatsworth,CA 91313-2402•www.NatiotialNotery.org 11aM#5907 Reorder:Cal Toll-Free 1-900•B76-6627 i i Packet Pg.392