HomeMy WebLinkAbout2018-06-26 - AGENDA REPORTS - SANTA CLARITA SHERIFF'S STATION PROJ F3023 - GRADI (2)Agenda Item: 5
DATE: June 26, 2018
SUBJECT: SANTA CLARITA VALLEY SHERIFF'S STATION, PROJECT F3023
- AWARD GRADING CONTRACT
DEPARTMENT: Public Works
PRESENTER: Damon Letz
RECOMMENDED ACTION
City Council:
1. Approve the plans and specifications for the Santa Clarita Valley Sheriff's Station Phase
III A Grading, including retaining walls, drainage improvements, traffic control, erosion
control, and demolition, Project F3023.
2. Award a contract for the Phase III A Grading to R.C. Becker and Son, Inc. in the amount of
$1,432,439, and authorize a contingency in the amount of $214,866, for a total contract
amount not to exceed $1,647,305.
3. Extend the current contract and authorize an increase expenditure authority for project
management support services and enviromental monitoring support with MNS Engineers, in
the amount of $150,000.
4. Extend the current contract and authorize an increase expenditure authority for geotechnical
services during the grading phase with R. T. Frankian & Associates, in the amount of
$125,205, and authorize a contingency in the amount of $12,500, for a total contract amount
not to exceed $137,705.
5. Extend the current contract and authorize an increase expenditure authority for civil
engineering and surveying during the grading phase with Hunsaker & Associates, in the
amount of $27,850, and authorize a contingency in the amount of $2,785, for a total contract
amount not to exceed $30,635.
Page 1
6. Award a contract for the leasing of a construction trailer to Design Space, in the amount of
$52,317, and authorize a contingency in the amount of $5,230, for a total contract amount not
to exceed $57,547.
7. Authorize an agreement with the Santa Clarita Valley Water Agency for the installation of
water infrastructure in the amount of $2,262,570.
8. Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
In May 2016, the City of Santa Clarita (City) and Los Angeles County (County) entered into a
Memorandum of Understanding (MOU) to construct a new 45,000 -square -foot sheriffs station,
along with a 4,000 -square -foot vehicle maintenance facility and helipad to serve the entire Santa
Clarita Valley. The current station located at 23740 Magic Mountain Parkway was built in 1972
and is no longer adequate to effectively serve the needs of the community. The Santa Clarita
Valley Sheriff s Station (Sheriff s Station) is identified in the Public Safety theme of the City's
five-year strategic plan, Santa Clarita 2020.
In November 2016, the City Council awarded contracts for Phase I of the project, which included
the preparation of the environmental and geotechnical studies and concept design for the project.
Subsequently in June 2017, the Initial Study and Mitigated Negative Declaration (IS/MND) for
the project was completed in compliance with the California Environmental Quality Act as part
of Phase L The final MND was approved and certified by the City Council on August 22, 2017.
In October 2017, the City Council awarded the contract for Phase II of the project, which
included finalizing the concept design developed in Phase I, and the preparation of all associated
architectural, structural, and civil engineering drawings and specifications necessary for the
construction of the project.
The construction of the Sheriff s Station has been divided into the following three phases:
Phase III A Grading, which includes fine grading, retaining walls, drainage devices, erosion
control, traffic control, construction water, and demolition.
Phase III B Onsite Construction, which includes the main station, detention facility, vehicle
maintenance building, visitor parking, staff parking, generator, fuel station, wet utilities, dry
utilities, radio antenna, perimeter wall, landscaping, furnishings, fixtures, and equipment.
Phase III C Offsite Construction, which includes bringing wet and dry utilities to the site
including water, gas, power, AT&T telephone, AT&T fiber, Spectrum Fiber, Spectrum cable
TV, sewer, storm drain, and roadway improvements including median modifications, west curb
and gutter, west streetlights, paving, west sidewalk, commercial driveways, and emergency
response traffic signal.
Page 2
Phase III A Grading
An invitation to bid for grading and associated work was published three times: April 27, 28, and
May 4, 2018, and was posted on the City's website. Plans and specifications were uploaded to
the City's website. Two bids were submitted to the City and opened by Purchasing on May 30,
2018. The results are shown below:
Company
R.C. Becker and Son, Inc
C.A. Rasmussen, Inc.
Location
Santa Clarita, CA
Santa Clarita, CA
Bid Amount
$1,432,438.76
$1,535,892.53
Staff recommends the project be awarded to R. C. Becker and Son, Inc., the lowest responsive
bidder. R.C. Becker and Son, Inc. possesses a valid Class A State Contractor License and is in
good standing with the Contractors State License Board. The contractor's bid has been reviewed
for accuracy and conformance to the contract documents and was found to be complete.
The requested construction contingency amount of 15 percent will cover the cost of unforeseen
site conditions, such as potential for adjustments to the engineered grades, utility conflicts,
abandoned utilities not shown in record drawings, change order requests made by the contractor,
and change orders for additional work ordered by the City.
The MOU between the City and the County stipulates the contract for the Phase III A Grading is
subject to approval by the County. The County has been included throughout the selection
process for the contractor and supports the selection of R.C. Becker and Son, Inc. to provide
construction services for Phase III A Grading.
In November 2016, the City Council approved contracts with MNS Engineers, Inc., R.T.
Frankian & Associates, and Hunsaker & Associates for various components of Phases I and II of
the project. MNS Engineers, Inc. has assisted with project management and will be needed to
assist with coordination efforts with other agencies and the permitting process. R.T. Frankian &
Associates has provided geotechnical site studies and soil testing, while Hunsaker & Associates
has provided civil engineering and surveying for the design of the facility. The knowledge and
expertise of each firm continue to be valuable assets to the City and are needed to ensure
compliance with the design specifications and environmental document. Staff has negotiated a
fair and reasonable price with these firms for the work required to complete Phase III A Grading.
The recommended action to extend the current contracts for each firm will provide for an
uninterrupted transition from Phase II to Phase III A Grading.
Construction Trailer Lease
An invitation to bid for the leasing of a construction trailer and associated work was posted on
the City's website, including plans and specifications. One bid was submitted to the City and
opened by Purchasing on May 29, 2018. The result is shown below:
Company
Design Space
Location
Mission Viejo, CA
Bid Amount
$52,317.00
Staff recommends the project be awarded to Design Space, the lowest responsive bidder. The bid
has been reviewed for accuracy and conformance to the contract documents and was found to be
Page 3
complete.
The requested contingency will cover the cost of unforeseen site conditions, such as potential
adjustments to the placement of the trailer, utility conflicts, change order requests made by the
contractor, and change orders for additional work ordered by the City.
Santa Clarita Valley Water Agency
In May 2017, the City Council contracted with the Santa Clarita Valley Water Agency, formerly
the Santa Clarita Water Division, to provide the design of the offsite water infrastructure within
Golden Valley Road. The system has been designed to be installed in two phases. The first phase
will provide water for the grading work, while the second phase will provide fire protection,
domestic, and irrigation water for Phase III B Onsite Construction. This request will provide the
necessary funding to complete both construction phases of the water line.
The existing budget allows for awarding the construction and construction engineering support
contracts and will provide for staff time for project management, public works inspection, labor
compliance, temporary utilities, environmental inspections including a tribal monitor, biologist
and Storm Water Pollution Prevention Plan monitoring, and miscellaneous project administrative
costs which will include items such as trailer janitorial services, utilities to the construction
trailer, construction cameras and project software.
ALTERNATIVE ACTION
Other action as determined by the City Council.
FISCAL IMPACT
Adequate funds are available in Trust Account 102-2010.073 (SCV Sheriffs Station - County
Contribution) to provide for the recommended contracts.
ATTACHMENTS
Location Map
Bid Proposal for R.C. Becker and Son, Inc. (available in the City Clerk's Reading File)
Bid Proposal for Design Space (available in the City Clerk's Reading File)
Scope of Work for Santa Clarita Water Agency (available in the City Clerk's Reading File)
Page 4
SECTION C: PROPOSAL
FOR
Santa ClaritaValley Sheriff's Station - Phase III A
Grading, Retaining Walls, Drainage Improvements, Traffic Control, Erosion Control, and
Demolition
Bid No. ENG-17-1@-F3A23*A
Project No. F8023 -A
City of Santa Clarita, California
TO THE CITY OFSANTA CLAR[TA.A8AGENCY:
In accordance with AGENCY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all
metehals, aquipmen, hzols, kabor, and incidentals required for the above -stated project as set forth in the plans,
opeu�cat�nn.and oontmctdouume�etherefore, and tope�U
onn�wnrkin1hemennero~ddmepreschbedtherein.
BIDDER declares that this proposal is based upon careful examination of the work site, plans,opeuificotiona
INSTRUCTIONS TO B|DDERS, and all other contract documents. If this proposal is accepted for award, BIDDER
-
agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the ~'"~||-vving BID
SCHEDULE. BIDDER undeo�andethat failure toenter into acontract inthe manner and time naech~e"",,'�||reau|t�'
fo�oituretoA[3ENCYofthe proposal guarantee accompanying this pmpoaa|. p °
BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID
SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be
based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO
INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM
THE CONTRACT. It is agreed that the unit and/or lump mum price(o) bid include all appurtenant expenses, taxes
roya|tiee, and fees for the project's duration. In case of discrepancies in the amounts bid unit prices shall
over extended amounts, and words shall govern over figures.
' ''
If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the
required contract and filing the necessary bonds and insurance certificates within ten working days after the dote of
the AGENCY^enotice ofaward ufcontract tothe BIDDER, the proceeds
- the aecu�yecoompen�n="hiobid shall
become the property of the AGENCY and this bid and the acceptance hereof may, at the A(�EN^u'~ option be
considered null and void.
' "' ° '
Company Name: R.C. Becker and Son. Inc
Company Address: 2O355Kelly Johnson Pkwy
Santa Ciarita, CA 91355
By: John Becker
Print Name
Vice President
SantaCkarita. Valley Sheriff oStation - Phase III A,Grading, Retaining Walls, Drainage Improvements, ' '
Project No. F3023 -A
C-|
Santa Clarita Valley Sheriff's Station — Phase III A
Grading, Retaining Walls, Drainage Improvements, Traffic Control, Erosion Control and
Demolition
Bid No. ENG 17-18 — F3023 -A
Project No. F30 3-A
City of Santa Clarita, California
MOBILIZATION (NOT TO EXCEED 2% OF TOTAL BID)
1
LS
29,0010.00
SWPPPANQMP IMPLEMENTATION (ENTIRE SITE)
1
LS
10,8 0,00
SUBTOTAL A.
39,800.00
SEE,
C019'a"
3
EXCAVATE AND REMOVE EXISTING 30" RCP
73
LF
36.23
2,644.79
4
DEMOLISH & REMOVE EXIST. CONCRETE HEADWALL
1
EA
1,023:40
1,023.00
5
REMOVE EXISTING PAVEMENT (Section thickness assumed to be
3"AC/6"AB, but reguires field verification)
5,691
SF
031
4,6,09,71
6
REMOVE EXISTING FIBER AND COPPER LINES BETWEEN
PANEL AND HAND HOLES
139
LF
7.03
977.17
7
REMOVE EXISTING FENCE1,
589--7,
LF
2-38
3,78'1,82
8
REMOVR E EXISTING FIRE RISER AND ABANDONED DOMESTIC
WATELINE
1
EA
1,040.00
1,040.00
SUBTOTAL B:,
IN
14,076,49
9
7
CLEARING
LEAR I NG '� GRUBBING
8,15
AC
1,568.00
12,779.20
10
MASS EXCAVATI�
ION
14,530
CY
7,14
103,744,2C
REM
M I L(Qa�
a�
1,450
CY
12,68
18,386.00
12
REMEDIAL (QIs)
2,970
CY
23.64
70,21030
13
LOT OVER -EXCAVATION
40,940
CY
5.35
219,029,010
14
STOCKPILE OFF-SITE
1,030
CY
2120
20,806.00
16
EXPORT
5,780
CY
23,64
136,061.20,
16
FINE GRADE
228,293
SF
L=43,37H7
SUBTOTAL C:
624,392.07
17
CONSTRUCT 8a TERRACE DRAIN
220
LF
57,37
12,621,1.40
18
CONSTRUCT DOWN DRAIN
244
LF
40,61
19,908.84
19
CONSTRUCT RIP -RAP APRON
505
SF
2435
12,296,75
20
CONSTRUCT SPLASH WALL
165
LF
70,84
111,688,60
21
CONSTRUCT TRAPEZOIDAL DRAIN
1,182
LF
35-80
42,31530
22
CONSTRUCT TOE DRAIN AND CONCRETE CURB
423
LF
71,85
30,392.55
Santa Clarita Valley Sheriff's Station — Phase IIIA. Grading, Retaining Walk, Drainage
Improvernents,
Traffic Control,
Erosion Control, and Demolition
Project No.
F30"23 023 C-2
23
CONSTRUCT TRAPEZOIDAL DRAIN TO RIP RAP PAD
34
LF
36.31
1,234J.54
24
CONSTRUCT TERRACE DRAIN TO DW
ON DRAIN
1
EA
600,8811,
1600A8
25
CONSTRUCT 12"X12" DROP INLET WITH ATRIUM GRATE
1
EA
2,898100
2,898"00
26
MODIFY EXIST CMP RISER GRATE ASSEMBLY
1
.......... -
EA
3,100,00
3,100,03
27
PIPE TO PIPE JUNCTION STRUCTURE PER SPPWC 332-2
1
EA 915:00
9150
28
INSTALL 12" PVC PIPE
30
LF 63,45
1,90150
29
PLUG OPENING AT 361" JUNCTION WITH BRICK AND MORTAR
1
EA 1,485.00
1,485100
SUBTOTAL D,
131,360,66
p �vf ""I'l III,
pff pip,
I win W1
N
30
INSTALL CABLE RAILING PER CALTRANS REV, STD. RSP B11-47
815
LF 41,40
133,741,00
31
INSTALL CHAfNLINK FENCE PER SPPWD STANDARD PLAN 6010-3
2,146
LF 42.551 91,312,30
32
INSTALL 25'WIDE DOUBLE CHAINLINK GATE PER SPPWC STANDARD
2
EA 7,647.50 15,295,00
PLAN 600-3
SUBTOTAL E;
140,348.30
ffift,
"ind
33 CONSTRUCT CHECK DAM & OUTLET SYSTEM
1 LS 4,411i00 4,491,00
34
CONSTRUCT EMERGENCY SPILLWAY OVER EX. 30" RCP
1
1-5
25,000,00125,000.00
35
INSTALL GRAVEL BAGS PER SC-6 (12" HIGH) 2 BAGS HIGH
4,177
LF
5.15
21,511 Z5
36
INSTALL GRAVEL BAGS PER SC-6 (18" HIGH) 3 BAGS HIGH
210
LF
7.5,5
1,585.50
37
INSTALL OUTLET PROTECTION / VELOCITY DISSIPATION
DEVICES PER SS-10 (RIP-RAP)
609
SF
2435
1 14,829,15
38
MAINTAIN PRESERVATION OF EXISTING VEGETATION PER SS-2
41,700
SF
0,05
2,085,00
39
INSTALL HYDROSEEDING PER SS-4
42,45,3
SF
0.36
15,283,.08
40
INSTALL EARTH DIKES I DRAINAGE SWALES & LINED DITCHES
2,401
SF
PER S,S-11
1,97
4,729.97
4 1
INCSTSTABILIZED CONSTRUCTION ENTRANCE / EXIT PER
1,191
SF
11.35
13,517,85
TALL
T
42
INSTALL ENTRANCE / OUTLET TIRE WASH PER TC-3
1,191
SF
128
3,906.48
43
INSTALL 12" CSP RISER
1
EA
3,,950.00
3,950.00
44
INSTALL 12" CMP
70
LF
42.80
2996.50
45
INSTALL SOILS BINDERS PER SS-5
354,989
SF 0,03
110,649,67
SUBTOTAL F:
124,5135,25
Santa Clarita Valley Sherif'f's Station — Phase Ill A, Grading, Retaining Walls, Drainage Improvements, Trafflic Control,
Erosion Control, and Demolition
Project No. F3023 C-3
46
INSTALL CONES
14
E.A
118.40
1184.00
47
FURNISH AND INSTALL TEMPORARY K -RAIL W/
908
LF
44.22
40,151
REFLECTIVE TABS
,76
48
FURNISH .AND INSTALL SURFACE ADHESIVE MOUNT
86
EA
33.35
2,668.10
HANNELI ER
49
FURNISH AND INSTALL CRASH CUSHION CONFIGURATION
16
EA
538.20
8,611.20
50
FURNISH .AND INSTALL SIGN AND POST - G20- "END
1
EA
316.25
316.25
CONSTRUCTION"
51
FURNISH AND INSTALL SIGN AND POST - 20-1 ""ROAD
WORK AHEAD"
2
EA
373,75
747.50
52
FURNISH AND INSTALL SIGN AND FROST - W21-5
1
EA
373.75
373.75
"SHOULDER WORi
53
FURNISH AND INSTALL SIGN AND POST - 21-5AR "RIGHT
1i
EA
SMOULDER CLOSED",
373.75
373,75
SUBTOTAL G:
53,626,31
1011 1 1
11 N
MODULAR CONCRETE BLOCK VERDURA 40 MALL
54 Gt9
2.,951 SF 38,80 114,49830
HELIPAD WALLS
55
MODULAR CONCRETE BLOCK'V'ERDURA 4th WALL -
4,668
SF
40.x;6
189800.88
NORTHERLY DRIVEWAY WALLS
SUBTOTAL 1
304"290.68
TOTAL BID (A through ); 1,432438:76
TOTAL BID AMOUNT IN WORDS: one million, four hundred thirty -tyro thousand„ lour hundred thnrty4ghtdollars and seventy-six cents
number entered on page conflicts,„ w on Planetbilds, the numberw, on
w w ww
Bid edule Adjustment:
BIDDERS must satisfy themselves by personal w of w. plans,w w., and
other contractdocuments w by other means as they may believe necessary, as to the actual
physical co!n:di:tions,w difficulties, wer which the work must be performed. Nw BIDDER
aftershall at any time submission of proposal make any claim or
assertioin that there was any
miisu ndersta n ding or of w ', w, regardinig the nature or w of w for the
satisfactoryw w. - r of w w
Bid Ccsiwact Doc"s and Spec"s%,BI'CO S 14EDIJLE
Santa Clarita Valley Sheriffs Station _ Phase III A, Grading, Retaining Walls, Drainage Irnprouetnents, TrafTic Control,
Erasion Control, and Demolition
Project No. F3023 C-4
711110111101
Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the
requirements of any AGENCY, State, or Federal equal employment opportunity orders have been satisfactorily
filied, and that no such reports are currently outstanding.
Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises
for those portions of the work to be subcontracted, and that 'such affirmative actions have been fully
documented, that said documentation is open to inspection, and that said affirmative action; will remain in effect
for the life of any contract awarded hereunder, Furthermore, Bidder certifies that affirmative action will be taken
to meet all equal employment opportunity requirements of the contract documents.
Bidder's Name.- R,C. Becker and Son, Inc
Business Address: 28355 Kelly Johnson Pkwy, Santa Clarita, CA 91355
Telephone No. � 661-259-48.45,
State CONTRACTOR'S License No. & Classi: 258762 Class A & C- 12
Original Date:. 712 2? 1969
Expiration Date., MOM
The following are the names, titles, addresises, and phone numbers of all individuals, firm members, partners,
joint ventures, and/or corporat-o- g a principal interest in this proposal�
R,C. Becker and Son, Inc 28355 Kelly Johnson Pkwy, Santa Clarita, CA 91355 661-259-4845
Michael Becker, President 28355 Kelly Johnson Pkwy, Santa Clarita, CA 91355 661-259-4845
John Becker, Vice President 28355 Kelly Johnson Pkwy, Santa Clanta, CA 91355 661-259-4845
Q
NONE
San taClaritaValley Sheriffs Station—Miase HI A,Grading, Retaining Walls, Drainage Improvements, Traffic Control, Erosion
Control, and r)emoiition
Project No. 9 )023
OW
All current and prior DB s, alias, and/or fictitious business names for any principal having an interest in this
proposal are as follows-,
NONE
111 WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, tit�le, hands, and seals
0 all aforementioned principa,ls this 3Oth day of MaY 20, 18 .—
ffl,�!N
Si
John Kcker, Vice President
Name and Title of Signatory
R -C. Becker and Son, Inc
Legal Name of Bidder
28355 Kelly Johnson Pkwy, Santa Clarita, CA 911355
Address
661-259-4845 95-2567499
Telephone Nuniber Federal Tax 1.1). No.
SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER
MUST BE ATTACHED
Subscribed and sworn to this — day of _, 20
'Se- e- zyvr-0'* Uj*t+k S+Ck+&—Me-vNi
Santa Clarita �,r alley Sheriff's Station — Phase III A� Grading, Retaining Walls, Drainage Iniprovernents, Traffic Control, Erosion
Control, and Deniolition
PrQject No. F3023
CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE 8202
Av,
* See Attached Document (Notary to cross out lines 1-6 below)
* -See Statement Below {Lines 1-6 to be completed only by document signerfs], not Notary)
Signature of Document Signer No. I SO nature of Document Signer No. 2 (if any)
Anotary public or other officer completing thJsceftificate verifies onlythe identity of the individual whosigned the document
to' hich Ws certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
Countyof L.2 Ott e�le�-_
CHERYL HUDSON
Notary Public - CaMornia
Los Angetes County
Commission # 2227289
My Comm. 8xpires Feb 1, 2022
Place Notary Seal and/or Stamp Above
Subscribed and sworn to (or affirmed] before me
on this --�-Q_th day of 20 18
by Dote Month Year
(1) John Becker
Name(s) of Signer(s)
proved to me on the basis of satisfactory evidence to
be the person(4) who appeared before me.
Signature ag�A
SI4—tIUrI--
MAIM"1111111
Completing this OVOTOIC60(i con deter cfteration of the document or
fraudulent reattachment of this form to an unintended document,
Description of Attached Document
Titie or Type of Document: Bidder's InforMation and Certification
Document Date: —May O 201'8 Number of Pages: _2
SIgner(s) Other Than Named Above:
,i.,2017 National Notary Association
Santa Clarita Valley Sheriffs Station — Phase III A
Grading, Retaining Walls, Drainage Improvements, Traffic Control, Erosion Control, and Demolition
Bid No. ENG 17-18 — F3023 -A
Project No. F3023 -A
City of Santa Clarita, California
If the bidder has answered the questionnaire within the past year and there are no significant changes in the
information requested, then the bidder need not file a new questionnaire. If there are changes, indicate those
changes. Should the space provided not be adequate, so indicate and complete information on a separate
page(s) and attach hereto.
1. Submitted by: John Becke
Principal Office Address -
2. Type of Firm: _
Corporate: x
Individual:
Partnership:
r Telephone: 661-259-4845
28355 Kelly Johnson Pkwy, Santa Clarita, CA 91355
Other:
3a. If a corporation, answer these questions:
Date of Incorporation: 12/18/1968 State of Incorporation:
President's Name: Michael Becker
Vice -President's Name: John Becker
Secretary or Clerk's Name:
Treasurer's Name:
Stephanie Vasquez
3b. If a partnership, answer these questions:
Date of organization:
State Organized in:
Name of all partners holding more than a 10% interest:
Designate which are General or Managing Partners.
California
Santa Clarita Valley Sheriff's Station —Phase III A, Grading, Retaining Walls, Drainage Improvements, Traffic Control, Erosion
Control, and Demolition
Project No. F3023
C-16
:U-11MI 4.
(cont'd)
Santa Clarita Valley Sheriffs Station —Phase III A
Grading, Retaining Walls, Drainage Improvements, Traffic Control, Erosion Control, and Demolition
Bid No. ENG 17-18 — F3023 -A
Project No. F3023 -A
City of Santa Clarita, California
4. Name of person holding CONTRACTOR's license: John Becker
License number: 258762 Class: A&C-12 Expiration Date:
D.I.R. Registration# 1000001096
5. CONTRACTOR's Representative
Title:
Alternate:
Title:
John Becker
Vice President
Vince Tellez
Chief Estimator
6/30/19
6. List the major construction projects your organization has in progress as of this date:
Owner: (A) City of Taft
Project Location:
Type of Project:
Taft, CA
Sidewalk Project
(B) City of Lancaster
Lancaster, CA
Ave I Corridor Improvements
Santa Clarita Valley Sheriff's Station — Phase III A, Grading, Retaining Walls, Drainage Improvements, Traffic Control, Erosion
Control, and Demolition
Project No. F3023
C-17
Santa Clarita Valley Sheriffs Station —Phase III A
Grading, Retaining Walls, Drainage Improvements, Traffic Control, Erosion Control, and
Demolition
Bid No. ENG 17-18 — F3023 -A
Project No. F3023 -A
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or
labor or render service in excess of /z of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of
firm and annual gross receipts are required if sub -contractor is iDarticipatinq as a DBE.
Subcontractor
DIR Registration No.
Dollar Value of Work
Soil Retention Systems Inc
1000002114
197,332.10
Age of firm:
DBE: Yes
Annual Gross Receipts:
31
Certifying Agency:
Location and Place of Business
2501 State St, Calsbad, CA 92008
Bid Schedule Item No's:
Description of Work
54,55
Modular Concrete Block Verdure 40 Wall
License No.
Exp. Date:
Phone
516900
08/31/19
760-966-6090
Subcontractor
DIR Registration No.
Dollar Value of Work
Meyers & Sons Hi -Way Safety, Inc
1000005382
46,904.60
Age of firm:
DBE: Yes No
Annual Gross Receipts:
18
Certifying Agency:
Location and Place of Business
13310 5th St Chino, CA 91710
Bid Schedule Item No's:
Description of Work
46-53
Traffic Control Signs
License No.
Exp. Date:
Phone
785683
10/31/18
909-591-1781
Subcontractor
DIR Registration No.
Dollar Value of Work
Marina Landscape Inc
1000000079
44,379.61
Age of firm:
DBE: Yes
Annual Gross Receipts:
32
Certifying Agency:
Location and Place of Business
3707 W Garden Grove Blvd, Orange, CA 92868
Bid Schedule Item No's:
Description of Work
33, 35, 36, 39, 45
Landscape
License No.
Exp. Date:
Phone
492862
6/30/20
714-939-6600
NOTE: A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public
Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform
public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid that is
authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is
registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded.
Santa Clarita. Valley Sheriff s Station — Phase III A, Grading, Retaining Walls, Drainage Improvements, Traffic Control,
Erosion Control, and Demolition
Project'No. F3023 C-5
Santa Clarita Valley Sheriff's Station — Phase III A
Grading, Retaining Walls, Drainage Improvements, Traffic Control, Erosion Control, and
Demolition
Bid No. ENG 17-18 — F3023 -A
Project No. F3023 -A
City of Santa Clarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or
labor or render service in excess of '/� of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of
firm and annual qross receipts are required if sub -contractor is participating as a DBE.
Subcontractor
DIR Registration No.
Dollar Value of Work
Southwest V Ditch, Inc
1000004410
122,235.45
Age of firm:
DBE: Yes dg)
Annual Gross Receipts:
29
Certifying Agency:
Phone
Location and Place of Business
PC Box 1249, Sun Valley, CA 91352
Bid Schedule Item No's:
3625 Placentia Lane, Riverside, CA 92501
30-32
Fencing
Bid Schedule Item No's:
Description of Work
Phone
17-25, 54, 55
Drains, splash wall, grates, v -ditch
3238751342
License No.
Exp. Date:
569779
11/30/19
qr�51
9 -781-4303
Subcontractor
DIR Registration No.
Dollar Value of Work
Alcorn Fence Company
1000001986
122,042.00
Age of firm:
DBE: Yes
Annual Gross Receipts:
License No.
Certifying Agency:
Phone
Location and Place of Business
PC Box 1249, Sun Valley, CA 91352
Bid Schedule Item No's:
Description of Work
30-32
Fencing
License No.
Exp. Date:
Phone
122954
2129/18
3238751342
Subcontractor
DIR Registration No.
Dollar Value of Work
Age of firm:
DBE: Yes No
Certifying Agency:
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date:
Phone
NOTE: A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public
Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform
public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered contractor to submit a bid that is
authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is
registered to perforin public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded.
Santa Clarita Valley Sheriff's Station — Phase III A, Grading, Retaining Walls, Drainage Improvements, Traffic Control,
Erosion Control, and Demolition
Project No. F3023 C-5
Santa Clarita Valley Sheriff's Station — Phase III A
Grading, Retaining Walls, Drainage Improvements, Traffic Control, Erosion Control, and Demolition
Bid No. ENG 17-18 — F3023 -A
Project No. F3023 -A
City of Santa Clarita, California
The CONTRACTOR certifies that it does not maintain or provide for its employees any segregated facilities at any of its
establishments, and that it does not permit its employees to perform their services at any location, under its control,
where segregated facilities are maintained. The CONTRACTOR certifies further that it will not maintain or provide for
its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform
their services at any location, under its control, where segregated facilities are maintained. The CONTRACTOR agrees
that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this
certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms,
restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking
fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are
segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of
habit, local custom, or otherwise. The CONTRACTOR agrees that (except where it has obtained identical certifications
from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed
subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the
Equal Opportunity clause, and that it will retain such certifications its
R.C. Becker and Son, Inc
John Becker
Vice President
CONTRACTOR
Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R.
7439, May 19. 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065).
Santa Clarita. Valley Sheriff's Station — Phase III A, Grading, Retaining Walls, Drainage Improvements, Traffic Control, Erosion
Control, and Demolition
Project No. F3023
C-18
R.C, Becker and Son, Inc
Contractor's Name:
Z go] 4 t4 I d IJ 14 q � t1d g t 01
Santa Clarita Valley Sheriff's Station — Phase, III A
Grading, Retaining Walls, Drainage Improvements, Traffic Control, Erosion Control, and Demolition
Bid No. ENG 17-18, — F30 3_
Project No. F3023 -A
City of Santa Clarita, California
The bidder under penalty of perjury, certified 'that except as noted below, he/she or any person associated
therewith in the capacity of owner, partner, director, office manager:
is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any
federal AGENCY;
has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY
within past three years;
does not have a proposed debarment pending; and
has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent
jurisdiction in any matter involving fraud or official misconduct within the past 10 years.
If there are any exceptions to this certification, insert the exceptions in the following space,
NONE
Exceptions will not necessarily result in denial of award but will be considered in determining bidders"
responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates
of action.
NONE
a i•M
NOTE�: Providing false information may result in criminal prosecution or administr t ve sianctionO
The above certification is part of the Proposal. Signing thiis Proposal on the signature portion there
shall also constitute signature of this Certification. I
Santa Clarita Valley Sheriff s Station — Phase III A, Grading. Retaining Nk"afls, Drainage Improvements, Traffic Control, Erosion
Control, and T)erliolition
Project No. F3023
C-8
I
Santa Clarita Valley Sheriff's Station — Phase III A
Grading, Retaining Walls, Drainage Improvements, Traffic Control, Erosion Control and Demolition
Dial No. ENG is 7-18 — F3023 -A
Project No. F3023 -A
City of Santa Clarita, California
This, bidder R.C, Beckerand son:, Inc , proposed subcontractor (S) I hereby certifieis that
it has X , has not _, participated in a previous contract or subcontract subject to the
equal opportunity clauise, as required by Executive Orders 10925.111114, or 11246, and that it has x has
not _, filed with the Joint Reporting Committee, and Director of Office of Federal Contract C-om:pliance, a
Federal Government contracting or administering AGENCY, or the former President's Committee on Equal
Employment Opportunity, all reports that are under the applicable filing requirements,
Company: R.C, Becker 5 , Inc :7
I'll :71P
By:
Title: John �/�e/r, Vice President
Date: 5/30/18
ilote. The above certification is required by the Equal Employment Opportunity of the Secretary of Lab
(41 CFR 60-1 .7(b)(1)) and must be submitted by bidders and proposed subcontractors, only in connection wi
contracts and' subcontracts which are subject to the equal opportunity c:lause as set forthi in 41 CFR 60-1
(Generally only contracts or subcontracts of $10,000 or under are exempt.) I
Currently, the Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their
implementing reguilations.
Santa Clarita 17alley Slieriff s Statio¢i — Phase III A, Grading, Retaining Walls, Drainage Improvements, Traffic Control, Erosion
Control, and T7e1ilolition
Project No. F3023
M
REFERENCES
Santa Clarita Valley Sheriff's Station —Phase III A
Grading, Retaining Walls, Drainage Improvements, Traffic Control, Erosion Control, and Demolition!
Bid No. ENG 17-18 — F3023 -A
Project No. F3023 -A
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER
has performed similar work within the past 3 yearsi
City of Santa Clarita 23920 Valencia Blvd, Santa Clanta, CA 91355
Name and Address of Owner / Agency
James Tong 661-510-2312
Name and Telephone N umber of Person Familiar with Project
$1,619,894.00 Median Refurbishment 412017
Cont act Amount Type of Work Date Completed
Z City of Palmdale 38250i Sierra Hwy, Palmdale, CA 93550
Name and Address of Owner / Agency I
I -' gllcael 11
$8,377,301,50 Street Widening Improvements 7/2017
Contract Amount Type of Work Date Completed
3. City of Lancaster 615'x'':7. Ave H, Lancaster, CA 93534
Name and Address of Owner / Agency
Michael Livingston 6'61-723-6000
Name and I el phone Number of Person Familiar with Project
$2,412,693.00 Street Improvements 5/2018
Contract Amount Type of Work Date Completed
The wwwwing are the names, addresses, and telephone numbers of all brokers and sureties from whom
intends to procure insurance boncl&
Alliant Insurance Services, Inc. FIDELITY AND DEPOSIT CO. OF MARYLAND
Tim Tomko 777 S. Figueroa St,, Suite, �3900
333 S. Hope Street, Suite 17.J;n
Los Angeles, CA 90071 213,-270-0804
(213) 4,43-2473
R.C. Becker and Son, Inc
Santa Clarita Valley Sheriffs Station — Phase I I I A, Grading, Retaining Walls, Drainage Improvements. Traffic Control, Erosion
Control, andDemolition
Project No. F3023
C-7
ADDENDUM #1
For
Santa Clarita Valley Sheriff's Station Phase III
May 11.2OI7
Per the Bid Schedule inSection {, Item Number I5i3Dexport Of5,7OOCubic Yards will be
required.
Removal of base and surfacing shall be removed to the lines, grades and locations
shown Dnthe plans inaccordance with Section 3OO-I.3.2anFthe Standard Specifications
and with and the City of Santa [la[it3 CDK4MP. Pavement and base section thickness
assumed to be 3"A[/6"AB, but field verification of this information is required.
All existing asphalt concrete pavement that is to be joined by future construction shall
be S8vvcut in a straight line. Contractor shall exercise due caution to avoid damage to
the existing improvement tobeprotected in-p|ace. Any damage done bvthe Contractor
and/or his equipment shall be repaired or replaced as called out in Section 7-9 of the
Standard Specifications 8tthe Contractor's expense.
Except 6sotherwise outlined herein, all removed mnat2[i3|S indicated on the plans and
bid schedule shall become the property of the Contractor and shall be disposed of in
accordance with Section 3OO-l.8ofthe Standard Specifications.
Bid # Emo-17-1e+=3023-A 1
The Contractor's attention is directed to Construction Note 39 on the Plans to protect in-p|ace
portions ofexisting chain link fence not identified bythe demolition plan for removal. Note 39
is revised to Note 30STORM DRAIN ITEMS / Pages 17 and 18
2. CONCRETE DRAINAGE DEVICES (INCLUDES TERRACE DRAINS, DOWN DRAINS, TO�
DRAINS/V-DITCHES, TRAPEZOIDAL DRAINS FOR BID ITEMS 17,18,21,22,23,24)
A. Materials
Materials for Concrete [}rainage Devices, including terrace drains, down drains, toe
drains/v-ditches, and trapezoidal drains shall COnfOrnn to the requirements Of Section
20I-1, 201-2, 201-3, 301-4, and 201'5 of the Standard Specifications. Cement for
concrete structures shall beType V. Concrete mix designs shall have a rnaxirnurn water
to cement ratio of 0.50. The rnininounn concrete compressive strength at 28 days shall
be 4000 psi.
Concrete curing compound shall be Type 1-D clear or translucent with fugitive dye and shall
comply with the requirements as set forth by 201-4.1 of the Standard Specifications.
Application rate shall beone gallon per 150 square feet. Air placed concrete — Method A
(Gunite) shall comply with the requirement set forth in 303-2 of the Standard Specifications.
Welded Wire Mesh shall be 6 -inch by 6 -inch, VVI.4xVV1.4in good, clean, rust -free condition
and shall comply with the requirements set forth iD20I-2Ofthe Standard Specifications.
Chanc
je 150 Square Feet to 50 Sayare Feet
C&DMaterials Recycling Ordinance:
° A Construction and Demolition Materials Management Plan (C&DMMP) must be prepared and
approved by the Environmental Services Division prior to obtaining any grading or building permits.
° A minimum of 65% of the entire project's inert (dirt, rock, bricks, etc.) waste and 65% of the
remaining C&D vveate must be recycled or reused rather than disposing in a landfill.
" For renovation ortenant improvement projects andnavvconstrucdonpngectG.edepuait0f2%of
the estimated total project cost Vr$15.OUQ. whichever is |eoo, is required. For demolition pnojects, a
deposit Of1OY6Ofthe estimated total project coutor$15.000.whicheveria|eae,ianaquired The full
deposit will be returned to the applicant upon proving that 65% of the inert and remaining C&D waste was
recycled orreused.
Per the California Green Building Standards Code. 100 percent of trees, otumpa, rocks and associated
vegetation and soils resulting primarily from land clearing shall be reused or recycled. Fora phased
project, such material may be stockpiled on site until the storage site is developed.
All projects within the City not self -hauling their waste materials must use one of the City's franchised
haulers for temporary and roll -off bin collection services. Please visit SreenSantaC|erito.00m for list of
approved haulers.
Bid #smm'1p1e-Fanzo-A 2
There was 3nOD-Dl3ndatOry,pre-bid meeting ODMay 3,2OI8beginning 3tlO:DOAM. The
meeting was located at Sports Complex, 20880 Centre Pointe Parkway, Santa Clarita, CA 91350.
Attending staff:
• Ross PiStOne-Consultant, Public Works
• Carla Callahan - Senior Engineer, Public Works
• Dan Duncan - Consultant, Public Works
m Dan March - Inspector, Public Works
• Ervem]ananoi}la-Associate Engineer, Public Works
• Mary Alice Boxall - Labor Compliance Specialist, Public Works
• Heather Andrews ' Buyer, Administrative Services
• Christine Saunders Project Technician, Administrative Services
• Me|odyAvakian - PTS Purchasing Clerk, Administrative Services
• Dave Ramos 'Supervising Public Works Inspector, Public VVQrkS
• Sh8VDMJackson - PTS Clerk, Public Works
• ]enniferFangUng-LASD
• BaDdi(ChandrJ)ChaDdr8sekhar—LASD
• ]eannineGiern-HunSaker
• Frank Cuomo -VVUC
• Alan R8SpliCka-R.l[ F[3nNaD
• MarkFrankian-RT.Frankian
The following vendors were iDattendance:
° Michael Brovvn-R.C. Becker
° |li8s]Oh3-]OhaConstruction
= John Kokay| 'Y.KO. Construction Co. Inc.
Bid # Ems�7-18-r3023-A 3
The following was reviewed:
Proiect Overview
0 EIR is completed and approved by City Council
0 Project phase III A, B and C and the breakdown of each phase from grading to full
~ Postings on PlanetBids.
o City Properties (2)
• City parcels, station and h2!ip@d
w Santa C|arb3 LLC and ChernringEnergetic Devices properties.
• The removal expectations Ofthe temporary Fire Station ie.disposal, demo and removal
of base materials and the responsible party is Los Angeles County Fire Department.
Project Schedule
• RFI due date /5/I7/lA\Bid due date (5/3D/I8)
• City Council approval OR6/76/l8and Notice tOProceed On /7/25/I8\
• Total working days (1I2), Project completed date (1/8/19)
• Traffic Control approved plans (provided by the Traffic department)
0 Equipment and employee parking to be onsite, no parking of Golden Valley Road.
= NOleft turns iDOrout Ofthe project, right iDand right out only.
• Lane closures, k-rails,glue downs, left hand turn restrictions.
m City will take ownership of all traffic control devices at the completion of the project
including the K -Rail after acceptance by the City Inspector.
m
Questions submitted and addressed through planet bids and the time frames of the
questions.
Labor Compliance (Covered by Mary Alice BoxaIll
Bid # ENG -1 7 -18 -F3023 -A
• Compliance manual, State and Federal laws and Labor regulations enforced by the Labor
Commissioners Office.
~ Contractor's registration through the 0R
0 Payments of prevailing wage and payroll
0 Field interviews and photos of postings
0 State apprentices, fines and guidelines
*
City will accept the project vvhenaUvvorkhasbeenconopetedperthep|amsand
specifications and isapproved bythe Engineer Dfrecord, Architect and City Inspectors.
m Construction trailer onsite for contractors staff
• Golden Valley Road parking restriction for all vehicles and equipment
w City isnot requiring contractor toprovide office space for City staff.
The Following was Discussed at the Site Visit
* The site was used as a homeless shelter, none of the hookups are active.
* There will benoparking onGolden Valley Road atany time.
* This site was graded as part of the Golden Valley Road extension project. A soils
investigation was completed as part of the Environmental Impact Report. The plans
and specifications include all ofthe required Vvork.. If something comes upthat is
not part of the plans and specifications we will sit down and discuss how to move
Q. Who will provided the Traffic Control Plan?
a. The City has provided one.
Q. Who provides the Traffic Control?
@. The selected vendor will provide the traffic control per provided plans and
specifications. [>Vnot rent any Ofthe needed traffic control devices, The City
take ownership of all traffic control devices as described in the plans and
Bid #Ems-/r1V-Fnoz3-A 5
specifications atthe completion ofthe project and acceptance by the City
Inspector.
Q. Who is responsible for the Traffic Control maintenance?
a. The vendor will be during the project. The City will be after ownership transfer.
Q. |sanAlicense required?
a. Yes.
Q. When will the job start?
a. Pending City Council approval July »
�i
Will any work beonGolden Valley Road?
3. Yes, Work within Golden Valley Road traffic lanes and median will be required
per the provided traffic Control plans and specifications.
b. Yes, Grading and other work will bSrequired within south bound Golden Valley
Road right-Of-vV8yper the plans and specifications.
{�
Will any improvements be done tOroad?
a. Yes, refer tothe City approved traffic control plan and specifications.
Q. Is a CalTrans permit required?
Q. |sthe County bidding this project too?
a. No, The City ishandling all ofthe procurement for this project.
Q. |sthe old fire station site part ofthe grading site? Who removes the concrete?
a. Yes itiSpart ofthe site. The Los Angeles County Fire Department contractor will
be removing all ofthe temporary Fire Station 104improvements including all
footings, concrete, and asphalt. The Los Angeles County Fire Department will
leave the site free ofany building materials except for residual base material.
Q. Will we need more dirt?
Q. Will there be3City Inspector OOsite atall times?
a. NO, City staff will be located at 8 constructed trailer located On the Chem ring
Energetic Devices property tothe north. City Staff and orConsultant will be
available atthe construction office Orbyphone throughout the work day.. City
Bid #swm'1r'1o*F3mz3-* 6
will provide contractor with a list of City Inspectors for the project and the
contractor will be responsible for scheduling the required inspections.
Q. Does the City pay for the inspectors?
a. The City will responsible for the geotechnical, survey, Native American, and
Deputy Inspections, and City inspections for the first inspections.. The
contractor will be responsible for payment if the first inspection fails and a
second inspection is required. Refer to appendices B (Civil Engineering Services
Provided by City and F (Geotechnical Services Provided by the City.
Q. When does the traffic control need to be done?
a. Traffic Control must be installed as part of the first phase of the project.
Q. How early can I submit my bid?
a. You can submit you bid at any time via PlanetBids. You can make changes to your
bid any time up till the bid opening date.
Q. Will there be a hydrant on site.
a. Yes, the City has contracted with Santa Clarita Valley Water Agency to install a 30
PSI hydrant within the Golden Valley Road right-of-way fronting the project site.
The hydrant will be installed and operational prior to the issuance of the notice
to proceed.
O
Contractor's re F�Isentative Date
Y
Company Name
Bid # EN(3-17-18-F3023-A 7
CITY OF SANTA CLARITA
INVITATION FOR BID
BID # ENG -17 -18 -F3023 -A2
BID OPENING: May 28, 2018
The City of Santa Clarita invites electronically sealed bids for:
Construction Trailer For Golden Valley Sheriff's Station Site
1. Bids must be ELECTRONICALLY received at:
ht�p.J'j'Aww. Planetbids.corr ortwal ortal.cfn ?Com arill C t6B40
2. Prices shall be D.D.P. City of Santa Clarita Receiving dock Incoterms 2000 or for the service rendered.
3. Bidder shall honor bid prices for One Hundred Twenty (120) days or for the stated contract period,
whichever is longer.
4. Bids must be on this Bid form. Submission of a proposal acknowledges the proposer has read and
understands the requirements contained on pages 1 to 24 and Exhibits A and B.
5. Bid uest"rons. Questions should be submitted electronically to:
Iitt www.plarietbids.comZt3or-tal/r)ort@l.cfr,ri'?CompanylD= 168404
The last day for questions will be 10:00 AM, May 21, 2018.
6. The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly
from the City.
Name (Print): RONI PALMETIER
Email: —RQNI@Desjgnspaceriod.gonL—
Company Phone No.;
949-334-0535
Company: DESIGN SPACE MODULAR BUILDINGS, INC.
Address: 25212 Marguerite to Parkway # 00
City:
Mission Viejo,
State/Zip-, California 92692-2929
Bid # ENG -17 -18 -F3023 -A2 2
C. PRICING SCHEDULE
Bid # ENG -17 -18 -F3023 -A2
Construction Trailer For Golden Valley Sheriff's Station Site
Pricing must be entered here in addition to the line items section of PlanetBids. If the unit price entered
on this page or the total entered on page one of the bid response conflicts with what is entered on
Planetbids, the number entered on Planetbids shall govern.
Offeror shall complete this Price Schedule and shall return with their submittal. All proposal costs shall
include respective itemized costs associated with all labor, equipment, materials, transportation,
overhead, travel, profit, insurance, sales and other taxes, licenses, incidentals, and all other related costs
necessary to meet the work requirements. At any time, the City may require that these costs be itemized.
Prices shall be D.D.P. City of Santa Clarita Receiving dock Incoterms 2000 or for the service rendered.
Offeror's proposed prices shall be firm, as indicated on the itemized fee schedule, and valid for acceptance
for one hundred and twenty (120) days. No price increases will be allowed during that time. Offeror has
thoroughly read this bid document and agrees to all the terms and conditions provided herein.
Charges for Trailer :
Item Description
Unit Of Measure
Quantity
Unit Price
T Total Price
Charges on Delivery
Lump Sum
1
$ 9,488
$ 9,488
Monthly Lease
tZ
�7
Charges including
Weekly Pumping of
1
Waste Water Tank
Per Month
30
One Time
Relocation
Lump Sum
1
$ 7,189
$7,189
End Lease Three (3)
Months Early
(September 2020)
Lump Sum
1
N/A
N/A
End Lease Six (6)
Months Early (lune
2020)
Lump Sum
1
N/A
N/A
Bid # ENG -17 -1B -F3023 -A2 21
REFERENCES
Bid # ENG -17 -18 -F3023 -A2
Construction Trailer For Golden Valley Sheriff's Station Site
City of Santa Clarita, California
The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER
has performed work of a similar scope and size within the past 3 years. If the scope of work/specifications
requests refrences duifferent than instructions above, the scope of work/specifications shall govern:
1. City of Pasadena Robinson Park- 2082 N. Fair Oaks Ave., Pasadena, CA
Name and Address of Owner / Agency
Segun Abegunrin 626-744-6784
Name and Telephone Number of Person Familiar with Project
$200„000 Modular Building 2012
Contract Amount Type of Work Date Completed
2. Parks and Recreation Dept
Name and Address of Owner/ Agency
Larry Vietti 661-524-4300
..........
Name and Telephone Number of Person Familiar with Project
$269.000 Modular Building / Ramps April 2016
Contract Amount Type of Work Date Completed
ed
3. Eastvale Community Park Jurupa Community Services Dist
Name and Address of Owner/ Agency
Ross Johnson 951-685-7434
Name and Telephone Number of Person Familiar with Project
$512,000
Contract Amount
Modular Restroom, Utiltiites 2013
Type of Work
Date Completed
The following are the names, addresses, and telephone numbers of all brokers and sureties from whom
BIDDER intends to procure insurance bonds:
Bid # ENG -17 -18 -F3023 -A2 23
DESIGNATION OF SUBCONTRACTORS
Bid # ENG -17 -18 -F3023 -A2
Construction Trailer For Golden Valley Sheriff's Station Site
City of Santa Clarita, California
Subcontractor
DBE STATUS:
Dollar Value of Work
CSLM
Socal Industries
Age of firm:
Certifying Agency:
Annual Gross Receipts:
Location and Place of Business
Annual Gross Receipts.
Anaheim Hills CA
Description of Work
Bid Schedule item Nos:
Description of Work
License No.
Bid Schedule Item Nos:
Set up contractor
565872
License No.
Exp. Date: / /
I Phone ( )
7957589
Exp. Date: / /
714-863-7686
Subcontractor
DBE STATUS:
Dollar Value of Work
Dollar Value of Work
Socal Industries
Age of firm:
Certifying Agency:
Age of firm,
Certifying Agency:.
Annual Gross Receipts.
Location and Place of Business
Description of Work
Los Angeles, CA
Ramps
License No.
Bid Schedule Item Nos:
Description of Work
565872
Holding
tank
License No,
Exp. Date: / /
Phone ( )
N/A
626-422-2538
Subcontractor
DBE STATUS:
Dollar Value of Work
QuickDeck
Age of firm:
Certifying Agency:
Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos:
Description of Work
Ramps
License No.
Exp. Date: / /
Phone ( )
565872
805-924-1112
NOTE: A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements
of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this
chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is
not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the
Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is
registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded.
Bid # ENG -17 -18 -F3023 -A2 22
E
0
t
a
m m
,It -0 �
x
N CV
-.. Z
May 30, 2018
Mr. Ross Pistone
City of Santa Clarita, CIP Division
23920 Valencia Boulevard, Suite 140
Santa Clarita, CA 91355
Subject:
Request Authorization for Funds to Construct Water System Infrastructure
and Provide Water Service for the New Santa Clarita Valley Sheriff Station
SCV Water W.0. No. S16-618
Dear Mr. Pistone:
The City has, requested that the Santa Clarita Valley Water Agency (SCV Water) construct
the water system infrastructure and provide water service for the proposed Santa Clarita
Valley Sheriff Station. In order to provide adequate pressure for proposed water services
and public hydrants for the new station, SCV Water must extend the existing 16 -inch Golden
Valley Pressure Zone water main located near Robert C. Lee Parkway to the new Sheriff
Station (Station) to be located approximately O.4 miles south of Centre Pointe Parkway on
the west side of Golden Valley Road.
The water system infrastructure will include approximately 5,500 feet of a new 16 -inch high
pressure ductile iron pipe (DIP) on the east side (first north bound Ianie) of Golden Valley
Road from Robert C. Lee Parkway to the new Station, approximately ll 50 feet of 12 -inch DIP,
approximately 600, feet of 8 -inch DIP, three public hydrants in front of the Station, and
associatedlaterals, valves, air/vacuum valves and blow -offs. Water services will include a
4 -inch l meter for domestic service, a 2 -inch meter for irrigation service, and a 12 -inch fire
service line as requested by the City.
Construction will be broken down into three phases as described below.
Phase 1 Construction — Phase 1 will provide water for grading. The scope is to
construct a 12 -inch lateral across Golden Valley Road and install a 4 -inch Wharf Head
in front of the project site. The line will connect to an existing low pressure (about 30
pounds per square inch, psi from our Honby Zone) water main in the east side of
Golden Valley Road that was, used to temporarily serve the former fire station. The
lateral will be incorporated into the required infrastructure to serve the Station. This
work will be completed in June 2018 and will be funded from funds remaining from
the design, phase,
Estimated Cost _ $80,000
Request Authorization for Funds to Construct Water System Infrastructure and Provide Water
Service for the New Santa Clanta Valley Sheriff Station
SCV Water W.O. No. S16-618
Phase 2 Construction — Phase 2 will construct the infrastructure required to serve the
Station, except for a special undercrossing beneath the existing Los Angeles Department
of Water and Power (LADWP) aqueduct (see Phase 3 below). The scope is to construct
5,500 feet of 16 -inch DIP, a second 12 -inch lateral (backup), approximately 600 feet of fl-
inch DIP, three public hydrants, and associated laterals, valves, air/vacuum valves and
blow -offs. The estimated costs include a 25% contingency. The bid package for this work
will be competitively bid in accordance with SCV Water's Purchasing Policy.
Estimated Cost... $1,500,000
• Phase 3 Construction — Phase 3 is required to construct the crossing underneath the
existing LADWP aqueduct. The scope is to construct the new water pipeline in a jacked
steel casing below the LADWP's 79 -inch steel aqueduct in accordance with LADWP
design criteria and requirements. Design will be covered by design phase funds. The
estimated costs include a 25% contingency., The bid package for this work will be
competitively bid in accordance with SCV Water's Purchasing Policy.
Estimated Cost ... $150,000
Inspections of Phase 1, 2 and 3 construction work will be performed by SCV Water inspectors at
an estimated cost of $120,000.
The total estimated costs for the project, including planning, design and construction is
$2,060,000. The City has previously paid deposits for $15,000 for planning and $275,000 for
design. As a result, the remaining balance to cover the construction deposit will be $1,770,000.
A cost breakdown is attached. Should the actual cost exceed this amount, we will advise the City
in advance and submit an amendment to cover the difference.
The City is also required to pay a Regional (wholesale) Facility Capacity Fee (FCF) and a
Distribution (retail) FCF for each meter, based on meter size. The estimated costs for the FCFs
total $202,570 for the 4 -inch and 2 -inch meters for the.project, based on 2018 rates.
The City will be responsible for installing approved backflow preventers downstream of the meters
per attached Standard Drawing No's 21 and 22. Each device shall be inspected by SCV Water
personnel and tested in their presence prior to use. The City will also be responsible for providing
individual pressure regulators on the water services in accordance with the California Plumbing
Code.
To verify your understanding of the above conditions, and authorize expenditure of $1,770,000
for Phases 2 and 3 construction, please sign and return this letter along with the deposit. SCV
Water will not start construction until we receive your authorization. A new construction cost
adjustment may be required if construction does not commence within thirty (30) days of this
letter. In addition, please make arrangements with Doug Richan at (661) 297-1600 for payment
of FCFs and issuance of FCF certificates for the project. All new meters can only be installed
after the FCFs are paid to SCV Water.
Request Authorization for Funds to Construct Water System Infrastructure and Provide Water
Service for the New Santa Clarita Valley Sheriff Station
SCV"Water W.O. No. S16-618
If you have any questions regarding this matter, please feel free to contact Brent Payne, Principal
Engineer, at (661) 964-3991.
Sincerely,
M�Col�n
Brian J. Folsorn, P.E.
Chief Engineer
6 h P
Date: 2
BJF/tbp/jn/elb
Attachments:
1, Preliminary Cost Estimate
2. Standard Drawings No's 21 and 22
[3]
Ross Pistone
Representative
Date:
Preliminary Cost Estimate
Recap of Project Costs and Request for Construction Deposit and Facility Capacity Fees to
Install Water System Infrastructure for Proposed Santa Clarita Valley Sheriff Station
SCV Water W.O. No. S16-618
Planning Phase (payment received 9/22/16) $ 15,000
Design Phase (payment received 6/15/17) $ 275,000
Construction Estimates
Phase 1 Construction ($80,000 covered by available design funds)
Phase 2 Construction $ 1,200,000
Phase 2 Contingency (25%) $ 300,000
Phase 3 Construction $ 120,000
Phase 3 Contingency (25%) $ 30,000
SCV Water Engineering, and Inspections $ 120,000
Subtotal Phases 2 and 3 Construction/Inspections Deposit Amount: $ 1,770,000
Total Planning, Design and Construction Costs: $ 2,060,000
Estimated Facility Capacity Fees (FCFs)
Regional FCFs
One 4 -inch Meter $ 114,760
One 2 -inch Meter $ 36,723
Distribution FCFs
One 4 -inch Meter $ 38,765
One 2 -inch Meter $ 12,322
Total Facility Capacity Fee (Estimated)*: $ 202,570
Total Phases 2 and 3 Constructionllnspection Costs
and Facility Capacity Fees: $ 1,972,570
Total Project Costs (Planning, Design, Construction, FCFs): $ 2,262,570
*Regional and Distribution FCFs shall be paid to SCV Water prior to meter installation.
®lie