Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2018-09-11 - AGENDA REPORTS - TMF ROOF REPAIR (2)
Agenda Item: 3 DATE: September 11, 2018 SUBJECT: TRANSIT MAINTENANCE FACILITY ROOF REPAIR AND RESURFACING AT BUILDINGS A AND B, PROJECT F 1022 - APPROVE PROJECT SPECIFICATIONS AND AWARD CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Araz Valijan RECOMMENDED ACTION City Council: 1. Approve the project specifications for the Transit Maintenance Facility roof repair and resurfacing at buildings A and B. 2. Award the construction contract to Western Waterproofing Company, Inc., in the amount of $599,622 and authorize a contingency in the amount of $59,962, for a total contract amount not to exceed $659,584. 3. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND This Federal Transit Administration (FTA) grant funded project will remove and replace approximately 1,080 square feet of damaged roofing on both the administration (Building A) and maintenance (Building B) buildings of the Transit Maintenance Facility and will be completed in two phases. Phase I includes removing and replacing roofing material identified with water damage along with insulation and base plywood, while Phase II will install a durable membrane coating consisting of several layers of reinforced fluid -applied membrane to seal and protect the roofs of both buildings. The total project area of Building A is approximately 720 square feet and the total project area of Building B is approximately 360 square feet. Page 1 This project is identified in the Sustaining Public Infrastructure theme of the City of Santa Clarita's (City) five-year strategic plan, Santa Clarita 2020. An invitation to bid was prepared and published three times: July 13, 14, and 20 and was posted on the City's website. Four bids were submitted and opened on August 14, 2018. The results of the bids are shown below. Company Western Waterproofing Company, Inc Channel Islands Roofing Brazos Urethane, Incorporated Letner Roofing Company Location Orange, CA Oxnard, CA Madera, CA Orange, CA Bid Amount $599,622.46 $794,400.33 $822,727.18 $876,276.42 Staff recommends the project be awarded to Western Waterproofing Company, Inc. (DBA Western Specialty Contractors), the lowest responsive bidder. The contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The contractor's bid was reviewed for accuracy and conformance to the contract documents and was found to be complete. In addition, the contractor primarily specializes in waterproofing, which allows them to provide their services at significantly reduced costs. As part of the Fiscal Year 2018-19 budget, FTA grant funds were appropriated in the amount of $802,996. The budget will provide for the total construction contract inclusive of contingency and related construction support costs, including labor compliance services, staff oversight, inspection, and project management. The requested construction contingency amount will cover the cost of unforeseen site conditions, additional wet areas not previously found, and change orders approved by the City. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Adequate funds are available in expenditure account F 1022700-5161.001 to support the recommended contract, including contingency and related construction support costs. ATTACHMENTS Location Map Proposal for Western Waterproofing Company, Inc. (available in the City Clerk's Reading File) Page 2 ADDENDUM #1 For City of Santa Clarita Invitation to Bid ENG -18-19-17102213 Transit Maintenance Facility (TMF) Roof Repair & Resurfacing in Building August 2, 2018 This addendum must be acknowledged via Planet Bids and should be included with the bid response. There was a non -mandatory, pre-bid meeting on July 24, 2018 beginning at 9:00 AM. The meeting was located at TM (Transit Maintenance Facility), 28250 Constellation Rd, Santa Clarita, CA 91355. Attending staff: • Araz Valijan - Administrative Analyst, Public Works • Ron Fierro - Administrator, Public Works • Glen Durfee - Facilities Supervisor, Public Works • David Mattice - General Maintenance Specialist, Public Works • Grace Ferguson - Administrative Analyst, Neighborhood Services • Heather Andrews - Buyer, Administrative Services • Melody Avakian - Buyer, Administrative Services • Lance O'Keefe - Management Analyst, Administrative Services • Mary Alice Boxall - Labor Compliance Specialist, Public Works The following vendors were in attendance: • Guillermo Villegas — Western Specialty Contractors • Michael Salcido - Western Specialty Contractors • Tyson Wright — AMG + Associates Inc. • Matt Maciha — ERC Roofing • John Kemmer— Brazos Urethane • Matt Adab — Best Contracting • Bill LaMontagne — Rite -Way Roof Corp • Michael Brewer - Rite -Way Roof Corp • Dean Walker — Western States Roofing • Jesus Ramirez — Letner Roofing Co. • Dan GiIday —Tremco • Diego Pulido — C.I. Services • Paul Craig — Craig Roofing The following was reviewed: Bid # ENG -18-19-F10228 1 • This is an FTA funded project and comes in two parts: o The first part will be to remove and replace the wet areas (like for like) that have been marked by a previous vendor using an infrared device (AKA Nuclear Testing) o Once the wet areas have been repaired, a new roof coating will be applied to seal and protect the roof. • Labor Compliance was reviewed: o The Labor Compliance Specialist will send the awarded contract the necessary forms o Labor poster must be posted on site o Labor Compliance Specialist will be on site to conduct interviews o Subcontractors will be expected to follow the same rules o Payroll must be sent to the DIR and Labor Compliance Specialist o You cannot bid on this project unless you are registered with the DIR o Labor Compliance Specialist is available to answer questions • DBE was reviewed: o City of Santa Clarita did not established a DBE contract -specific goal on this project, all race -neutral DBE participation will count toward the City's federally mandated overall DBE goal. a Any DBE that is sub'ed out must be DBE Certified prior to the bid submittal — if not, it will not count towards the goal o DBE Work schedule is to be provided to the Project Manager ■ On-site Interview will take place at some point during the 45 -day project o If the need arises and you need to terminate a DBE, you must notify the Project Manager and follow a series of steps and notifications. o There are some required Forms: ■ Exhibit H — Payment Verification Form — Sent by the PM to a DBE to fill out and submit it and send back to the PM ■ Exhibit I — Form 103 — Submitted by the Prime to the PM, 30 days after the start of the project and at project completion ■ Exhibit J — DBE Race -Neutral Participation Commitment Form — Required at the time of bid Submission with a list of all DBEs committed to the project. This form is still required to be submitted, even if a DBE is not being used ■ Exhibit K — Bidders List — Prime completes with all DBE & Non -DBE bid/quotes whether successful or unsuccessful in the Prime selecting them The following questions were asked and answered: Q. Is use of DBE subs a requirement? a. No, but use of them is of benefit to the City in the long term. Q. Does the form K have to be submitted with the bid? a. No, only from the successful bidder. Q. Is pressure washing ok and do we have to catch the water? Bid # ENG-18-19-F1022B 2 a. Pressure washing is ok. There is two bibs on the roof for use. You must have a best management practice for catching the water. If no soap is used it can be disposed of in the planter. If soap is used then it can be disposed of in the clarifier. Q. Is there a staging site available? a. There is a small site in the back that we can make available. Q. Can we leave a trailer on site in a secure location? a. We can accommodate that. Q. When loading materials on the roof can we use the forklift on site or do we have to bring our own? a, We can work out the one on site being used. Q. Will we use the indoor roof access in build A or will we use another? a. You will be responsible for your own access outside the building. Q. Is the project the whole roof of building B or just the upper? a. lust the upper roof, no canopies. Q. Any thoughts to moving the curb on building B? a. Please see the additional pricing page included in the addendum. Q. Who is responsible for the satellite realignment? a. The City will realign them. Bid # ENG-18-19-F1022B 3 Additional Pricing Page ENG -18-19-1`102213 Transit Maintenance Facility (TMF) Roof Repair & Resurfacing In Building Do NOT include this pricing in the cost of your bid response. Please complete this form and upload with your bid response. Removal and relocation of air conditioning condenser and curb Remove existing curb that sits in the middle of the roof flow line and patch the hole in the roof per applicable building codes. Please see attached picture for reference. Relocate the A/C condenser unit out of the existing roof flow line and re -mount to the roof using approved HVAC/roofing hardware per all mechanical, electrical and plumbing codes. The HVAC system will need to be tested for correct functionality before its put back into operation. Total Cost for Removal and relocation of air conditioning condenser and curb: — $3,500.00 Bid # ENG -1 8 -19 -Fl 022B 4 Response to a question answered through PlanetBids: Q. We would like to substitute the specified roofing system to TREMCO Alpha guard 1310. a: The City finds TREMCO Alpha guard BIO an acceptable substitute. Please see the attached specification sheet. Al A A. 08/08/2018 Contractok'-s'representative 0 Date Western Specialty Contractors Company Name Bid # ENG-18-19-F1O22B 5 AlphaGuard WB Primer A Quick Drying, Water Based Primer Composition: AlphaGuard WB Primer is a water based, polymer modified primer which condi- tions a variety of roofing substrates prior to the application of AlphaGuard systems. Basic Use: AlphaGuard WB Primer promotes ad- hesion for the AlphaGuard Coating System to new and aged asphaltic or single ply mem- branes. A trial/test area must be performed prior ro project approval. Limitations: • Surface must be free of dirt, oils and other contaminants which would inhibit good adhesion. • Not intended to be used as a final coating. • Application temperature must be 50° F and rising. Do not apply when rain is imminent. • Do not allow material to freeze. • Surfaces primed with AlphaGuard WB Primer must be re -primed if allowed to remain open for more than 24 hours. Grade: Brush or roll. Packaging: Available in 1 gallon (3.8 L) or 5 gallon (19 L) containers. Color: Milky white Storage Life: One year in unopened containers. Product Advantages Features Benefits Adhesion promoter • Conditions a variety of roofing substrates Quick drying • Minimizes wait time for curing Water based • Meets VOC standards • Environmentally cleaner • Low odor Application Data: Surface must be clean and dry before applying. AlphaGuard WB Primer is milky white in the container and when first ap- plied, but will dry to a clear finish. Apply primer to completely dry substrates and allow the primer to completely dry prior to applying Al- phaGuard. Keep foot traffic to a minimum on primed surfaces. Re -prime as required. Coverage: Coverage will vary depending upon surface porosity and application conditions. Ap- proximately 200-250 sqft/gal. for smooth sur- faces. Granule surfaced MB: 70 to 100 sgft/gal. Clean up: Clean equipment immediately with water. Precautions: Users must read container labels and Material Safety Data Sheets for health and safety precautions prior to use. Availability and Cost: Contact your local Tremco Representative for pricing and availabil- ity. For the name and number of your represen- tative call the Roofing Division at 216/292-5000. Maintenance: Your local Tremco Roofing Repre- sentative can provide you with effective mainte- nance procedures which may vary, depending upon specific conditions. Periodic inspections, early repairs and preventive maintenance are all part of a sound roof program. Guarantee/Warranty: Tremco Inc. warrants Al- phaGuard WB Primer to be free of defects and to meet published physical properties when cured and tested according to ASTM and Tremco standards. Under this warranty, any Al- phaGuard WB Primer product that is proven to be defective when applied in accordance to our written instructions, and in applications recom- mended by Tremco as suitable for this product, will be replaced with like product at no charge. THIS IS BUYERS SOLE AND EXCLUSIVE REMEDY. Roofing & Weatherproofing Peace ofMindTh4 All claims concerning product defects must be made in writing within twelve (12) months of shipment. The absence of such claims in writing during this period will constitute a waiver of all claims with respect to such product. This warranty shall be IN LIEU OF any other warranty, express or implied, including but not limited to, any implied warranty of MER- CHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. Technical Services: Your local Tremco Repre- sentative, working with the Technical Service Staff, can help analyze conditions and needs to develop recommendations for special applica- tions. The services of the Tremco Research Cen- ter, which has earned a unique reputation in weatherproofing technology, complement and extend the services of the Tremco Technical Service Staff. Statement of Policy and Responsibility: Tremco takes responsibility for furnishing quality materi- als and for providing specifications and recom- mendations for their proper installation. As neither Tremco itself nor its Representatives practice architecture or engineering, Tremco of- fers no opinion on, and expressly disclaims any responsibility for the soundness of any structure on which its products may be applied. If ques- tions arise as to the soundness of a structure or its ability to support a planned installation prop- erly, the Owner should obtain the opinion of competent structural engineers before proceed- ing. Tremco accepts no liability for any struc- tural failure or for resultant dam- ages, and no Tremco Representative is authorized to vary this disclaimer. Physical Performance Characteristics AlphaGuard W11 Primer Property Typical Value Test Method Density @ 77°F 0.948/cm3 ASTM D 1475-85 Asbestos content None ASTM D 276-87 Volatile organic <1 gh- ASTM D 3960-89 compound, mixed (less water, less exempt solvents) Nonvolatile content 72% ASTM D 1644-88 _W" Ame Beachwood, 6 292 5000 H 44122 220 Wlcksteed Ave Toronto, ONT M4H IG7 416421-3300 6879 Rev. 1113 Printed in USA AlphaGuard® BIO Base Coat High Performance, Two -Part, Bio -Based Polyurethane Base Coat Composition: The AlphaGuard BIO Base Coat is a two-part, bio- based, polyurethane roof coating. AlphaGuard BIO Base Coat is used with fiberglass mat or polyester reinforcement. Basic Uses: The AlphaGuard BIO System can be used in a variety of projects, including roof restoration, approved recover and new construc- tion assemblies, IRMA and vegetative roof systems. Limitations: • Do not apply when ambient temperatures are below 45°F (7°C) • Do not apply when overnight temperature drops below 40Q (4QC) • Do not adhere to expanded polystyrene or extruded polystyrene. • Do not apply directly to plywood, tongue and groove decks, wood decks, poured in place gypsum, lightweight insulating concrete decks, structural lightweight concrete and cementitious wood fiber decks. • Not for use over coal tar pitch, gravel BUR, corrugated metal roof systems, and silicone - based coatings and sealants. Packaging: Part A - 5 gallon (18.9 L) container (3.2 gal total). Part B - 1 gallon (3.78 Q container (0.8 gal total). Each Part A br Part B kit yields 4 gallons Colors: Gray Product Advantages Features Benefits Bio Content • High bio content makes product sustainable and environmentally friendly Catalyzed Cure • Results in faster cure times than similar one - component products Versatile • Suitable for use over many substrates/roof types High Solids • 100% Solids Low VOC • Low Odor • Meets California VOC limits • Can be used in limited access areas Chemical Resistant • Resistant to a wide variety of harmful chemicals Grade: Brush/roller/squeegee. Pot Life: 20-25 minutes (770F/50% RH) *Temperature dependent - Increasing temperature reduces expected pot -life Storage Life: 12 months in unopened containers. Recommended storage conditions are in an area sheltered from harsh weather conditions at tempera- tures ranging from 60-80°F (15-26°C) and low hu- midity. Storage temperatures must not exceed 110°F (430C). Do not store in direct sunlight. APPLICATION: Preparation: Clean the substrate with a high pres- sure power wash of at least 2,000 psi. Prior to appli- cation the surface must be clean, dry, solid, and free of dirt, grease, oil, algae, and other debris. Mixing: Use a heavy duty power drill with Jiffy Mixer attachment. Cordless drills are not recommended and may not properly mix the materials. Mix Part A (Gray Label) for 1 minute before adding Part B (Gray Label). After adding Part B mix the combined materials for a minimum of 2 minutes moving the mix blade from top to bottom. Make sure to mix areas around side walls and bottom of pail. Improper mixing will result in non -curing mate- rial. Never fully invert empty pails in attempt to drain material will result in non -curing material. Do not break down kits into smaller quantities — MIX ENTIRE KIT. Repairs. If AlphaGuard BIO is being used over an existing roof system, all appropriate repairs should be made before applying the AlphaGuard BIO sys- tem. Allow suggested cure time of repairs before applying AlphaGuard BIO to the roof surface. Reinforcement: AlphaGuard BIO Base Coat re- quires full reinforcement with AlphaGuard Glass Mat or Permafab. Fully embed reinforcement into wet coating using a brush or roller until free of voids, wrinkles, air pockets, standing fibers, etc. ACCEPTABLE ROOF SURFACES/SUBSTRATES: Bituminous Roof Systems AlphaGuard 1310 can be used over aged asphalt based roof products. When using over felt roof systems, repair any blisters and degraded felts. PROVC0. Roofing & Weatherproofing Peace of MindTm Concrete AlphaGuard BIO can be used directly over concrete with the appropriate primer. Any cracks should be repaired before coating is applied. Allow new concrete to fully cure for a minimum of 28 days (a concrete dryness test should be performed before application). Single Ply Systems AlphaGuard BIO can be used over select single ply systems, when used with the appropriate primer. Modified Bitumen Systems AlphaGuard BIO can be used over MB roof systems when used with the appropriate primer. Coverage Rate: Smooth BUR/MB, Concrete, Single -Ply surfaces: 3 gals / SQ (48 wet mils) minimum Granule surfaced MB: 4 gals / SQ (64 wet mils) minimum Clean Up: Before the product cures, clean surfaces and equipment with Isopropyl Alcohol. Precautions: Use Tremco AlphaGuard BIO System Coatings with adequate ventilation. Users must read container labels and Material Safety Data Sheets for health and safety precautions prior to use. Availability and Cost: Contact your local Tremco Roof- ing Representative for pricing and availability. For the name and number of your Representative, call the Roof- ing Division at 216-292-5000. Maintenance: Your local Tremco Roofing Representative can provide you with effective maintenance procedures which may vary, depending upon specific conditions. Periodic inspections, early repairs and preventative maintenance are all part of a sound roof program. Guarantee/Warranty: Tremco Inc, warrants Alpha - Guard BIO to be free of defects and to meet published physical properties when cured and tested according to ASTM and Tremco standards. Under this warranty, we will provide at no charge, AlphaGuard BIO in standard packaging to replace any AlphaGuard 810 proven to be defective when applied according to our written instruc- tions, and in applications recommended by us as suit- able for AlphaGuard BIO. THIS IS BUYER'S SOLE AND EXCLUSIVE REMEDY. All claims concerning product defects must be made in writing within (12) months of shipment. The absence of such claims in writing during this period will constitute a waiver of all claims with respect to such product. This warranty shall be IN LIEU OF any other warranty, ex- press or implied, including but not limited to, any implied warranty of MERCHANTABILITY OR FITNESS FOR A PARTIC- ULAR PURPOSE. AlphaGuard BIO can be used in a system configuration Talk to your local Tremco Representative about system roof warranties. Technical Services: Your local Tremco Representative, working with the Technical Service Staff, can help analyze conditions and needs to develop recommendations for Physical Performance Characteristics AlphaGuard BN1 Base Coat Property Test Method Typical Value Tensile Strength' ASTM 0412 1,400 lb/inz Water Vapor Tra nsmission' ASTM E96 0.19 perms Low Temperature Flexibility ASTM D522 Pass at -257 (1/2" mandrel bend) Tear Strength' ASTM D5147 309 Ibf Water Absorption' ASTM D471 0-008 Indentation Hardness ASTM D2240 88 Shore A Dimensional Stability' ASTM 135147 < 0.1% Volume Solids ASTM D 2697 100% Weight Solids ASTM D 1644 100% Volatile Organic Content ASTM 03960 1 g/L (A+9 mix) Viscosity ASTM D 2196 2,500 - 5,500 cp I Oata is for AfphaGuard 810 System Skin & Over -Coat Times Skin Time at: 77 Q/ 50% RH 3-4 hours Over -Coat Time at: 77 Gf / 50% RH 6-7 hours NOTE- Both skin & overcoat times are temperature -dependent. Higher temperatures will result in reduced skin/overcoat times, lower temperaturesmay result in extended skin/overcoat times special applications. The services of the Tremco Re- search Center, which has earned a unique reputa- tion in weather- proofing technology, complement and extend the services of the Tremco Technical Service Staff. Statement of Policy and Responsibility: Tremco takes responsibility for furnishing quality materials and for providing specifications and rec- ommendations for their proper installation. As neither Tremco itself nor its Representatives practice architecture or engineering, Tremco offers no opinion on, and expressly disclaims any re- sponsibility for the soundness of any structure on which its products may be applied. If questions arise as to the soundness of a structure or its ability to support a planned installation properly, the Owner should obtain opinions of competent struc- tural engineers before proceeding. Tremco accepts no liability for any structural failure or for resultant damages, and no Tremco Representative is author- ized to vary this disclaimer. Or1�EINC03735 Green Road 2,6-2.2-0.0 0H 44122 220 Wlcksteed Ave Toronto, ONT M4H 1G7 416-421-3300 6950 Rev. 8/16 Printed in USA AlphaGuard° BIo Top Coat High Performance, Two -Part, Bio -Based Composition: The AlphaGuard 1310 Top Coat is a two-part, bio -based, polyurethane roof coating. Basic Uses: The AlphaGuard BIO Top Coat can be used in a variety of projects, including roof restoration, approved recover and new construction assemblies, 1RMA and vegetative roof systems. AlphaGuard BIO Top Coat is used as a surfacing over AlphaGuard BIO Base Coat and reinforcement. Limitations: • Do not apply when ambient temperatures are below 45'F (7°C) • Do not apply when overnight temperature drops below 401 (4"C) • Do not adhere to expanded polystyrene or extruded polystyrene. • Do not apply directly to plywood, tongue and groove decks, wood decks, poured in place gypsum, lightweight insulating concrete decks, structural lightweight concrete and cementitious wood fiber decks. • Not for use over coal tar pitch, gravel BUR, corrugated metal roof systems, and silicone - based coatings and sealants Product Advantages I Features Benefits � Bio Content • High bio content makes product sustainable and environmentally friendly Reflective Top Coat • Lower surface temperature • Potential Energy Savings Catalyzed Cure • Results in faster cure times than similar one - component products Versatile • Suitable for use over many substrates/roof types High Solids • 100% Solids Low VOC • Low Odor • Meets California VOC limits • Can be used in limited access areas Chemical Resistant • Resistant to a wide variety of harmful chemicals Polyurethane Top Coat Packaging: Part A - 5 gallon (18.9 L) container (2.2 gal total). Part B - 1 gallon (3.78 L) container (0.9 gal total). Each Part A & Part 8 kit yields 3.1 gallons. Colors: White Grade: Brush/roller/squeegee. Pot Life: 20-25 minutes (770F150% RH) *Temperature dependent - Increasing temper- ature significantly reduces expected pot -life Storage Life: 12 months in unopened containers. Recommended storage conditions are in an area sheltered from harsh weather conditions at temperatures ranging from 60-80°F (15-26°C) and low humidity. Storage temperatures must not exceed 1101(43°C). Do not store in direct sunlight. APPLICATION: Preparation: AlphaGuard BIO Base Coat must be clean, dry, solid, and free of dirt, grease, oil, algae, and other debris. AlphaGuard BIO Base Coat should be top -coated within 72 hours of base coat application. Mixing: Use a heavy duty power drill with jiffy Mixer attachment. Cardless drills are not recommended and may not properly mix the materials. Mix Part A (White Label) for 1 minute before adding Part B (White Label). After adding Part B mix the combined materials for a minimum of 2 minutes moving the mix blade from top to bottom. Make sure to mix areas around side walls and bottom of pail. Improper mixing will result in non -curing material. Never fully invert empty pails in attempt to drain material - will result in non -curing material. Do not break down kits into smaller quantities - MIX ENTIRE KIT. Repairs: If AlphaGuard BIO is being used over an existing roof system, all appropriate repairs should be made before applying the AlphaGuard BIO system. Allow suggested cure time of repairs before applying AlphaGuard BIO to the roof surface. ACCEPTABLE ROOF SURFACES/SUBSTRATES: Properly applied and cured AlphaGuard BIO Base Coat and reinforcement. IrREmco. Roofing & Weatherproofing Peace of MindTm Non -Skid Application: In areas where a slip -resistant surface is required, 20 - 40 mesh silica sand can be broadcast at 10 - 15 lbs / SQ (0.5 - 0.7 kg/mz) and back -rolled in an additional layer of Tremco AlphaGuard BIO Top Coat. Coverage Rate: Top Coat: 2 gals / SQ (32 wet mils) Non -Skid Coat: 1.5 gals / SQ (24 wet mils) Tremco Plain and Simple Warranty: 3 gals / SQ (48 wet mils) Clean Up: Before the product cures, clean surfaces and equipment with Isopropyl Alcohol. Precautions: Use Tremco AlphaGuard BIO System Coatings with adequate ventilation. Users must read container labels and Material Safety Data Sheets for health and safety precautions prior to use. Availability and Cost: Contact your local Tremco Roofing Representative for pricing and availability. For the name and number of your Representative, call the Roofing Division at 216-292-5000. Maintenance: Your local Tremco Roofing Representative can provide you with effective maintenance procedures which may vary, depending upon specific conditions. Periodic inspections, early repairs and preventative maintenance are all part of a sound roof program. Guarantee/Warranty: Tremco Inc. warrants Alpha - Guard BIO to be free of defects and to meet pub- lished physical properties when cured and tested according to ASTM and Tremco standards. Under this warranty, we will provide at no charge, Alpha - Guard BIO in standard packaging to replace any AlphaGuard BIO proven to be defective when applied according to our written instructions, and in applications recommended by us as suitable for AlphaGuard Blo. THIS IS BUYER'S SOLE AND EXCLUSIVE REMEDY. All claims concerning product defects must be made in writing within (12) months of shipment. The absence of such claims in writing during this period will constitute a waiver of all claims with respect to such product. This warranty shall be IN LIEU OF any other warranty, express or implied, including but not limited to, any implied warranty of MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE. AlphaGuard BIO can be used in a system configuration. Talk to your local Tremco Representative about system roof warranties. Technical Services: Your local Tremco Representative, working with the Technical Service Staff, can help analyze conditions and needs to develop recommendations for special applications. The services of the Tremco Research Center, which has earned a unique reputation in weatherproofing technology, complement and extend the services of the Tremco Technical Service Staff. Physical Performance Characteristics AlphaGuard BIO Top Coat Property Test Method Typical Value Tensile Strength' ASTM D412 1,400 Ib/in1 Water Vapor Transmission' ASTM E96 0.19 perms Low Temperature Flexibility ASTM D522 Pass at -25"F (112" mandrel bend) Tear Strength' ASTM D5147 309 Ibf Water Absorption' ASTM D471 0.008 Indentation Hardness ASTM D2240 81 Shore A Dimensional Stability' ASTM D5147 <0.1R'o Reflectivity ASTM C1549 84% Emissivity ASTM 01371 87% SRI ASTM E1980 105 Volume Solids ASTM D 2697 100% Weight Solids ASTM D 1644 100% Volatile Organic Content ASTM D3960 < 6 g/L (A+B mix) Viscosity ASTM D 2196 2,500 - 5,500 cp ' Data is for AlphaGuard 810 System Skin & Over -Coat Times Skin Time at: 77 °F/ 50% RH 2-3 hours Over -Coat Time at: 77 "F 150% RH 7-8 flours NOTE- Both skin & overcoat times are temperature -dependent. Higher temperatures will result in reduced skin/overcoat times, lower temperaturesmay result in extended skintovercoat times Statement of Policy and Responsibility: Tremco takes responsibility for furnishing quality materials and for providing specifications and recommendations for their proper installation. As neither Tremco itself nor its Representatives practice architecture or engineering, Tremco offers no opinion on, and expressly disclaims any responsibility for the soundness of any structure on which its products may be applied. If questions arise as to the soundness of a structure or its ability to support a planned installation properly, the Owner should obtain opinions of competent structural engineers before proceeding. Tremco accepts no liability for any structural failure or for resultant damages, and no Tremco Representative is authorized to vary this disclaimer. IrRONc03735 Green Road 216 292-5000 H 40.122 220 Wicksteed Ave Toronto, ONT M4H 1 G7 416-421-3300 6951 Hev.8A6 Printed in USA ri "Al k FAA a Up Polyester fabric Description PFRMAFAB is 100% stitchborided, polyester fabric that offers an unusual combination of high strength properties with good elongation for excellent resistance against thermal stress. Uses PERMAFAB is designed to be used in Conjunction with Treirico restoration coatings and sealants in restoration, maintenance, and repair applications. Advantages PrRMArAB polyester fabric will not rot as it ages and it is resistant to moisture - Limitations Application temperature shall be above 40'F. Do not apply when rain is irruninen t. Not to be directly embedded into any aturninuin Erased coatings. Coverage One roll of PERMAFAB Will Cover: 40" — 324 1,'1.01 sq, ft. (gross) (11.0 squares) A single overlaynnent with: 4" overlap 972 sq. ft. (net) (9.7 squares) Application Refer to the following Product Data Sheets and/or substrate specific general guideline specifications for complete application information. Maintenance It is recommended that the coating installation be checked on a regular schedule with additional inspections after the system has been exposed to severe weather conditions. Recoating or small area touch-up can be made at any time by following recommended application procedures. TECHNICAL DATA Weight per Sq. Yd 3 oz. Weight per Roll 33 lbs, (40" roll) Elongation (ASTM D 1682) 61.65% avg.* Tensile (ASTM D 1682) 51.1 lbs. avg.* Mullen Burst (ASTM D 3786) 176.8 lbs. Trapezoid (ASTM D 1117) 16.1 lbs. avg.* (Tear Strength) Mildew & Rot Resistance Excellent *NOTE: Average machine & cross machine direction. Technical Services 'Technical advice or service on suitability of material for specific application and end-use requirements is available from the rnanufactUrer. Refer to label and Material Safety Data Sheet (MSDS) for precautionary information. 51% 1 5" "7,1� 1 9 IQ 0 164 V, I, I ;j 4 k"I -N ............. Tremco Incorporated 3735 Green Road, Beachwood, OH 44122 U.S.: 800-551-7081 50 Beth Nealson Drive, Toronto, Ontario M4H I M6 CA: 800-668-9879 www.rpmrepublic.com PFRMAFAB is a ILS, registered trademark of Republic Powdered Metals, Inc The information provided on this data sheet is effective as of September 2013 and supersedes all previous data concerning this product, and its application. 0 Republic Restoration Systems by Treinco, 20 13. All Rights Reserved. The Statements provided concerning the materials shown are Intended solely as a general guide for material usage and are believed to be true and accurate. Since The manner of use is beyond our control, Treinco DOES NOT MAKE NOR DOES IT AUTHORIZE ANY WARRANTY OF MERCHANTABILITY OR FITNESS FOR ANY PURPOSE, OR ANY OTHER WARRANTY, GUARAN'l LF, OR AMIRESEN'tATION, EXP RU.SSED OR IMPLIED, CONCERNING THIS MXI-ERIAL EXCH7 TIINI- IF CONFORNIS TO TREMCO'S PRODUCl' SAMPLE Buyer and V5vT accept tile product under those conditions and assume the risk of any failure, injury of person or property and loss or HaWlity resulting from the ]candling, storage or use of the product, whether or not it is handled, stored. used in accordance with directions or specifications, UNDER NO CIRCUMSTANCES SHALL TREMCO BE IAABLF FOR CONSEQUENTIAL OR INCIDENTAL DAMA", >S ARISING FROM ANY BREACH OF WARRANTY. IN ALL CASES, 'lla.MCO'S LIABILITY IS LIMLI ED, AJ—IRE1'fCO'S OPTION, TO THE REPLACEMENT OF GOODS, OR THEIR VAI.UV,, PROVEN TO BE IN MANUFACTURING. A, PEM Corrip" D-290 9/13 ADDENDUM #2 For City of Santa Clarita Invitation to Bid ENG-18-19-F1022B Transit Maintenance Facility (TMF) Roof Repair & Resurfacing In Building A & B August 9, 2018 This addendum must be acknowledged via Planet Bids and should be included with the bid response. Below is clarification on the forms that need to be uploaded with you bid: • Exhibit K will need to be submitted by all bidders • Exhibit H will need to be submitted by all bidders —just fill out the top portion The Bidders information and Certification form listed on the document checklist is titled Proposal Guarantee on page C-9. The bid opening date will be changed to; Tuesday, August 14, 2018 at 11:00 AM 8/9/2018 Contractors representative 0 Date Western Specialty Contractors Company Name Bid # ENG-18-19-F1022B 1 rf� I �M' tax I �L TRANSIT MAINTENANCE FACILITY (TMF) ROOF REPAIR & RESURFACING IN BUILDING A & B City Bid ENG-18-19-F1022B City Project F1022B BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: X rY a THyOW*z� `-/100dollars ($ this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said AGENCY provided this Proposal shall be accepted by said AGENCY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the -undersigned. Project Name: TRANSIT MAINTENANCE FACILITY (TMT) ROOF REPAIR & RESURFACING IN BUILDING A & B City Bid ENG -17-184102213 City Project F1022B Bidder's Signature U Western Specialty Contractors CONTRACTOR ,650 N. Batavia St. Address City, State, Zip Code * Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. NON- COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section, 7106) C-9 BIDDERS LIST TRANSIT MAINTENANCE FACILITY (TMF) ROOF REPAIR & RESURFACING IN BUILDING A & B City Bid ENG-18-19-F1022B City Project F1022B Bidder/Offeror: Western Specialty Contractors IFB No.: NA EXHIBIT K The City maintains a "Bidders List" containing information about all firms (DBE and Non -DBE) that bid, propose or quote on the City's federal -assisted contracts, in accordance with 49 CFR Part 26.11. The "Bidders List" is intended to be a count of all firms that are participating, or attempting to participate, on federal -assisted contracts, whether successful or unsuccessful in their attempt to obtain a contract. The Bidder/Offeror is to complete all requested information on the "Bidders List" for every firm who submitted a proposal, bid or quote, including the primary Bidder, and submit this information at the time of bid submission. The "Bidders List" content will not he considered in evaluating the hid or determining award of an_y contract Name of Prime's Firm: Western Specialty Contractors Firm Address: 650 N Batavia St. Orange, CA 92868 Number of years in business: 103 Years Phone: ( 714) 776-7746 Fax: ( 714) 776-5415 Type of work/services/materials provided: Waterproofing/Roofing Contact Person: Guillermo Villegas Title: Assistant Branch Manager Is the firm cu ertified as a DBE under 49 CFR Part 26? Check the box below for your firm's annual gross Yes No receipts last year: Less than $1 million Less than $5 million Less than $10 million Less than $15 million More than $15 million e 1 f 1 1 ® 1 1 1 e f 1 ® 1 f m l f l 1 1 1 Firm Name: Steel City Scaffold Phone: ( ) 855-257-7279 Firm Address: 25108 Marguerite Pkwy, Suite A Fax: ( ) 855-257-5999 Mission Viejo, CA 92692 Type of work/services/materials provided: Scaffold Number of years in business: 8 Years Contact Person. Stan Bane Title: President Ts the firm c certified as a DBE under 49 CFR Part 26? Check the box below for your firm's annual gross Yes No receipts last year: Less than $1 million Less than $5 million Less than $10 million Less than $15 million More than $15 million BIDDER'S QUESTIONNAIRE TRANSIT MAINTENANCE FACILITY (TMF) ROOF REPAIR & RESURFACING IN BUILDING A & B City Bid ENG-18-19-F1022B City Project F1022B 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: Guillermo V i l l e g a s Telephone: ( 714) 776-7746 Principal Office Address: 650 N. Batavia, Orange, CA 92868 2.TypeofFirm: Corporation Corporate: Other: Individual: Partnership: 3a. If a Corporation, answer these questions: Date of Incorporation: 07/07/1975 State of Incorporation: President's Name: Jeff Kelly Vice -President's Name: Michael R. Bishop Secretary or Clerk's Name: Jennifer V. Ballengee Treasurer's Name: Timothy F. Diehl 3b. If a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a 10% interest: 4. Designate which are General or Managing Partners. Missouri Name of person holding CONTRACTOR'S license: Benjamin Many Bishop C-8,B,C-29, License number: 10 6 15 1 Class: c-si , c-39 Expiration Date C-13 11/30/2019 BIDDER'S QUESTIONNAIRE (cont'd) TRANSIT MAINTENANCE FACILITY (TMF) ROOF REPAIR & RESURFACING IN BUILDING A & B City Bid ENG-18-19-F1022B City Project F1022B 5. CONTRACTOR's Representative: Kristopher Houger Title: Branch Manager Alternate: Guillermo Villegas Title: Assistant Branch Manager 6. List the major construction projects your organization has in progress as of this date: Owner: (A) Academy Museum Foundation Project Location: 6067 Wilshire Blvd (B) Brookfield Properties 601 S Figueroa Type of Project: Facade Restoration Caulking/Sealants C-14 DESIGNATION OF SUBCONTRACTORS TRANSIT MAINTENANCE FACILITY (TMF) ROOF REPAIR & RESURFACING IN BUILDING A & B City Bid ENG -1 8 -19 -Fl 022B City Project F1022B 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 one-half of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid: Disadvantaged Business Enterprise (DBE) status, age of firm and annual gross receipts are required if subcontractor is participating as a DBE. Subcontractor: NA DBE Status: Dollar Value of Work: Age of Firm: Certifying Agency: Annual Gross Receipts: Location and Place of Business: Bid Schedule Item Numbers: Description of Work: IIDIR Registration Number: I DIR Registration Expires: Phone ( ) IICSLB License Number: I CLSB License Exp. Date: Email: Subcontractor: DBE Status: Dollar Value of Work: Age of Firm: Certifying Agency: Annual Gross Receipts: Location and Place of Business: Bid Schedule Item Numbers: Description of Work DIR Registration Number: DTR Registration Expires: Phone ( ) CSLB License Number: CSLB License Exp. Date: Email: Subcontractor: DBE Status: Dollar Value of Work: Age of Firm: Certifying Agency: Annual Gross Receipts: Location and Place of Business: Bid Schedule Item Numbers: Description of Work DIR Registration No.: DIR Registration Expires: Phone ( ) CSLB License Number: CSLB License Exp. Date: Email: Notes: 1... Bidders shall till out the Subcontractor's List in its entirety. The total dollar value of work to be performed by Subcontractors shall be in conformance with Section 2-3 "Subcontracts" of General Provisions in these contract documents. 2... 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. (Use Additional Sheets if Necessary) C-3 TRANSIT MAINTENANCE FACILITY (TMF) ROOF REPAIR & RESURFACING IN BUILDING A & B City Bid ENG-18-19-F1022B City Project F1022B REFERENCES The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed similar work within the past three (3) years: 1. Santa Barbara Community College / 721 Cliff Dr., Santa Barbara, CA 93109 Name and Address of Owner / Agency 05317.1035 / Remove and Replace Existing Deck Coating at Campus Center Project Number and/or Name Kara Pizano / (805) 730-4390 Name and Telephone Number of Person Familiar with Project $216,000.00 Waterproofing 1/31/2018 Contract Amount Type of Work Date Completed 2 John Muir Middle School / 2526 6th St., Santa Monica, CA 90450 Name and Address of Owner / Agency 05317.7025 / John Muir Coating Project Number and/or Name Ted Berumen / (310) 450-8330 Name and Telephone Number of Person Familiar with Project 179,900.00 WaterProofing 10/05/2017 Contract Amount Type of Work Date Completed 3 Cal State LA / 5151 State University Drive Name and Address of Owner / Agency 05318.7001 / Cal State LA Lot B Expansion Joint Project Number and/or Name Michael Botros / (310) 466-3290 Name and Telephone Number of Person Familiar with Project $178,000.00 Waterproofing 1/31/2018 Contract Amount Type of Work Date Completed C-4 TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION TRANSIT MAINTENANCE FACILITY (TMF) ROOF REPAIR & RESURFACING IN BUILDING A & B City Bid ENG- 18-19-F1022B City Project F1022B 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 (3) 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 three (3) years. If there are any exceptions to this certification, insert the exceptions in the following space. No exceptions taken 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. NOTE: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. C-5 CERTIFICATION OF NON-SEGRAGATED FACILITIES TRANSIT MAINTENANCE FACILITY (TMF) ROOF REPAIR & RESURFACING IN BUILDING A & B City Bid ENG -18-19-F102211 City Project F1022B The CONTRACTOR certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The CONTRACTOR certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his 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 he has obtained identical certifications from proposed subcontractors for specific time periods) he 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 he will retain such certifications in his files. —cl CONTRAC R 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). 10161 CHANGES TO AGREEMENT between CITY OF SANTA CLARITA and WESTERN WATERPROOFING COMPANY, INC. D/B/A WESTERN SPECIALTY CONTRACTORS for the work at TRANSIT MAINTENANCE FACILITY The Agreement dated , 2018 is changed as follows: Contractor is "Western Waterproofing Company, Inc. d/b/a Western Specialty Contractors". CAPITAL IMPROVEMENT PROJECT AGREEMENT ARTICLE VIII — In the "Liability Insurance" section, at the end insert: "Notwithstanding anything to the contrary, additional insured status under Contractor's General Liability policy to be provided per Travelers Endorsement CGD246 or its equivalent." In the "Worker's Compensation Insurance" section, in line 7 after "within the AGREEMENT" insert: "subject to policy terms and conditions." SECTIONF: SPECIAL PROVISIONS SUBSECTION 7-3.2. In line 19 change "registered or certified mail, return receipt requested" to "regular mail". SUBSECTION 7-15. In line 1 before "The Contractor" insert "To the extent caused by Contractor,". Agreed to this _ day of , 2018 City of Santa Clarita Western Waterproofing Company, Inc. d/b/a Western Specialty Contractors By: By: Western Construction Group, Inc. VTC2JC0165D6564-TIL-17 10/1/17 —10/1/18 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART WHO IS AN INSURED — (Section II) is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Coverage Part, but: a) Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b) If, and only to the extent that the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the insurance provided to the additional insured shall be limited to the limits of liability required by that "written contract requiring insurance". This endorsement shall not increase the limits of insurance described in Section III — Limits Of Insurance. b) The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, including: i. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders or change orders, or the preparing, approving, or failing to prepare or approve, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional insured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products -completed operations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that occurs before the end of the period of time for which the "written contract requiring insurance" requires you to provide such coverage or the end of the policy period, whichever is earlier. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non- contributory basis, this insurance is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured when that person or organization is an additional insured under such "other insurance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, such notice should include: i. How, when and where the "occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the "occurrence" or offense. b) If a claim is made or "suit" is brought against the additional insured, the additional insured must: i. Immediately record the specifics of the claim or "suit" and the date received; and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit', cooperate with us in the investigation or settlement of the claim or defense against the "suit', and otherwise comply with all policy conditions. d) The additional insured must tender the defense and indemnity of any claim or "suit' to any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insurance provided to the additional insured by this endorsement is primary to "other insurance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. — DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional insured on this Coverage Part, provided that the "bodily injury" or "property damage" occurs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. CG D2 46 08 05 © 2005 The St. Paul Travelers Companies Page 1 of 1 DISCLOSURE OF L4'DBBYI iG ACTii'FTIES C l)hIYLt '1'k 'IlUti MKNI 1:0 DINCLUSE LUBSYL G ACTIVITIES PUKSUA"iv T TO 31 U.S.C. 1352 1. Type of Federal kcdou: 2. Status of Federal Actiou: 3. Report Type: Ela. contract El a. lbidfofferfWhCation El a. initial b. gran# b. initial award b. anterial change C. coopenitiveapeament C. post -award N(bzt d. loan For Material Change Onlys e. loans guarantee year quai#er f. loan. insurance date of last report {. Name and Address of Reporting Entity S. If Rapoxtinq Entity is lro. � is Suban axdee, 12, Form of Payment (cites& all that apply)r Enter Name and Address of Primes ® Puim Subammdee d. contingent f. Tier ifk warm. a deferred Congressional District, ifl:noxvu Congressional District, if known b. Federal DepartmenG'A$eneys 7. Federal Program NamwDescrlption: tJIQ CFDA Number, if applicable S. FederJ Acd= Number, if ltnosi•n: 9. Award Amount, if known; NA MA 14. :r. Name and Address of Lobby Entity b, Individuals Performing bovines (includiu.; (If in&Adual, last name, fa -'t narime, address if difflueut from No, I Ga) 3sine, Firat name, hit) N(bzt w -as placed 6y the tie7abovevben his tfawardon alis made (attach Continuation Sheets) if recesmy) 1€. Amount of }'meat (check all that apply) 13. Type of Payment (check all that apply) 5 19 actual ❑ planned a, retainer s—inem+all4 and aUbeasaikblefor public iaTecdon Any b. aiue•lime feu 12, Form of Payment (cites& all that apply)r a. commizion ea. cash d. contingent f. b. ia-laind; specify: nature a deferred 4alue f. other, specify 14. Brief Description of $erviees Perfvrrmed or to be performed and Date(3) of Semis®, including officer(s), employee(c), or member() contacted, for Payment indicated in Item 11: tJIQ (attach Continuation SheeKS) if necessary) 19. Condauatlau 5heet(s) attached: les -xo 16. lsfomratYOn regRkStSd thrvug€i tills form L5 indtoiizesi by 7Lt1e 31 U.S.C. Sermon 1352. Tbit disclosure of lobbyrog nelLuce. Signahue: w -as placed 6y the tie7abovevben his tfawardon alis made w entemd mw i>kls diselosure is requited pnrss>~ot ra 31 Print Name: U.S.C. 1352. TWsinformationviLlberspcmdtoCongress s—inem+all4 and aUbeasaikblefor public iaTecdon Any Title: 8�—`�^'•-•L`k' person alto fails to file dlie required diacloswe shalt be subject to a ciVil penaltY afnut less than $10.000 aad sof Wre than 9 C S 100,086 for each such faihue. 'Telephone -No.:, J z Federal Use C-17 AulkoAzed for Local Repm ductiGn Standard Form - LLL EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Must be filled outlay the Bidder and ALI, subcontractors of $10,000*** TRANSIT MAINTENANCE FACILITY (TMF) ROOF REPAIR & RESURFACING IN BUILDING A & B City Bid ENG-18-19-F1022B City Project F1022B This bidder, A&5LoaffE riz—, proposed subcontractor e„vrrA e -q- P-- hereby certifies that he has has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, and that he has has not filed with the Joint Reporting Committee, and Director of Office of Federal Contract Compliance, a Federal Government contracting or administering AGENCY, or the former President's Committee on Equal Employment Opportunity, all reports that are tinder the applicable filing requirements. Company: ± C— �u- ” �-(Cll By: 0 Title: V�) CO- r)c HUV)CAqe,( Date: <e, ) (.l ( .� 6 (% Note: The above certification is required by the Equal Employment Opportunity of the Secretary of Labor (41 CFR 60-1.7(b)(1)), and must be submitted by bidders and proposed subcontractors only in connection E\'ith contracts and subcontracts which are subject to the equal opportunity clause as set forth in 41 CFR 60- 1.5, (Generally only contracts or Subcontracts of $ 10,000 or tinder are exempt.) Currently, the Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime CONTRACTORS and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such CONTRACTOR submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S, Department of Labor. W. EQUAL OPPORTUITY EMPLOYMENT COMPLIANCE TRANSIT MAINTENANCE FACILITY (TMF) ROOF REPAIR & RESURFACING IN BUILDING A & B City Bid ENG-18-19-FI02213 City Project F1022B Bidder certifies that the representations of the bid are true and correct and made tinder penalty of perjury, EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE 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 filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION 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: WIFE: t~ C, t,-ATet-- C�, t2 -- Business Address: 650 N, 9--7p- v i 'p. 5 Telephone: 7,7 4(, Email: State CONTRACTOR's License No. & Class: /6- &1571 Original Date: Is- Expiration Date:tv I c"I The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: sy,� LAnc--�>qT- z> rix"iEX .T The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firin, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: - Voo�, C-7 All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: LO:F -ip .......... IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the narnes, title, hands, and seals of all aforementioned principals this 9 P+ clay of j cjC i--._20 19-. BIDDER: Signature Legal Name of Bidder 0 Address Telephone Number Email S q k6A C. Ck `/ 3 - 0 (,) q Federal Tax I.D. No. CA 9 Z7�-(A -'s . C0 VVI SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER NIUST BE ATTACHED Subscribed and sworn to this day of 20 145 Notar Public (SEAL) C-8 d4f" CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of - orange On 4sf ;40/60- /0 before me, Z, Date Here Insert Na m6 and Title of the Officer personally appeared "100 zM Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be tht_person(s) whose name( s(j)are scribed to the within instrument and ackno dged to me that(Wshe/they executed the same in her/their authorized capacity(jes), and that hi her/their signature(s) on the instrument the person(s), (0 Z; or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. CATHY L. TOWN WITNESS my hand and official seal. COMM. #�2153848 z y 1c _ California ;0 _ if r xjkOrange "I 0 :0 I Notary Public - California C�. z 0 ge Cou y Signature M Com Orange County m x fres Ju e M Comm, E,,,Xpires June 3, 2020 Sig ore of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Doc meet f X, Title or Type of Document: WA 4AA N—PDocument Date: —Y Number of Pages: — Signer(s) Other Than Named Above: None other. Capacity(ios) Claimed by Signer(s) Signer's Name: 0 Corporate Officer — Title(s): 171 Partner — 0 Limited 0 General • Individual 0 Attorney in Fact • Trustee LIGuardian or Conservator • Other: Signer Is Representing: Signer's Name: El Corporate Officer — Title(s)- • Partner — 0 Limited D General • Individual El Attorney in Fact El Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: 02014 National Notary Association - www.National Notary, org - 1 -800 -US NOTARY (1-810-876-6827) Item #5907 115 � uuuuuum ui If< aft;; i vr! 'N'+4k 6 °,f9'i'V i t � Tb 7 f r r e r If< aft;; i vr! 'N'+4k 6 1/ll Tb 7 f r r fid fi4 ,w. �� fin' vrc Chief OperaO n,g Officer S(na'a1or Vice President of `brace Presid enL off (,3enc rai Coun56 & Vice President of �J` st F"�C,�r inis'd'rofim? ter og� rprd (tmis N 7Il"Bf. nal Accounts cox fl�`ILW S(Icfetar�' O'pc tdl"�CYt'YS Operations (45 Years) Aclrn/rrrsrratiorn & Mag ketin�,, Legal (20Years) Operolfoas (31, Yews) Operations (22 YL,ars), Oper'ONraras (42' Years) If< aft;; 1/ll 7 f r r City of Santa Clarita EXHIBIT J DBE Participation Commitment Form EXHIBIT J: DBE RACE -NEUTRAL PARTICIPATION COINIMITMENT FORM (Inclusive of all DBEs at time of bid Submission) NOTE: Please refer to instructions on the reverse side of this form. Contractor to Complete this Section 1. Local Agency Name: _ NA 2. Project Description: Transit Maintenance Facility (TMF) Roof Repair & Resurfacing In Building A&E 3. Project Location: 4. Bidder's Name: 5. Prime Certified DBE: ❑ 6. Bid Amount 7. Total Dollar Amount for ALL Subcontractors: 8. Total Number of ALL Subcontractors: DBE Commitment Information 9. Bid Item # 10. Description of Work, Service or Materials Supplied and 11. DBE 12. DBE Firm Name and 13. DBE Dollar NATO s Certification # Contact Info Amount NONE Local Agency to Complete this Section 14. Total Claimed DBE Participation 20. Local Agency Contract Number: IMPORTANT: Identify all DBE firms being claimed foi 21. Federal -aid Project Number: credit, regardless of tier. Names of the First Tier DB Subcontractors and their respective item(s) of work listed above must be consistent, where applicable with the names and items of the work in the "Subcontractor List" submitted with your bid. Written confirmation from each 22. Contract Award Date: listed DBE is require . Local Agency certifies that all DBE certifications are valid and the information on this form is complete and accurate: rc ' s gn 15. Paturc Guillermo Villegas 23. Local Agency Representative Signature 24. Date 16. Preparer's Name (Print) Assistant Branch Manager 17. Preparer's Title 25. Local Agency Representative Name (Print) 26. Phone 8/14/2018 18. Date 19. (Area Code) Tel. No. 27. Local Agency Representative Title Please Note: Contractor shall complete and submit this form even if no DBE Participation will be reported. In the event of no DBE participation. Contractor shall mark "none" under the DBE firm name. EXIIIIHIA, CERTIFICATION AND RESTRICTIONS ON LOBBYING Kristopher Ho -Branch Manager (Name and title of official) hereby certify On behalf of Western Specialty Contractor that: (Name of Bidder/Company Name) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. If any funds other than federal appropriated funds have been paid or will be paid to any person influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in connection with the federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form — LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including sub -contracts, sub - grants and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S. C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shag be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on or with this certification and understands that the provisions of 31 U.S.C. Section 3801, et seq., are applicable thereto. Name of Bidder/Company Name Type or print name Kristopner Western Specialty Contractor Signature of authorized representative Signature of notary and SEAL Date "6 / 9 / Do 4 '�'O'ALIIFORNIIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Grange On i&lir before me, Date Here Insert Na a and Title of the Officer personally appeared Name(s) of Signer(s) p is are who proved to me on the basis of satisfactory evidence to be th e son(s) whose name(s)GS) subscribed to the within instrument and ack ledged to me that �h'rshre/they executed the same in r, s) �her/their authorized capacity(ies), and that b i her/their signature s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument, I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. CATHY L. TOWN WITNESS my hand and official seal. COMM. OMM. #2153848 z Notary r X it WIN:otary Public - California Z 0 � 0 Signature Orange County — M M Comm, Comm, Ex fres Signa re of Notary Public Place Notary Seal Above 'OPTIONAL Though this section is optional, completing this information can deter alteration of the document Or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document:Q _ 81X/111 /_ Document Date: Number of Pages: _ Signers)) Other Than Named Above: None other. Capacity(les) Claimed by Signer(s) Signer's Name: 0 Corporate Officer — Title(s): r7l Partner — 0 Limited 0 General • Individual 0 Attorney in Fact • Trustee 0 Guardian or Conservator Cl Other: Signer Is Representing: Signer's Name: • Corporate Officer — Title(s): • Partner — 0 Limited 0 General • Individual 0 Attorney in Fact • Trustee 0 Guardian or Conservator • Other: Signer Is Representing: MINI*-, 1, *10,011011irlik' Irm" ;111 9 Exhibit M GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) Instructions for Certification: By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. (1) It will comply and facilitate compliance with U.S. DOT regulations, "Nonprocurement Suspension and Debarment," 2 CFR part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) "Guidelines to Agencies on Governmentwide Debarment and Suspension (Non procurement),"' 2 CFR part 180, (2) To the best of its knowledge and belief, that its Principals and Subrecipients at the first tier: a. Are eligible to participate in covered transactions of any Federal department or agency and are not presently: (1) Debarred, (2) Suspended, (3) Proposed for debarment, (4) Declared ineligible, (5) Voluntarily excluded, or (5) Disqualified, b. Its management has not within a three-year period preceding its latest application or proposal been convicted of or had a civil judgment rendered against any of them for: (1) Commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction, or contract under a public transaction, (2) Violation of any Federal or State antitrust statute, or (3) Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making any false statement, or receiving stolen property, C. It is not presently indicted for, or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses listed in the preceding subsection 2.b of this Certification, d. It has not had one or more public transactions (Federal, State, or local) terminated for cause or default within a three-year period preceding this Certification, e. If, at a later time, it receives any information that contradicts the statements of subsections 2.a - 2.d above, it will promptly provide that information to FTA, GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT),. f. It will treat each lower tier contract or lower tier subcontract under its Project as a covered lower tier contract for purposes of 2 CFR part 1200 and 2 CFR part 180 if it: (1) Equals or exceeds $25,000, (2) Is for audit services, or (3) Requires the consent of a Federal official, and g. It will require that each covered lower tier contractor and subcontractor: (1) Comply and facilitate compliance with the Federal requirements of 2 CFR parts 180 and 1200, and (2) Assure that each lower tier participant in its Project is not presently declared by any Federal department or agency to be: a. Debarred from participation in its federally funded Project, b. Suspended from participation in its federally funded Project, C. Proposed for debarment from participation in its federally funded Project, d. Declared ineligible to participate in its federally funded Project, e. Voluntarily excluded from participation in its federally funded Project, or f. Disqualified from participation in its federally funded Project, and 3. It will provide a written explanation as indicated on a page attached in FTA's TEAM -Web or the Signature Page if it or any of its principals, including any of its first tier Subrecipients or its Third Party Participants at a lower tier, is unable to certify compliance with the preceding statements in this Certification Group. Certification Contractor western Specialty Contractors Signature of Authorized Official T Date .L1_J1�6 t$ Name and Title of Contractor's Authorized Official 15 f1dV ^e EXHIBIT N BUY AMERICA CERTIFICATION (STEEL OR MANUFACTURED PRODUCTS) 161 FR 6302, Feb. 16, 1996, as amended at 74 FR 30239, June 25, 2009] General Re uirement as stated in 49 CFR 661.5 (a) Except as provided in 49 CFR 661.7 and 49 CFR 661.11, no funds may be obligated by FTA for a grantee project unless all iron, steel, and manufactured products used in the project are produced in the United States. (b) All steel and iron manufacturing processes must take place in the United States, except metallurgical processes involving refinement of steel additives. (c) The steel and iron requirements apply to all construction materials made primarily of steel or iron and used in infrastructure projects such as, transit or maintenance facilities, rail lines, and bridges. These items include, but are not limited to, structural steel or iron, steel or iron beams and columns, running rail and contact rail. These requirements do not apply to steel or iron used as components or subcomponents of other manufactured products or rolling stock, or to bimetallic power rail incorporating steel or iron components. (d) For a.manufactured product to be considered produced in the United States: (1) All of the manufacturing processes for the product must take place in the United States; and (2) All of the components of the product must be of U.S. origin. A component is considered of U.S. origin if it is manufactured in the United States, regardless of the origin of its subcomponents. If steel, iron, or manufactured products (as defined in 49 CFR 661.3 and 661.5) are being procured, the appropriate certificate as set forth below shall be completed and submitted by each bidder or offeror in accordance with the requirement contained in 49 CFR 661.13(b). Certificate of Compliance with Buy America Requirements. The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 5323G)(1), and the applicable regulations in 49 CFR part 661. Companyestern Specialty Contraciors Name Kristopher Houger Title Branch Manager Signature 0 Certificate of Non»Comollance with Buy America Steel or Manufactured Products Re uirements The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j), but it may qualify for an exception to the requirement pursuant to 49 U.S.C. 53230)(2), as amended, and the applicable regulations in 49 C.F.R. 661.7. Company Name Title Signature Date VERIFICATION OF PAYMENT DATE 08/08/2018 PROJECT CONTRACT NO. SUPPL NO. DBE STATUS: TMF Roof Repair ENG-18-19-F1022B ❑ Yes ff No PRIME: SUBCONSULTANT ADDRESS: Western Specialty Contractor INVOICE THROUGH: FOR INTERNAL USE INVOICE DATE INVOICE NUMBER INVOICE AMOUNT WITHHELD PAYMENT AMOUNT PAYMENT DATE WIRE / CHECK # DATE INVOICE APPROVED FOLLOW UP REQ. (Y/N)} CUMULATIVE AMOUNT INVOICED DAM CUMULATIVE AMOUNT PAID 0.00 RETENTION TOTAL DAM :OMMENTS: Pursuant to Authority vested in me, I certify that this payment verification is correct and proper. Execution of this form by the subcontractor certifies that the amounts listed are correct as stated, and that the payment has been received for services rendered at the agreed rate. Signed: Date i ofi FORM -CM 110 REV (04/12) 1111111111 \ \ \ \\\\\\\ �} \ � /! \ \z}{ \\¢{{ })§zz}{ \/\ 1111111111 \ \ \ \\\\\\\ �} \ � /! \ \\¢{{ \/\ � }\ \ \ \ \\\\\\\ \ \ �