HomeMy WebLinkAbout2018-12-11 - AGENDA REPORTS - SC AQUATIC CENTER ACTIVITY POOL PLASTER RENOVATION (2)Agenda Item: 8
DATE: December 11, 2018
SUBJECT: SANTA CLARITA AQUATIC CENTER, ACTIVITY POOL PLASTER
RENOVATION PROJECT 4PR-18-19-M3033B -APPROVE PLANS
AND SPECIFICATIONS AND AWARD CONSTRUCTION
CONTRACT
DEPARTMENT: Neighborhood Services
PRESENTER: Susan Nelson
RECOMMENDED ACTION
City Council:
1. Approve the plans and specifications for the Santa Clarita Aquatic Center, Activity Pool
Plaster Renovation Project PR-18-19-M3033B.
2. Award the construction contract to Condor, Inc., in the amount of $167,260 and authorize a
contingency in the amount of $16,726, for a total contract amount not to exceed $183,986.
3. Appropriate funds in the amount of $54,108 from Areawide Fund (Fund 367) to expenditure
account M3033367-5161.001 Santa Clarita Aquatic Center Activity Pool Renovation Project.
4. Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
Built in the 2003, the Santa Clarita Aquatic Center (SCAC) Activity Pool sees approximately
30,000 patrons annually. As a result of this usage, the pool surface can become worn causing
slippery or rough areas that require refurbishing. The proposed project will complete the
necessary repairs and replace safety markers around the pool to keep up with current Health
Department standards.
Staff identified all the needed repairs, and a project budget of $149,000 was appropriated to the
SCAC Activity Pool Renovations Project M3033B. Staff procured a consultant at a cost of
$14,000 to prepare the design and specifications, including removal and replacement of the
Page 1
plaster shell and ceramic the work on the pool. Additionally, there was cost for the Health
Department review and advertising that left a construction budget of $129,878.
An invitation to bid for this project was published in the local newspaper two times, on October
19 and 20, 2018. The invitation to bid was posted on the City of Santa Clarita's (City)
PlantetBids website on October 12, 2018. Two bids were submitted to the City and opened by
Purchasing on October 12, 2018. The complete bid results are shown below:
Rank Company Location Bid Amount
1 Condor, Inc. El Monte, CA $167,260
2 Build 345, Inc. Santa Clarita, CA $177,208
After receiving the two bids for this project, it was identified that the original project budget
estimate to complete this project was under estimated. Therefore, additional funds from
Areawide Fund (367) in the amount of $54,108 are required to complete this project.
The contractor, Condor, Inc., possesses a valid state contractor's license and is in good standing
with the Contractor State License Board. The contractor's bid was reviewed for accuracy and
conformance to the contract documents, and was found to be complete. Per ordinance S.C.M.C.
§ 3.12.205, Support of Santa Clarita Businesses is not applicable for this solicitation process as
the project is for Public Works improvements. The contingency amount requested would be
used to resolve any unforeseen issues encountered during construction.
ALTERNATIVE ACTION
Other action as approved by the City Council.
FISCAL IMPACT
Upon approval of the recommended actions, adequate funds will be available in expenditure
accounts M3033601-5161.001 and M3033367-5161.001 to support the recommended contract
and all related construction support and administrative costs.
ATTACHMENTS
PR-18-19-M3033B Bid Specifications (available in the City Clerk's Reading File)
PR-18-19-M3033B Bid Response - Condor, Inc. (available in the City Clerk's Reading File)
Page 2
CITY OF SANTA CLARITA
INVITATION FOR BID
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
BID # PR-18-19-M3033B
Bids must be uploaded via PlanetBids before 11:00 AM on Monday, November 12, 2018 to the Purchasing Agent of
the City of Santa Clarita. Specifications for this electronic bid may be viewed at:
http://www.planetbids.com/portal/portal.cfm?CompanyID=16840#
Purchasing: (661) 255-4399
1.Solicitation documents for this bid may be downloaded from the City’s Purchasing PlanetBids website at
http://www.planetbids.com/portal/portal.cfm?CompanyID=16840#. Please refer to the solicitation
documents for complete details and bid requirements.
2.There will be a pre-bid meeting on October 24, 2018 at 10:00 AM at Sports Complex, 20880 Centre Pointe
Parkway, Santa Clarita, CA 91350. It is strongly encouraged for all interested contractors to attend.
Interested parties may RVSP via Planet Bids. Attendees will meet at: Sports Complex, 20880 Centre Pointe
Parkway, Santa Clarita, CA 91350 on 10:00 AM. This is the one and only meeting that will be scheduled for
this bid.
3.Proposer shall honor bid prices for One Hundred Twenty (120) days or for the stated contract period,
whichever is longer.
4.Bids must include this invitation for bid form and be signed by the contractor's authorized representative.
This signature acknowledges the proposer has read and understands the requirements contained on pages
1 to 47 and attachment A.
5.The last day for questions will be November 1, 2018, 10:00 AM. Questions should be submitted
electronically via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanyID=16840#
6.The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly
from the City.
7.The specifications in this notice shall be considered a part of any contract made pursuant thereto.
I have, read, understood, and agree to the terms and conditions on all pages of this invitation for bid. The
undersigned agrees to furnish the commodity or service stipulated on this bid as stated above.
Condor,Inc
3000DurfeeAvenue,ElMonte,CA91732
Company: Address:
EarlWeiss626-455-0050
Name (Print): Company Phone No.:
Signature:
Secretary/Treasurer/CFO
Title of Person Signing Proposal:
Bid# PW-18-19-M3033B 1
ADDENDUM #1
For
City of Santa Clarita Invitation to Bid
PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
October 29, 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 October 24, 2018 beginning at 10:00 AM. The meeting
was located at Sports Complex, 20880 Centre Pointe Parkway, Santa Clarita, CA 91350.
1. Attending staff:
Mike Choate Project Development Coordinator
Bob Grcevic Parks Supervisor
Doug Botton Aquatic Manager
Heather Andrews Buyer
Melody Bartlette Buyer
Mary Alice Boxall Labor Compliance Specialist
Doug Jones Jones & Madhavan
2. The following vendors were in attendance:
3. The following was reviewed:
3.1. Labor Compliance:
3.1.1. Subject to Prevailing Wage
3.1.2. Bidders must be registered with the DIR
3.1.3. Payroll must be uploaded to the DIR and send copies to Mary Alice
3.1.4. Must perform your due diligence in hiring apprentices.
3.1.5. Field interviews may happen
3.1.6. Must post State and Federal wage requirements posters
3.1.7. Labor Commissioner is the ultimate enforcer
3.2. Key points:
3.2.1. Bid Closes on November 12 at 11 am
3.2.2. Make sure you review insurance requirements
3.2.3. There will be an addendum for the pricing schedule sent out
Bid # PR-18-19-M3033B 1
3.2.4. Contactor will be responsible to contact Health Department for inspections
3.2.5. Please make sure you follow the documents checklist and submit all required
3.2.6. This is a re-plaster job
3.2.7. The gutter needs to be cleaned and re-grouted
3.2.8. We have drain grates and frames that the contractor will install.
3.3. The following questions were asked and answered:
3.3.1. What is the time frame for the job? January February, 45 days.
3.3.2. Where are we accessing the site? The gate on the north side of the pool.
4. Please replace the piecing schedule with the attached updated version.
11/9/18
________________________________ ______________
Date
EarlWeiss,Sec./Treas./CFO
________________________________
Company Name
Bid # PR-18-19-M3033B 2
ADDENDUM #2
For
City of Santa Clarita Invitation to Bid
PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
November 7, 2018
This addendum must be acknowledged via Planet Bids and should be included with the bid
response.
Please add the following sections to the bid document:
SECTION 01001 , BASIC REQUIREMENTS , PART 1 GENERAL , 1.2 PROJECT DESCRIPTION, A.
1.Project Schedule – The project is scheduled to be completed in 30 working days (Monday
– Friday) minus City observed holidays and City agreed upon weather delays. The starting
date of the 30 days will begin from the time the Notice to Proceed is received by the
Contractor. A weather delay day can only be observed through written approval by the
City Project Manager. Please see attached list of City observed holidays. Any weekend
day, overtime days, or holiday work must be authorized in writing by the City Project
Manager.
2.Liquidated Damages - For every day past the 30 day project schedule the contractor does
not complete the project to the satisfaction of the City, the contractor shall provide a
price reduction to the City. The price reduction shall be in the amount of $1,000.00 a day,
until the project is complete and the Notice of Completion is filed.
11/9/1811/9/18
________________________________ ______________
Contractor’s representative Date
EarlWeiss,Sec./Treas./CFO
Condor,Inc.
________________________________
Company Name
Bid #PR-18-19-M3033B 1
DESIGNATION OF SUBCONTRACTORS
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
City of Santa Clarita, California
NoSubcontractor
Subcontractor DBE STATUS: Dollar Value of Work
N/A
Age of firm:Certifying Agency:Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos: Description of Work
License No.Exp. Date: / / Phone ( )
Subcontractor DBE STATUS: Dollar Value of Work
Age of firm:Certifying Agency:Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos: Description of Work
License No.Exp. Date: / / Phone ( )
Subcontractor DBE STATUS: Dollar Value of Work
Age of firm:Certifying Agency:Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos: 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
perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded.
Bid# PW-18-19-M3033B 35
REFERENCES
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
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. __________________________________________________________________________________
Name and Address of Owner / Agency
AquaticDesignGroup-GregCannon,Tel#760-444-4308
__________________________________________________________________________________
Name and Telephone Number of Person Familiar with Project
NewCompetitionPools
$$4,287,000.004,287,000.00
2018
__________________________________________________________________________________
Contract Amount Type of Work Date Completed
WalnutHighSchoolSwimCenter--WalnutValleyUSD,880S.LemonAve,Walnut,CA91789
2. __________________________________________________________________________________
Name and Address of Owner / Agency
AquaticDesignGroup,GregCannon-Phone:760-444-4308
___________________________________________________________________________________
Name and Telephone Number of Person Familiar with Project
NewCompetitionPool
$906,500.00
2017
__________________________________________________________________________________
Contract Amount Type of Work Date Completed
IndianSpringsHighSchoolAquaticCenter--SanBernardinoUSD,777NorthF.St.,SanBernardino,CA92410
3. __________________________________________________________________________________
Name and Address of Owner / Agency
Arch-PacAquatics,KenMoeller-Phone:760-734-1600
__________________________________________________________________________________
Name and Telephone Number of Person Familiar with Project
2017
$ 1,266,822.00
NewCompetitionPool
__________________________________________________________________________________
Contract Amount 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:
PinnacleSurety,151KalmusDr.Ste:A201,CostaMesa,CA92626,Phone:714-546-5100
_____________________________________________________________________________________
UnitedUnitedFireFire&&CasualtyCasualtyCompany,Company,118118SecondSecondAve.,Ave.,CedarCedarRapids,Rapids,IAIA5240752407
______________________________________________________________________________________
Bid# PW-18-19-M3033B 36
C.
PRICING SCHEDULE
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
Use this form for reference ONLY. Pricing must be entered into line items section of PlanetBids. If the number
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.
Item
Item Description Units Qty. Unit Cost Total Cost
No.
BASE BID ITEMS
Site Work
1 Expansion joint removal LF 360
$3.00$1,080.00
$13.00 $80,600.00
2 Pool plaster removal SF 6200
Special Construction
3 Expansion joint & backer rod -1/2" LF 360 $8.00 $2,880.00
4 Plaster SF 6200
$7.00 $43,400.00
5 Tile - clean & regrout SF 640
$9.00 $5,760.00
6 Tile - depth marker EA 36
$100.00 $3,600.00
7 Tile - no diving graphic EA 18
$120.00 $2,160.00
8 Tile - stairs SF 52
$45.00 $2,340.00
9 Tile - gutter SF 10
$50.00 $500.00
10 Grabrail cleaning PR 4
$250.00 $1,000.00
11 Handrail cleaning EA 5
$150.00 $750.00
Bid # PR-18-19-M3033B 3
$100.00 $400.00
12 Rope anchor eyebolt EA 4
$3,200.00 $3,200.00
13 Slide landing mat EA 1
14 Slide landing barrier EA 2 $1,500.00 $3,000.00
15 Wedge anchor escutcheon EA 26 $100.00 $2,600.00
16 Inlet plate EA 28
$50.00 $1,400.00
Install drain grate & frame (city
17 EA 2
$200.00 $400.00
provided) - 18" x 36"
Install drain grate & frame (city
18 EA 1
$190.00 $190.00
provided) - 18" x 54"
19 Pool start up LS 1
$12,000.00 $12,000.00
TOTAL BID IN NUMBER $
167,260.00
OneOneHundredHundredSixtySixtySevenSevenThousandThousandTwoTwoHundredHundred&&SixtySixtyDollarsDollarsEvenEven
Bid Schedule (In Words):__________________________________________________________
Bid # PR-18-19-M3033B 4
ADDITIONAL PRICING
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found
in the pricing forms submitted, the unit price shall govern. Do NOT include this pricing entered on PlanetBids.
Bid Alternate #1
1Gutter grate -12"LF 360 $
$81.00 29,160.00
Bid# PW-18-19-M3033B 34
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
N/A
This bidder _____________________, proposed subcontractor ____________________, hereby certifies
Condor,Inc.
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 under the applicable filing requirements.
Condor,Inc.
Company: _______________________________________
By: _______________________________________
Title: _______________________________________
11/8/2018
Date: _______________________________________
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
with 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 under 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.
Bid# PW-18-19-M3033B 37
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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 Los Angeles
On 11/8/2018
Date
before me, MARIA ALEGRIA A. CHAN, NOTARY PUBLIC
were Insert Nama and Title of the Officer
"-0-rl Weiss
personally appeared F-Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) is/are subscribed to the
within instrument and acknowledged to me that
he/she/they executed the same in his/her/their authorized
capacAy(ies), and that by his/her/their sig,nature(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.
WITNESS rn hand and official seal.
Signature
Place Notary Seal Above OPTIONAL Signre of Notary PubPic
to
Though the information below is not required by law, ito
t may prove vat persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document Non Collusion Affidavit for
Title or Type of Document: Santa Clarita Aquatic Center Activity Pool Plaster Renovatijff_
Document Date:
11/8/2018
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
IJ Individual
Ll Corporate Officer —Title(s):
[� Partner — 11 1 Limited [J General
LJ Attorney in Fact
Ll Trustee Top of Wumb here
E1 Guardian or Conservator
F] Other:
Signer Is Representing!
Number of Pages:
Signer's Name: __.—
I Individual
[I Corporate Officer — Title(s):
l.Partner — 1:1 Limited '"] General
L1 Attorney in Fact
0 Trustee
�I Guardian or Conservator
L.1 Other:
Signer Is Representing:
HIGHTTHUMBPRINT
OF SIGNER
lop of thl,)mb here
cQ
7
02007 National Notary Association - 9350 Do Solo Me_ P.O Box 2402 -Chatsworth, CA 91 31 3-24 02 - www NallonalNotaryorg Item #5907 Reorder Call Toll -Nee 1-800-876-6827
MARIA ALEGRI' CHAN'
ar
Commission 2ff98193
Notary Public . California
1,os Angefes
County
Gomm. Expires F'eh 4, 201
y
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(s) is/are subscribed to the
within instrument and acknowledged to me that
he/she/they executed the same in his/her/their authorized
capacAy(ies), and that by his/her/their sig,nature(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.
WITNESS rn hand and official seal.
Signature
Place Notary Seal Above OPTIONAL Signre of Notary PubPic
to
Though the information below is not required by law, ito
t may prove vat persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document Non Collusion Affidavit for
Title or Type of Document: Santa Clarita Aquatic Center Activity Pool Plaster Renovatijff_
Document Date:
11/8/2018
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
IJ Individual
Ll Corporate Officer —Title(s):
[� Partner — 11 1 Limited [J General
LJ Attorney in Fact
Ll Trustee Top of Wumb here
E1 Guardian or Conservator
F] Other:
Signer Is Representing!
Number of Pages:
Signer's Name: __.—
I Individual
[I Corporate Officer — Title(s):
l.Partner — 1:1 Limited '"] General
L1 Attorney in Fact
0 Trustee
�I Guardian or Conservator
L.1 Other:
Signer Is Representing:
HIGHTTHUMBPRINT
OF SIGNER
lop of thl,)mb here
cQ
7
02007 National Notary Association - 9350 Do Solo Me_ P.O Box 2402 -Chatsworth, CA 91 31 3-24 02 - www NallonalNotaryorg Item #5907 Reorder Call Toll -Nee 1-800-876-6827
NOTICE INVITING BIDS
Santa Clarita Aquatic Center Activity
Pool Plaster Renovation
Bid # PR-18-19-M3033B
The City of Santa Clarita is seeking bids from qualified vendors to perform the scope of work including, but is not
limited to, replacing the swimming pool plaster finish, cleaning and repairing tile finishes and miscellaneous
associated work.
TABLE OF CONTENTS
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
Section………………………………………………………………………….…………………………………………………Page
Notice Inviting Bid ................................................................................................................................... 1
Instructions to Bidders ............................................................................................................................ 2
Scope Of Work ........................................................................................................................................ 6
Contract Agreement (Sample Only) ........................................................................................................ 24
Bid Schedule ............................................................................................................................................ 32
Additional Pricing .................................................................................................................................... 34
Designation of Subcontractors ............................................................................................................... 35
References .............................................................................................................................................. 36
Equal Employment Opportunity Certification ........................................................................................ 37
Bidder's Information And Certification ................................................................................................... 38
Non-Collusion Affidavit ........................................................................................................................... 40
Bidder’s Questionnaire ........................................................................................................................... 42
Bid Bond .................................................................................................................................................. 44
Proposal Bond ......................................................................................................................................... 45
Faithful Performance Bond ..................................................................................................................... 46
Document Checklist ................................................................................................................................ 47
CITY OF SANTA CLARITA
INVITATION FOR BID
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
BID # PR-18-19-M3033B
Bids must be uploaded via PlanetBids before 11:00 AM on Monday, November 12, 2018 to the Purchasing Agent of
the City of Santa Clarita. Specifications for this electronic bid may be viewed at:
http://www.planetbids.com/portal/portal.cfm?CompanyID=16840#
Purchasing: (661) 255-4399
1.Solicitation documents for this bid may be downloaded from the City’s Purchasing PlanetBids website at
http://www.planetbids.com/portal/portal.cfm?CompanyID=16840#. Please refer to the solicitation
documents for complete details and bid requirements.
2.There will be a pre-bid meeting on October 24, 2018 at 10:00 AM at Sports Complex, 20880 Centre Pointe
Parkway, Santa Clarita, CA 91350. It is strongly encouraged for all interested contractors to attend.
Interested parties may RVSP via Planet Bids. Attendees will meet at: Sports Complex, 20880 Centre Pointe
Parkway, Santa Clarita, CA 91350 on 10:00 AM. This is the one and only meeting that will be scheduled for
this bid.
3.Proposer shall honor bid prices for One Hundred Twenty (120) days or for the stated contract period,
whichever is longer.
4.Bids must include this invitation for bid form and be signed by the contractor's authorized representative.
This signature acknowledges the proposer has read and understands the requirements contained on pages
1 to 47 and attachment A.
5.The last day for questions will be November 1, 2018, 10:00 AM. Questions should be submitted
electronically via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanyID=16840#
6.The vendor is responsible for the accuracy and completeness of any solicitation form not obtained directly
from the City.
7.The specifications in this notice shall be considered a part of any contract made pursuant thereto.
I have, read, understood, and agree to the terms and conditions on all pages of this invitation for bid. The
undersigned agrees to furnish the commodity or service stipulated on this bid as stated above.
Company: Address:
Name (Print): Company Phone No.:
Signature:
Title of Person Signing Proposal:
Bid# PW-18-19-M3033B 1
A.
BID INSTRUCTIONS
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
1.ADDENDA. The City will not accept responsibility for incomplete packages or missing addenda. It is the vendors
responsibility to monitor PlanetBids for release of the addenda prior to submission of the quote to make certain
the package is complete and all required addenda are included. This information will be available via PlanetBids.
Vendors are cautioned against relying on verbal information in the preparation of bid responses. All official
information and guidance will be provided as part of this solicitation or written addenda. Addenda, if issued by
the Agency, will be transmitted via PlanetBids. Addenda must be digitally acknowledged through PlanetBids in
addition to a printed and signed version submitted with the bid. If addenda are not signed and submitted with
the quote response, the bid may be deemed non-responsive and rejected.
2.AWARDS.
2.1.The City reserves the right waive any informality in any bid.
2.2.The City will award in accordance with S.C.M.C. § 3.12.205 (Support of Santa Clarita Businesses) unless Part
C identifies this bid as public works, professional services, or is federally funded.
2.3.Qualifications of responsibility will be in accordance with the S.C.M.C. Lowest cost is the lowest total cost
to the City to acquire the goods and/or services resulting from this solicitation.
2.4.The City may make an award based on partial items unless the bid submitted is marked “All or none.”
Where detailed specifications and/or standards are provided the City considers them to be material and
may accept or reject deviations. The results of the bid will be posted on PlanetBids, normally within 24
hours.
3.BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS.
3.1.The use of the name of a manufacturer, or any specific brand or make, in describing any item contained in
the solicitation document does not restrict vendors to the manufacturer or specific article, this means is
being used simply to indicate a quality and utility of the article desired; but the goods on which bids are
submitted must in all cases be equal in quality and utility to those referred to. This exception applies solely
to the material items in question and does not supersede any other specifications or requirements cited.
3.2.Materials differing from stated specifications may be considered, provided such differences are clearly
noted and described, and provided further that such articles are considered by a City official to be in all
essential respects in compliance with the specifications.
3.3.If you plan on bidding with an alternative or equivalent product please provide the cut sheet/spec sheet
or detailed product description for the proposed product via the PlanetBids Q&A section. For each product
proposed documentation provided must include a description reflecting the characteristics and level of
quality that will satisfy the salient physical, functional, or performance characteristics of “equal” products
specified in the solicitation. The proposal must also clearly identify the item by brand name (if any), and
make/model number. In addition, the proposal may include descriptive literature such as illustrations,
drawings, or a clear reference to previously furnished descriptive data or information available to the City,
and clearly describe any modifications the offeror plans to make in a product to make it conform to the
solicitation requirements. Staff will provide an answer via PlanetBids if the proposed product will be
considered.
Bid# PW-18-19-M3033B 2
3.4.Any alternatives or equivalent product proposals must be made prior to the last day for questions. The
City has the option of accepting or rejecting any alternative or equivalent product. Exception is made on
those items wherein identical supply has been determined a necessity and the notation NO SUBSTITUTE
has been used in the specification section.
4.BONDS.
4.1.When deemed necessary by the City, bid bonds shall be furnished by all bidders in the amount of at least
10% of the total value of the bid OR 10 % of the value of the 1st year of service for service bids, to guarantee
that bidders will enter into contract to furnish goods or services at prices stated. The bonding company
must be listed on Treasury Circular 570 and licensed to operate in the state of California.
4.2.Likewise, a Performance Bond and/or Material and Labor bonds shall be required of the successful bidder
when stated in the specification (cash deposit, certified or cashier's check or money order may be
substituted in lieu of either bond).
4.3.Original Bond or Cashier’s Check MUST be received AT CITY HALL, 23920 Valencia Blvd., Santa Clarita, CA
91355, ATTENTION SUITE 120 and marked with the words “BID BOND FOR” and the bid #, “NO LATER THAN
the bid due date and time, for the vendor to be considered responsive.
5.COOPERATIVE BIDDING. Other public agencies may be extended the opportunity to purchase off this solicitation
with the agreement of the successful vendor(s) and the City of Santa Clarita. The lack of exception to this clause
in vendor's response will be considered agreement. However, the City of Santa Clarita is not an agent of, partner
to or representative of these outside agencies and is not obligated or liable for any action or debts that may
arise out of such independently negotiated "piggy-back" procurements.
6.DELIVERY. Unless otherwise specified, delivery shall be D.D.P., the City of Santa Clarita, site of user division and
contract delivery may begin no later than fifteen (15) calendar days from receipt of order.
7.INVOICES. Invoices will be forwarded to:
City of Santa Clarita
Attention: Mike Chote
NS - Parks
23920 Valencia Blvd. Ste. 295
Santa Clarita, CA 91355-2196
Invoices will reflect the purchase order # and goods or service delivered in accordance with the terms of the
contract. Invoice processing begins on receipt of the material or invoice, whichever is later.
8.Labor Compliance Program. All Public Works projcest are subject to the City’s Labor Compliance Program. The
Contractor shall further adhere to the requirements contained in the City of Santa Clarita’s Labor Compliance
Program, approved by the DIR for projects with a Solicitation Advertiseement Date of November 20, 2003 or
later, and which will become part of the conformed documents. All pertinent California statutes and
regulations, including, but not limited to those referred to in the City’s Labor Compliance Program, are
incorporated herein by reference as though set forth in their entirety. Additionally, the Contractor is responsible
for obtaining a current edition of all California statutes and regulations and adhering to the latest editions of
such. Contractor shall submit certified copy of all Certified Payroll Records (CPRs) with the progress payment
on at least monthly basis to the City.
THIS PROJECT REQUIRES ADHERECE TO THE REQUIREMENTS CONTAINED IN THE CITY OF SANTA CLARITA’S
LABOR COMPLIANCE PROGRAM. PLEASE SEE THE LABOR COMPLIANCE PROGRAM GUIDELINES IN THE
DOCUMENT TAB OF PLANETBIDS.
Bid# PW-18-19-M3033B 3
9.PREPARATION. All bids must be submitted via PlanetBids. All forms must be uploaded as laid out in the
PlanetBids General Attachments Section.
10.REJECTION. The City reserves the right to reject any or all bids and to waive any informality in any quote. The
City may reject the bid of any vendor who has previously failed to perform properly, or complete on time,
contracts of a similar nature, or to reject the quote of a vendor who is not in a position to perform such a
contract satisfactorily. The City may reject the bid of any vendor who is in default of the payment of taxes,
licenses or other monies due to the City of Santa Clarita.
11.RENEWAL AND PRICING ADJUSTMENT. Contracts entered into pursuant to this Invitation to Bid may be
renewed annually, up to two times, in accordance with the terms of the contract. If not otherwise stated, the
contract may be renewed if the new pricing of the contract does not change more than the Consumer Price
Index - All Urban Consumers (not seasonally adjusted), Los Angeles Area-Riverside-Orange county area and
prevailing wage rates, if applicable. Price adjustments may be increases or decreases as appropriate and must
be requested at least 90 days prior to the expiration/renewal of the contract. The index level for the month
preceding the month of solicitation advertisement will become the beginning index. The price adjustment limit
will be the percentage change based on the difference between the beginning level or the adjustment level last
used and the index level for the period 90 days prior to the expiration of the contract. If not renewed prior to
the anniversary date, the contract may continue on a month to month basis until renewed or awarded to a new
contractor.
12.STATE CONTRACTOR'S LICENSE. If requested and in accordance with the provisions of California Public Contract
Code Section 3300, the successful vendor shall submit proof of a State Contractor's License with bid response.
Failure to possess the specified license shall render the bid as non-responsive and shall act as a bar to award the
contract to any bidder not possessing said license at the time of award. As provided for in Section 22300 of the
California Public Contract Code, the Contractor may substitute securities for monies withheld by the City to
ensure performance under the contract.
ONE OF THE FOLLOWING LICENSE(S) ARE REQUIRED TO SUBMIT A QUOTE FOR THIS PROJECT: (B)
General Building Contractor and C53 - Swimming Pool Contractor
13.STATE PREVAILING WAGE. This contract is subject to the State prevailing wage requirements of the California
Labor Code including Sections 1770, 1771.5, 1773, 1776 and 1777.5. Pursuant to Section 1773 of the Labor
Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been
determined by the Director of the California Department of Industrial Relations. These wages are set forth in
the General Prevailing Wage Rates for this project, available from the California Department of Industrial
Relations’ Internet web site at http://www.dir.ca.gov/dlsr/pwd. Future effective general prevailing wage rates
which have been predetermined and are on file with the California Department of Industrial Relations are
referenced but not printed in the general prevailing wage rates. A copy of the prevailing rate of per diem wages
shall be posted at the job site.
14.SUBCONTRACTORS. For all public projects, the vendor must list any subcontractors that will be used, the work
to be performed by them, and total number of hours or percentage of time they will spend on the project.
15.SUBMITTING BIDS.
15.1.The bid response must be submitted on this form and include all forms provided or information requested
or required by the scope of work or specifications, (uploaded via PlanetBids)
Bid# PW-18-19-M3033B 4
15.2.All documentation of unit pricing or other cost breakdowns as outlined in this quote must be submitted to
support the total bid price.
15.3.Bids/corrections received after the closing time will not be accepted. The City will not be responsible for
bids not properly or timely, uploaded. Upon award, all submissions become a matter of public record.
16.TERMINATION. The City may terminate any purchase, service or contract with or without cause either verbally
or in writing at any time without penalty.
The City of Santa Clarita’s “Terms and Conditions” is found on a separate attachment in Planet Bids.
Bid# PW-18-19-M3033B 5
B.
SCOPE OF WORK
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
EVENT DATE
Last day for questions November 1, 2018
Return of proposals November 12, 2018
A. TECHNICAL SPECIFICATIONS
Section 01001 Basic Requirements
Section 02055 Selective Demolition
Section 13152 Pool Systems Start-Up
Section 13153 Pool Finishes and Waterproofing
Section 13154 Pool Equipment
B. CONSTRUCTION DRAWINGS (Attachments)
Sheet T1.1 Title Sheet
Sheet D1.1 Demolition Plan & Sections
Sheet SP1.1 Activity Pool Plan
Sheet SP1.2 Activity Pool Sections
Sheet SP2.1 Pool Details
Bid# PW-18-19-M3033B 6
SECTION 01001
BASIC REQUIREMENTS
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of Contract, including General and Supplementary Conditions and
Division 1 Specifications sections, apply to this section.
1.2 PROJECT DESCRIPTION
A. The project consists of replacing the swimming pool plaster finish, cleaning and repairing tile
finishes and miscellaneous associated work.
B. Work Included:
1.Furnish all labor, equipment, appliances, materials, and perform operations required to
complete work.
2.Bring questionable or obscure items, apparent conflicts between plans, specifications,
governing codes, or utilities regulations to the attention of the Architect and the Owner
during bidding period prior to date specified on Notice Inviting Bids.
3.By submitting a proposal, the Contractor represents that he has made a thorough
examination of the site of the work and all existing conditions and limitations and that he
has examined the contract documents in complete detail.
1.3 PAYMENT – SEE CITY SPECIFICATION SECTION 9-3.2
A. Submit Application for Payment on a monthly basis utilizing the approved Bid Schedule.
1.4 BARRIERS AND FENCING
A. Provide barriers and fencing as necessary to prevent unauthorized entry to construction areas and
to protect existing facilities and adjacent properties from damage.
1.5 CHANGE PROCEDURE
A. The Owner may advise Contractor of minor changes in the Work not involving an adjustment to
Contract Sum or Contract Time by issuing a field memo.
B. The Owner may issue a Proposal Request which includes a detailed description of a proposed
change with supplementary or revised Drawings and Specifications, a change in Contract Time for
executing the change with a stipulation of any overtime work required and the period of time
during which the requested price will by considered valid. The Contractor shall prepare and submit
an estimate within 7 days.
Bid# PW-18-19-M3033B 7
C.The Owner may issuea Construction Change Order, instructing the Contractor to proceed with a
change in the Work. Document will describe changes in the Work, and designate method of
determining any change in Contract Sum or Contract Time. The Contractor shall promptly execute
the change.
D. The Contractor may propose changes by submitting a request for change to the Owner, describing
the proposed change and its full effect of the Work. Include a statement describing the reason for
the change, and the effect on the Contract Sum and contract Time with full documentation and a
statement describing the effect on Work by separate or other contractors.
E. The Owner will issue Change Orders for signatures of parties as provided in the Conditions of the
Contract.
1.6 CONFERENCES
A. The Owner will schedule a preconstruction conference after Notice of Award for all affected
parties.
B. The Owner will schedule and administer meetings throughout progress of the Work at maximum
weekly intervals.
C. The Owner will preside at meetings, record minutes, and distribute copies to those affected by
decisions made.
1.7 CONSTRUCTION SCHEDULES
A. Submit initial construction schedule within 15 days after date of Owner-Contractor Agreement.
B. Submit revised construction schedule with each Application for Payment, identifying changes since
previous schedule.
1.8 CONTRACT CLOSE-OUT PROCEDURES
A. Submit written certification that Contract Documents have been reviewed, Work has been
inspected, and Work is completed in accordance with Contract Documents and ready for Owner's
inspection.
B. Submit final Application for Payment identifying total adjusted Contract Sum/Price, previous
payments, and amount remaining due.
C. Submit all maintenance, operation, and warranty information with final Application for Payment.
1.9 CONTRACTOR USE OF PREMISES
A. Limited use of premises to allow Owner occupancy and use by the public. Take measures to
minimize noise levels and interference with Owner’s use of adjacent Recreation Center.
Bid# PW-18-19-M3033B 8
1.10COORDINATION
A. Coordinate scheduling, submittals, and Work of the various Sections of Specifications to assure
efficient and orderly sequence of installation of interdependent construction elements.
1.11 FINAL CLEANING
A. Execute final cleaning prior to final inspection.
B. Remove waste and surplus materials, rubbish, and construction facilities from the site.
1.12 INSPECTION AND TESTING LABORATORY SERVICES
A. Owner will employ and pay for the services of an independent firm to perform required inspection
and testing.
B.Contractor shall pay for re-testing required because of non-conformance to specified
requirements.
1.13 OPERATION AND MAINTENANCE DATA
A.Submit four sets prior to final inspection, bound in 8-1/2 x 11 inch text pages, three side ring
binders with durable plastic covers.
B. Prepare binder cover with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS" and
title of project.
C. Internally subdivide the binder contents with permanent page dividers, logically organized, with
tab titles clearly printed under reinforced laminated plastic tabs.
D. Contents:
1. Part 1: Directory, listing names, addresses, and telephone numbers of
Architect/Engineer, Contractor, subcontractors, and major equipment suppliers.
2. Part 2: Operation and maintenance instructions, arranged by system.
3. Part 3: Project documents and certificates.
1.14 PARKING
A. Existing on-site parking stalls may be used for construction personnel.
1.15 PROGRESS CLEANING
A. Maintain construction area free of waste materials, debris, and rubbish daily.
Bid# PW-18-19-M3033B 9
1.16PRODUCT OPTIONS
A. Products specified by Reference Standards or by Description Only: Any product meeting those
standards or description.
B. Products Specified by Naming One or more Manufacturers with a Provision for Substitutions:
Submit proposed substitution for any manufacturer not named within 7 days of Contract Award.
1.17 PROTECTION OF INSTALLED WORK
A. Protect installed Work and provide special protection when required.
1.18 QUALITY ASSURANCE/CONTROL OF INSTALLATION
A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and
workmanship.
B. Comply with product manufacturers' instructions.
C. Comply with specified standards as a minimum quality except when more stringent tolerances or
codes indicate higher standards.
1.19 RECORD DOCUMENTS
A. Maintain on site, one set of Contract Documents to be utilized for record documents.
B. Record actual revisions to the Work. Record information concurrent with construction progress.
C. Legibly mark and record at each Product Section a description of actual products installed.
D. Legibly mark each item to record actual construction.
E. Submit documents to Owner with claim for final Application for Payment.
1.20 REFERENCES
A. Conform to reference standard by date of issue current as of the date of the Contract Documents.
B. Should specified reference standard conflict with the Contract Documents, the Contractor shall
request clarification from Owner before proceeding.
1.21 SCHEDULE OF VALUES
A. Submit Schedule of Values within 15 days after date of Owner-Contractor Agreement.
1.22 SECURITY
A. Provide security and facilities as necessary to protect Work, existing facilities, and Owner's
operations from unauthorized entry, vandalism, or theft. Provide security guard if required at
Contractor’s expense.
Bid# PW-18-19-M3033B 10
1.23 SPARE PARTS AND MAINTENANCE MATERIALS
A. Provide Products, spare parts, maintenance and extra materials in quantities specified in
individual specification sections.
B. Deliver to Project site and place in location as directed; obtain receipt prior to final payment.
1.24 STORAGE AND PROTECTION
A.Store and protect products in accordance with manufacturer’s instructions, with seals and labels
intact and legible. Store sensitive products in weather-tight enclosures.
B.For exterior storage of fabricated products, place on sloped supports, above ground.
C.Provide off-site storage and protection when site does not permit on-site storage or protection.
1.25 SUBMITTAL PROCEDURES
A. Provide submittals as required in each Specification Section. Number submittals sequentially and
provide a submittal log with first submittal.
B. Provide the number of submittal copies which the Contractor requires plus 3 copies which will be
retained by the Owner.
C. The Owner will return reviewed submittals within 14 days.
D. Provide cover sheet with each submittal that includes the following information:
1. Project Name.
2. Contractor, subcontractor, and supplier.
3. Appropriate Specification Section reference.
4. Signature of Contractor, certifying that review, verification of Products required, field
dimensions, adjacent construction Work, and coordination of information is in
accordance with the Contract Documents.
5. Identify variations from Contract Documents.
6. 4 x 4 inch space for Owner's review stamp.
E. Revise and resubmit submittals as required with updated submittal log.
1.26 SUBSTITUTIONS
A. Document each substitution request with complete data substantiating compliance of proposed
substitution with Contract Documents. Submit all proposed substitutions within 7 days of Contract
Award.
Bid# PW-18-19-M3033B 11
1.27 TELEPHONE SERVICE
A. Provide, maintain, and pay for telephone service.
1.28 TEMPORARY ELECTRICITY
A. Connect to existing power services. Power consumption shall not disrupt Owner's need for
continuous service. The Owner will pay for power consumed.
1.29 TEMPORARY LIGHTING
A. Existing lighting may be used. Provide additional lighting as required.
1.30 TEMPORARY SANITARY FACILITIES
A. Provide and maintain sanitary facilities as necessary. Locate inside construction area and maintain
in a clean and sanitary condition. Existing public park restroom shall not be used.
1.31 TEMPORARY WATER SERVICE
A. Connect to existing water source. Water consumption shall not disrupt the Owners need for
continuous service. The Owner will pay for water consumed.
END OF SECTION
Bid# PW-18-19-M3033B 12
SECTION 02055
SELECTIVE DEMOLITION
PART 1 GENERAL
1.1 SUMMARY
A. Section includes removal of designated swimming pool components.
PART 2 PRODUCTS
Not Used
PART 3 EXECUTION
3.1 PREPARATION
A. Provide, erect and maintain temporary barriers and security devices as necessary.
B. Notify and coordinate with owners of adjacent properties if work may affect their property,
potential noise, utility outage, or disruption.
C. Prevent movement or settlement of adjacent structures.
D. Protect existing pool deck slabs, landscaping, structures, building components, and pool
components which are not indicated to be demolished.
3.2 DEMOLITION REQUIREMENTS
A. Conduct demolition to minimize interference with adjacent structures.
B. Conduct operations with minimum interference to public or private accesses. Take measures to
minimize noise levels and interference with Owner’s use of adjacent Aquatic and Recreation
Center.
C. Maintain protected egress and access at all times. Do not close or obstruct roadways and
sidewalks without permits.
D. Cease operations and notify Owner immediately if adjacent structures appear to be in danger.
3.3 SELECTIVE DEMOLITION
A. Demolish and remove designated pool components in an orderly and careful manner.
Bid# PW-18-19-M3033B 13
B.Protect existing tile during construction andremove all broken and loose tile prior to installing new
work.
C. Chip and remove pool plaster and tile finishes completely to expose pool concrete surface.
3.4 CLEAN UP
A. Remove demolished materials from site as work progresses.
3.5 SCHEDULE OF PRODUCTS TO BE REMOVED AND REUSED
A. Remove, store, and protect the following materials and equipment for reuse:
1.Stair handrails.
2.Grab rails.
3.Main drain grates.
END OF SECTION
Bid# PW-18-19-M3033B 14
SECTION 13152
POOL SYSTEMS START-UP
PART 1 GENERAL
1.1 SUMMARY
A. Section includes start-up procedures for pool systems.
1.2 SUBMITTALS
A. Reports: Submit results of water analysis.
1.3 POOL SYSTEMS START-UP
A. Coordinate start up of existing mechanical equipment with Owner. Do not plaster and fill pool
unless all mechanical systems are operational.
B. Fill pool slowly with City make-up water and protect finishes from damage. Add sufficient
sequestering agent to pool water to reduce reaction of metal ions with chlorine. Follow
manufacturer’s instructions for product use.
C. Provide complete domestic water analysis to determine quantities and types of chemicals
necessary to maintain pool water within the following levels:
1. pH: 7.2 to 7.6.
2. Alkalinity: 80 to 100 ppm.
3. Calcium hardness: 200 to 400 ppm.
4. Chlorine: 1.0 to 1.5 ppm.
D. Provide all chemicals and balance water immediately after initial pool filling and until project
completion and acceptance by the Owner.
E. Coordinate operation of existing pool mechanical systems with Owner and maintain pool for 5
days including the following:
1. Periodically clean pump strainer until no further accumulation of debris occurs.
2. Add chemicals as required for acceptable water quality.
F. Brush swimming pool plaster finish twice daily for 5 consecutive days immediately after plastering
pool to remove calcium carbonate scale. Do not vacuum pool during 5 day brushing period with a
wheeled vacuum head.
Bid# PW-18-19-M3033B 15
G.At end of 5 day brushing period, vacuum pool, clean grates, clean surge chamber, backwash filter
media, and leave pool ready for use.
END OF SECTION
Bid# PW-18-19-M3033B 16
SECTION 13153
POOL FINISHES AND WATERPROOFING
PART 1 GENERAL
1.1 SUMMARY
A. Section includes pool joint sealant, pool plaster, and pool tile.
1.2 SUBMITTALS
A. Product Data: Submit for all products listed in this Section.
B.Samples: Submit for each type, size, and color of tile listed.
C.Color Chart: Submit manufacturer’s color chart for the following:
1.Tile grout.
1.3CLOSEOUT SUBMITTALS
A. Extra Materials: Submit 2 square feet of 1 x 1 inch gutter tile.
1.4QUALITY ASSURANCE
A. Perform Work in accordance with TCA (Tile Council of America) Handbook and ANSI (American
National Standards Institute) A108 Series/A118 Series.
PART 2 PRODUCTS
2.1 NON-SHRINK GROUT REPAIR MORTAR
A. Premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing
agents with minimum compressive strength of 9,000 psi at 28 days and suitable for concrete repair
applications from featheredge to 4 inch depth.
B. Model Rapid Set Cement All manufactured by CTS Cement Manufacturing.
2.2 POOL JOINT SEALANT
A. Two part, gun-grade, non-staining, polysulphide sealant, capable of continuous water immersion,
500 percent elongation capability, 80 pounds per square inch tensile strength, and gray color.
Provide manufacturer's recommended primer, joint cleaner, joint filler, and bond breaker.
B. Elasto-Seal 227 model manufactured by Pacific Polymers or Deck-O-Seal model manufactured by
DFC Company.
Bid# PW-18-19-M3033B 17
2.3POOL PLASTER
A. Cement: ASTM (American Society for Testing and Materials) C150, Normal - Type I white Portland.
B. Aggregate: White marble dust with 85 minimum brightness value uniformly graded within the
following limits:
Sieve Size Percent Retained
No. 20 0 to 10
No. 30 25 to 35
No. 40 45 to 55
No. 50 65 to 75
No. 60 70 to 80
No. 100 80 to 90
No. 200 90 to 100
C. Water: Clean, fresh, potable and free of mineral or organic matter which can affect plaster.
D. Mix:
1. Mix and proportion cement plaster in accordance with ANSI/ASTM C926. Use one part
cement and 1.5 to 1.75 parts aggregate for base and finish coats with water/cement ratio
of 0.4 maximum. Do not use calcium chloride in mix.
2. Mix only as much plaster as can be used in one hour.
3. Mix materials dry, to uniform color and consistency, before adding water.
4. Do not retemper mixes after initial set has occurred.
E. Marblemix Ultra manufactured by Specialty Minerals and Universal White Cement Company.
2.4 POOL TILE
A. Porcelain body, square edges, 0 to 0.5 percent moisture absorption, and conforming to ANSI/TCA
A137.1. Surface finish, size, and color as scheduled.
B. Mortar: ANSI/ACI (American Concrete Institute) A118.1; Portland cement, sand, and water.
C. Grout: Cementitious type, resistant to shrinking.
D. Manufactured by American Olean Tile Company or Dal-Tile Corporation.
2.5 POOL TILE SCHEDULE
A. Tile colors listed in this schedule are from the following manufacturers:
1. Dal-Tile Corporation (DT).
Bid# PW-18-19-M3033B 18
2.Inlays, Inc. (II)
B. Deck:
1. Deck Depth Markers - Glazed ceramic, 6 x 6 inch, white background with 4 inch high black
numbers, and slip-resistant finish (II NO and AB Series).
2. Gutter - Unglazed ceramic, 1 x 1 inch, and nautical blue (DT #D621) color.
3. No Diving Graphic - Glazed ceramic, 6 x 6 inch, white background with red international
symbol, text for no diving, and slip-resistant finish (II MG Series).
C. Pool:
1. Step Edge - Unglazed ceramic, 1 x 1 inch, and nautical blue (DT #D621) color.
2. Wall Depth Markers - Glazed ceramic, 6 x 6 inch, white background with 4 inch high black
numbers (II NO and AB Series).
3. Waterline - Unglazed ceramic, 1 x 1 inch, and nautical blue (DT #D621) color.
PART 3 EXECUTION
3.1 INSTALLATION OF POOL JOINT SEALANT
A. Verify that joint openings are ready to receive work, and that joint measurements and surface
conditions are as recommended by sealant manufacturer.
B. Remove loose materials and foreign matter which may impair adhesion of sealant.
C. Verify that joint backing and release tapes are compatible with sealant.
D. Perform preparation in accordance with ASTM C790 for latex base sealants.
E. Install sealants in accordance with manufacturer's instructions.
F. Install joint filler to achieve a neck thickness dimension no greater than the joint width.
G. Install bond breaker where joint filler is not used.
H. Apply sealant within recommended application temperature ranges. Consult manufacturer when
sealant cannot be applied within these temperature ranges.
I. Tool joints flat.
3.2 INSTALLATION OF POOL PLASTER
A. Verify that surfaces and site conditions are ready to receive work.
Bid# PW-18-19-M3033B 19
B.Beginning of installation means acceptance of existing conditions.
C. Protect surfaces near work from damage or disfiguration.
D. Clean concrete/shotcrete surfaces of loose and foreign matter using a 2,500 psi high
pressure/velocity water jet spray. Wash surfaces with clean water.
E. Dampen concrete/shotcrete surfaces with clean water immediately prior to plastering.
F. Apply plaster in accordance with ANSI/ASTM C926.
G. Apply a thin base coat to surfaces then double back with a second coat for a total minimum
thickness of 1/2 inch.
H. Apply finish coat after base coat is tamped and initially floated.
I. Provide smooth and consistent steel trowel finish.
J. Moisture cure plaster by immediately filling swimming pool with water. Fill swimming pool from
the deep end and protect plaster from erosion caused by filling with water and marring from hoses.
K. Maximum variation from flatness shall be 1/8 inch in 10 feet.
3.3 INSTALLATION OF POOL TILE
A. Verify that surfaces are ready to receive work.
B. Beginning of installation means installer accepts condition of existing surfaces.
C. Protect surrounding work from damage or disfiguration.
D. Vacuum clean existing surfaces and damp clean.
E. Seal substrate surface cracks with filler.
F. Install mortar bed, tile, and grout in accordance with manufacturer's instructions.
G. Apply mortar bed over concrete surfaces to a minimum thickness of 1/4 inch.
H. Lay tile to pattern indicated.
I. Lay tile so upper surface is flush with adjacent finishes.
J. Use trim finishes as indicated at corners.
K. Place tile joints uniform in width, subject to variance in tolerance allowed in tile size. Make joints
watertight without voids, cracks, excess mortar, or excess grout. Smooth all cut edges.
L. Sound tile after setting. Replace hollow sounding units.
Bid# PW-18-19-M3033B 20
M.Allow tile to set for a minimum of 48 hours prior to grouting.
N. Grout tile joints.
END OF SECTION
Bid# PW-18-19-M3033B 21
SECTION 13154
POOL EQUIPMENT
PART 1 GENERAL
1.1 SUMMARY
A. Section includes pool deck equipment.
1.2 SUBMITTALS
A. Product Data: Submit for all products listed in this Section.
PART 2 PRODUCTS
2.1 FLOOR INLET PLATE
A. Threaded cycolac adjustable cover plate, 4.5 inch diameter with stainless steel locking screw.
Provide spanner wrench for flow adjustment.
B. Model #8417-0000 manufactured by Sta-Rite Industries.
2.2 GUTTER GRATE (BID ALTERNATE #1)
A.Parallel modular interlocking PVC grating 12 inches wide constructed of molded bars 0.625 inch
wide with 1 inch depth spaced with 0.375 inch openings. Grating shall have cross bars spaced 3
inches on center and diamond ridged anti-skid top surface. PVC shall be UV stabilized and white
color. Provide recessed stainless steel hold down clips with stainless steel anchor screws for 36
inch maximum anchor spacing on each side of grating.
B.Model Quiet-flow Straight and Radial manufactured by Lawson Aquatics.
2.3 MAIN DRAIN GRATE (Existing)
A. PVC frame and grate, 18 by 36 inches with stainless steel anchoring screws, white color, 10 year
life, and certified flow rate of 2,080 gallons per minute. A new frame for the existing grates will be
provided by the City for installation by contractor.
B. Model #MLD-FG-1836 manufactured by Lawson Aquatics.
2.4 ROPE ANCHOR EYEBOLT
A. Stainless steel threaded eyebolt to fit existing cup anchor.
B. Model #58316 manufactured by Spectrum Products.
2.5 SLIDE BARRIER
Bid# PW-18-19-M3033B 22
A. Arching structure 2.5 feet high by 3.75 feet wide constructed of 3 inch diameter Schedule 80 PVC
with foam filler, base flange, yellow color, 1/2 inch diameter stainless steel fasteners, and skirts.
B. Manufactured by Aquatix.
2.6 SLIDE SAFETY MAT
A. Surface mounted foam safety mat 4 feet by 6 feet by 1 inch thick with 60 mil slip-resistant PVC
cover, UV stabilized, watertight, white color, and anchored with manufacturer’s stainless steel
fasteners.
B. Model SoftSide manufactured by RenoSys Corporation.
2.7 SPRAY FEATURE SUCTION GRATE (Existing)
A. PVC frame and grate, 18 by 54 inches with stainless steel anchoring screws, white color, 10 year
life, and certified flow rate of 4,269 gallons per minute. A new frame for the existing grate will be
provided by the City for installation by contractor.
B. Model #MLD-FG-1854 manufactured by Lawson Aquatics.
2.8 WEDGE ANCHOR ESCUTCHEON PLATE
A. Stainless steel body with stainless steel set screw and designed to fit over existing wedge anchors.
B. Model #28301SS manufactured by Paragon Aquatics or model #35214 manufactured by Spectrum
Products.
PART 3 EXECUTION
3.1 INSTALLATION
A. Install anchors and fittings level, plumb and flush with adjacent concrete deck, plaster surface, or
tile surface as appropriate.
END OF SECTION
Bid# PW-18-19-M3033B 23
B.SAMPLECONTRACT
CAPITAL IMPROVEMENT PROJECT AGREEMENT
Project Name (State Fund)
This AGREEMENT is made and entered into for the above-stated project BY AND BETWEEN
the CITY OF SANTA CLARITA, as CITY, and _____________as CONTRACTOR.
CITY and CONTRACTOR have mutually agreed as follows:
ARTICLE I
That contract documents for the aforesaid project shall consist of the Notice Inviting Bids,
Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special
Provisions, Plans, and all referenced specifications, details, standard drawings, special drawings,
appendices, and City’s Labor Compliance Program; together with this AGREEMENT and all
required bonds, insurance certificates, permits, notices, and affidavits; and also including any and
all addenda or supplemental agreements clarifying or extending the work contemplated as may be
required to insure its completion in an acceptable manner. All of the provisions of said
AGREEMENT documents are made a part hereof as though fully set forth herein.
ARTICLE II
For and in consideration of the payments and agreements to be made and performed by CITY,
CONTRACTOR agrees to furnish all materials and perform all work required for the above-stated
project, and to fulfill all other obligations as set forth in the aforesaid contract documents.
ARTICLE III
CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full
compensation for furnishing all materials, performing all work, and fulfilling all obligations
hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising
out of the nature of the work during its progress or prior to its acceptance including those for well
and faithfully completing the work and the whole thereof in the manner and time specified in the
aforesaid contract documents; and also including those arising from actions of the elements,
unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or
discontinuance of the work, and all other unknowns or risks of any description connected with the
work.
Bid# PW-18-19-M3033B 24
ARTICLE IV
CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide
the materials, do the work, and fulfill the obligations according to the terms and conditions herein
contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time,
in the manner, and upon the conditions set forth in the contract documents.
ARTICLE V
City and its respective elected and appointed boards, officials, officers, agents, employees, and
volunteers (individually and collectively, "Indemnitees") shall have no liability to
CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect,
and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of
action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever
nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which
Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or
arising out of any injury to or death of any person(s), damage to property, loss of use of property,
economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR’S
performance of or failure to perform any services under this Agreement, or by the negligent or
willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees,
committed in performing any of the services under this Agreement.
If any action or proceeding is brought against Indemnitees by reason of any of the matters against
which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR,
upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such
acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the
matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The
limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not
limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the
expiration or earlier termination of this agreement.
The provisions of this section do not apply to Claims occurring as a result of the City's active
negligence or acts of omission.
ARTICLE VI
CONTRACTOR affirms that the signatures set forth hereinafter in execution of this
AGREEMENT represent all individuals, firm members, partners, joint venturers, or corporate
officers having principal interest herein.
ARTICLE VII
Nature of Relationship
CONTRACTOR shall not be subject to day-to-day supervision and control by CITY employees
Bid# PW-18-19-M3033B 25
or officials. CONTRACTOR shall perform services in accordance with the rules, regulations and
policies of CITY respecting such services, and in accordance with appropriate standards of
professional conduct, if any, applicable to the services provided. CITY shall not be responsible
for withholding any payroll or other taxes on behalf of CONTRACTOR. It is understood and
agreed that the CONTRACTOR is, and at all times shall be, an independent CONTRACTOR and
nothing contained herein shall be construed as making the CONTRACTOR, or any individual
whose compensation for services is paid by the CONTRACTOR, an agent or employee of the
CITY, or authorizing the CONTRACTOR to create or assume any obligation of liability for or on
behalf of the CITY.
ARTICLE VIII
CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but
not limited to, the following and as otherwise required by law. The terms of the insurance policy
or policies issued to provide the above insurance coverage shall provide thatsaid insurance may
not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without
thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the
said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the
City Clerk new evidence of insurance in the amounts established.
Liability Insurance
During the entire term of this agreement, the CONTRACTOR agrees to procure and maintain
General Liability insurance at its sole expense to protect against loss from liability imposed by law
for damages on account of bodily injury, including death therefrom, suffered or alleged to be
suffered by any person or persons whomsoever, resulting directly or indirectly from any act or
activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY,
or under its control or direction, andalso to protect against loss from liability imposed by law for
damages to any property of any person caused directly or indirectly by or from acts or activities
of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or
direction. Such public liability and property damage insurance shall also provide for and protect
the CITY against incurring any legal cost in defending claims for alleged loss. Such General,
Public and Professional liability and property damage insurance shallbe maintained in full force
and effect throughout the term of the AGREEMENT and any extension thereof in the amount
indicated above or the following minimum limits:
A combined single limit liability policy in the amount of $2,000,000 or a commercial general
liability policy with a $2,000,000 occurrence limit and a $4,000,000 aggregate limit will be
considered equivalent to the required minimum limits.
All of such insurance shall be primary insurance and, shall name the City of Santa Clarita as
additional insured. A Certificate of Insurance and an additional insured endorsement (for general
and automobile liability), evidencing the above insurance coverage with a company acceptable to
the City’s Risk Manager shall be submitted to City prior to executionof this Agreement on behalf
Bid# PW-18-19-M3033B 26
of the City.
Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this
Agreement, City may obtain coverage at CONTRACTOR’S expense and deduct the cost of such
insurance from payments due to CONTRACTOR under this Agreement or terminate. In the
alternative, should CONTRACTOR fail to meet any of the insurance requirements under this
agreement, City may cancel the Agreement immediately with no penalty.
Should Contractor’s insurance required by this Agreement be cancelled at any point prior to
expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of
cancellation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all
contractual requirements within 10 days of the prior insurer’s issuance of notice of cancellation.
CONTRACTOR must ensure that there is no lapse in coverage.
If the operation under this Agreement results in an increased or decreased risk in the opinion of
the City Manager, then the CONTRACTOR agrees that the minimum limits herein above
designated shall be changed accordingly upon request by the City Manager.
The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall
not be construed as limiting in any way the extent to which the CONTRACTOR may be held
responsible for the payment of damages to persons or property resulting from the
CONTRACTOR's activities or the activities of any person or persons for which the
CONTRACTOR is otherwise responsible.
Worker's Compensation Insurance
The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation
Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with
the laws of the State of Californiaand which shall indemnify, insure and provide legal defense for
both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries
or occupational diseases happening to any worker employed by the CONTRACTOR in the course
of carrying out the work within the AGREEMENT. Such insurance shall also contain a waiver of
subrogation naming the City of Santa Clarita.
Automotive Insurance
The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this
AGREEMENT, and any extension thereof, public liability and property damage insurance
coverage for automotive equipment with coverage limits of not less than $1,000,000 combined
single limit. All such insurance shall be primary insurance and shall name the City of Santa Clarita
as an additional insured.
Fire and Extended Coverage Insurance(Services involving real property only)
Bid# PW-18-19-M3033B 27
CONTRACTOR also agrees to procure and maintain, at its sole expense, during the term of this
Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism
insurance.
ARTICLE IX
Pursuant to Senate Bill 542, chaptered in 1999, the Employment Development Department (EDD)
of the State of California requires that a W-9 Form be filed by all vendors for all AGREEMENTS
entered into with the City. CONTRACTOR agrees to complete all required forms necessary to
comply with EDD regulations.
ARTICLE X
Term
This AGREEMENT shall be effective for a period beginning on the date shown in the Notice to
Proceed, and ending on 35 days after the date of recordation of the Notice of Completion unless
sooner terminated.
Modification/Termination
No modification, amendment or other change in this AGREEMENT or any provision hereof shall
be effective for any purpose unless specifically set forth in writing and signed by duly authorized
representatives of the parties hereto. This AGREEMENT may be terminated with or without cause
by CITY giving CONTRACTOR thirty (30) days advance written notice. Any reduction of
services shall require thirty (30) days advance written notice unless otherwise agreed in writing
between CONTRACTOR and CITY. In the event of termination, CONTRACTOR shall be
entitled to compensation for all satisfactory services completed and materials provided to the date
of the notice of termination.
Conflict of Interest
CONTRACTOR will comply with all conflict of interest laws and regulations including, without
limitation, CITY’s conflict of interest regulations.
Non-Effect Waiver
CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terms,
covenants, or conditions of this Agreement, or failure to exercise any rights or remedies hereunder,
shall not be construed as a waiver or relinquishment of the future performance of any such terms,
covenants, or conditions, or of future exercise of such rights or remedies, unless otherwise
provided for herein.
Severability
Bid# PW-18-19-M3033B 28
In the event that any one or more of the provisions contained in this AGREEMENT shall for any
reason be held to be unenforceable in any respect by a court of competent jurisdiction, such holding
shall not affect any other provisions of this AGREEMENT,and the AGREEMENT shall then be
construed as if such unenforceable provisions are not a part hereof.
Governing Law
This AGREEMENT shall be construed and interpreted and the legal relations created thereby shall
be determined in accordance with the laws of the State of California.
Compliance with Law
CONTRACTOR shall comply with all applicable laws, ordinances, codes, and regulations of the
federal, state, and local government, including City’s Labor Compliance Program.
CONTRACTOR shall comply with all aspects of the National Pollutant Discharge Elimination
System (NPDES) in order to prevent pollution to local waterways. Failure to implement NPDES
Requirements shall result in project delays through City issued Stop Work Notices and/or fines
levied against the CONTRACTOR.
Prevailing Wages
If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended
by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing
wages. It is CONTRACTOR’s responsibility to interpret and implement any prevailing wage
requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a
violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the
prevailing rate of per diem wages are available upon request from CITY’s Engineering Division
or the website for State of California prevailing wage determination at
www.dir.ca.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at
the job site.
This contract is subject to state prevailingwage requirements of the California Labor Code
including Sections 1770 and 1773, and the City’s California Department of Industrial Relations
(DIR) approved Labor Compliance Program. All covered work classifications required in
performance of this contract will be subject to prevailing wage provisions. The Contractors and its
subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to the
requirements contained in the City of Santa Clarita’s Labor Compliance Program. A copy of the
Labor Compliance Program is available for review upon request at the Office of the City Clerk.
All pertinent state statutes and regulations, including, but not limited to those referred to in this
contract and in the City’s Labor Compliance Program, are incorporated herein as though set forth
in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all
applicable state statues and regulations and adhering to the latest editions of such.
This Work is subject to compliance monitoring and enforcement by the Department of Industrial
Bid# PW-18-19-M3033B 29
Relations.No prime contractor or subcontractor may be listed on a bid proposal for a public works
project unless registered with the Department of Industrial Relations pursuant to Labor Code
section 1725.5.No prime contractor or subcontractor may be awarded a contract for public work
on a public works project unless registered with the Department of Industrial Relations pursuant
to Labor Code section 1725.5.The Contractor will be required to post job site notices as described
in 8 California Code of Regulation section 16451(d).
Protection of Resident Workers
The City of Santa Claritaactively supports the Immigration and Nationality Act (INA) which
includes provisions addressing employment eligibility, employment verification, and
nondiscrimination. Under the INA, employers may hire only persons who may legally work in
the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S.
The employer must verify the identity and employment eligibility of anyone to be hired, which
includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall
establish appropriate procedures and controls so no services or products under the Contract
Documents will be performed or manufactured by any worker who is not legally eligible to
perform such services or employment.
ELECTRONIC TRANSMISSION OF CONTRACT AND SIGNATURE.
The Parties agree that this Agreement may be transmitted and signed by electronic mail by
either/any or both/all Parties, and that such signatures shall have the same force and effect as
original signatures, in accordance with California Government Code section 16.5 and Civil Code
section 1633.7.
(SIGNATURES ON NEXT PAGE)
Bid# PW-18-19-M3033B 30
The parties hereto for themselves, their heirs, executors, administrators, successors, and assigns do
hereby agree to the full performance of the covenants herein contained and have caused this
AGREEMENT to be executed in duplicate by setting hereunto their names and titles on this date of
.
CONTRACTOR:CONTRACTOR Name:_____________________________________
Address: __________________________________________________
Phone & Fax No. ___________________________________________
ALL SIGNATURES MUST BE Signed By:_________________________________________________________________________
WITNESSED BY NOTARY
Print Name & Title:__________________________________________
CONTRACTOR’s License No.________________________________
Class _____________________________________________________
CITY:__________________________________________ Date: __________
Mayor/City Manager of the City of Santa Clarita
Approved as to Form: ___________________________________________ Date: __________
City Attorney of the City of Santa Clarita
x
Bid# PW-18-19-M3033B 31
C.PRICING SCHEDULE
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
Use this form for reference ONLY.Pricing must be entered into line items section of PlanetBids. If the number
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.
Item
Item Description Units Qty. Unit Cost Total Cost
No.
BASE BID ITEMS
Site Work
1 Expansion joint removal LF 360
2 Pool plaster removal SF 6200
3 Saw cut - 1/2" LF 346
Special Construction
4 Expansion joint & backer rod -1/2" LF 360
5 Grout - non-shrink SF 3
6 Plaster SF 6200
7 Pressure wash SF 6600
8 Tile - clean & regrout SF 640
9 Tile - depth marker EA 36
10 Tile - no diving graphic EA 18
11 Tile - stairs SF 52
Bid# PW-18-19-M3033B 32
12Tile -gutterSF10
13 Grabrail cleaning PR 4
14 Handrail cleaning EA 5
15 Recessed step EA 1
16 Rope anchor eyebolt EA 4
17 Slide landing matEA 1
18 Slide landing barrier EA 2
19 Wedge anchor escutcheon EA 26
20 Inlet plate EA 28
21 Drain grate & frame - 18" x 36" EA 2
22 Drain grate & frame - 18" x 54" EA 1
23 Pool start up LS 1
TOTAL BID IN NUMBER $
Bid Schedule (In Words):__________________________________________________________
Bid# PW-18-19-M3033B 33
ADDITIONAL PRICING
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found
in the pricing forms submitted, the unit price shall govern. Do NOT include this pricing entered on PlanetBids.
Bid Alternate #1
1Gutter grate -12"LF 360 $
Bid# PW-18-19-M3033B 34
DESIGNATION OF SUBCONTRACTORS
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
City of Santa Clarita, California
Subcontractor DBE STATUS: Dollar Value of Work
Age of firm:Certifying Agency:Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos: Description of Work
License No.Exp. Date: / / Phone ( )
Subcontractor DBE STATUS: Dollar Value of Work
Age of firm:Certifying Agency:Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos: Description of Work
License No.Exp. Date: / / Phone ( )
Subcontractor DBE STATUS: Dollar Value of Work
Age of firm:Certifying Agency:Annual Gross Receipts:
Location and Place of Business
Bid Schedule Item Nos: 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
perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded.
Bid# PW-18-19-M3033B 35
REFERENCES
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
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. __________________________________________________________________________________
Name and Address of Owner / Agency
__________________________________________________________________________________
Name and Telephone Number of Person Familiar with Project
__________________________________________________________________________________
Contract Amount Type of Work Date Completed
2. __________________________________________________________________________________
Name and Address of Owner / Agency
___________________________________________________________________________________
Name and Telephone Number of Person Familiar with Project
__________________________________________________________________________________
Contract Amount Type of Work Date Completed
3. __________________________________________________________________________________
Name and Address of Owner / Agency
__________________________________________________________________________________
Name and Telephone Number of Person Familiar with Project
__________________________________________________________________________________
Contract Amount 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# PW-18-19-M3033B 36
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
This bidder _____________________, proposed subcontractor ____________________, 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 under the applicable filing requirements.
Company: _______________________________________
By: _______________________________________
Title: _______________________________________
Date: _______________________________________
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
with 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 under 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.
Bid# PW-18-19-M3033B 37
BIDDER'S INFORMATION AND CERTIFICATION
Bidder certifies that the representations of the bid are true and correct and made under 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: __________________________________________________________________________
Business Address: _______________________________________________________________________
Telephone No.: _________________________________________________________________________
State CONTRACTOR's License No. & Class: ____________________________________________________
Original Date: _________________________________ Expiration Date: ____________________________
The following are the names, titles, addresses, and phone numbers of all individuals, firm members,
partners, joint venturers, and/or corporate officers having a principal interest in this proposal:
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in
this proposal, or any firm, 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:
______________________________________________________________________________________
Bid# PW-18-19-M3033B 38
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this
proposal are as follows:
______________________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals
of all aforementioned principals this _________ day of _____ 20___.
BIDDER: _________________________________________________________
Signature
_________________________________________________________
Name and Title of Signatory
_________________________________________________________
Legal Name of Bidder
_________________________________________________________
Address
_______________________ ___________________
Telephone Number Federal Tax I.D. No.
SIGNATURES MUST BE MADE AND NOTARY ACKNOWLEDGMENTS OF EXECUTION OF BIDDER MUST BE
ATTACHED
Subscribed and sworn to this ___________________ day of ________, 20___.
Notary Public______________________________________________________ (SEAL)
Bid# PW-18-19-M3033B 39
NON-COLLUSION AFFIDAVIT
(Title 23 United States Code Section 112 and Public Contract Code Section 7106)
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
To the CITY OF SANTA CLARITA:
In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder
declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that
the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid,
and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else
to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner,
directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price
of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that
of any other bidder, or to secure any advantage against the public body awarding the contract of anyone
interested in the proposed contract; that all statements contained in the bid are true; and, further, that
the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the
contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to
any corporation, partnership, company association, organization, bid depository, or to any member or
agent thereof to effectuate a collusive or sham bid.
THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE “BIDDER’S CERTIFICATION” SHALL ALSO
CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF
THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE
CERTIFIER TO CRIMINAL PROSECUTION.
Bid# PW-18-19-M3033B 40
NON-COLLUSION AFFIDAVIT
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA )
) §
COUNTY OF LOS ANGELES )
__________________________________________ being first duly sworn deposes and says that he is the
_______________________________________ (sole owner, a partner, president, etc.) of
__________________________________________________ the party making the foregoing bid; that such
bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association,
organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not
directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall
refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements,
communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to
fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any
advantage against the public body awarding the Contract or anyone interested in the proposed Contract;
that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly,
submitted his bid price, or any breakdown thereof, or the contents thereof, or divulged information or date
relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership,
company, association, organization, bid depository, or to any member or AGENCY thereof, or to any other
individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to
any corporation, partnership, company association, organization, bid depository, or to any member or
AGENCY thereof, or to any other individual, except to such person or persons as have a partnership or other
financial interest with said BIDDER in his general business.
Signed: ______________________________________
Title ______________________________________
Subscribed and sworn to and before me this____________ day of _________________, 20__.
___________________________________________________________________________________
Seal of Notary
Bid# PW-18-19-M3033B 41
BIDDER’S QUESTIONNAIRE
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
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: ___________________________ Telephone:___________________________
Principal Office Address: _____________________________________________________
2. Type of Firm: __________________________________________________________________________
Corporate:_____________________________ Other: ______________________________________
Individual: _________________________________________________________________________
Partnership: _______________________________________________________________________
3a. If a Corporation, answer these questions:
Date of Incorporation: _______________State of Incorporation: _____________________________
President’s Name: __________________________________________________________________
Vice-President’s Name: ______________________________________________________________
Secretary or Clerk’s Name: ___________________________________________________________
Treasurer’s Name: __________________________________________________________________
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.
Name of person holding CONTRACTOR’s license: __________________________________________
License number: __________ Class: __________Expiration Date: ___________________________
Bid# PW-18-19-M3033B 42
BIDDER’S QUESTIONNAIRE
(cont’d)
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
5. CONTRACTOR’s Representative: _______________________________________________________
Title: _____________________________________________________________________________
Alternate: _________________________________________________________________________
Title: _____________________________________________________________________________
6. List the major construction projects your organization has in progress as of this date:
Owner: (A) ________________________ (B) ________________________________________
Project Location: ___________________ ________________________________________
Type of Project: ____________________ ________________________________________
Bid# PW-18-19-M3033B 43
BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
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: ____________________________________________ dollars ($__________), this amount being not
less than ten percent (10%) of the total amount of the first contract year (365 days) of this 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: Santa Clarita Aquatic Center Activity Pool Plaster Renovation
________________________________________________________
Bidder’s Signature
________________________________________________________
CONTRACTOR
________________________________________________________
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.
Bid# PW-18-19-M3033B 44
PROPOSAL GUARANTEE BID BOND
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that __________________________________ ,as BIDDER, and
_________________________________________________, as SURETY, are held and firmly bound unto the
City of Santa Clarita, as AGENCY, in the penal sum of ___________________________________________
dollars ($___________),which is ten percent (10%) of the total of first contract year (365 days) amount
whichis bid by BIDDER, to AGENCY for the above-stated project, for the payment of which sum, BIDDER and
SURETY agree to be bound, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to
AGENCY for the above-stated project, if said bid is rejected, or if said bid is accepted and the contract is
awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null
and void, otherwise it shall remain in full force and effect in favor of AGENCY.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
_______________day of ________________________, 20__.
BIDDER ________________________________________________________________________________
________________________________________________________________________________
________________________________________________________________________________
SURETY* _______________________________________________________________________________
______________________________________________________________________________________
______________________________________________________________________________________
Subscribed and sworn to this ____________ day of __________________________, 20__.
NOTARY PUBLIC _________________________________________________________________________
*Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and
telephone number for authorized representative.
IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's most current
list (Circular 570, as amended) and be authorized to transact business in the State where the project is
located.
Bid# PW-18-19-M3033B 45
FAITHFUL PERFORMANCE BOND
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that _______________________________________, as
CONTRACTOR, AND __________________________________________________, as SURETY, are held and
firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of
__________________________________________________ dollars ($___________), which is one-
hundred (100%) percent of the total amount for the above-stated project, for the payment of which sum,
CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. For service
contracts of a continuing nature, the bond shall be in the amount equal to the amount of the initial
contract term. Thereafter, the bond shall be in an amount equal to the annual value of such contract. The
term of the bond shall cover the initial contract term. Thereafter, CONTRACTOR and SURETY must submit
a new or renewed bond covering each subsequent annual renewal of the contract.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is
about to enter into the annexed Contract Agreement with AGENCY for the above-stated project, if
CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner
and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force
and effect in favor of AGENCY; provided that any alterations in the obligation or time for completion made
pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or
SURETY, and notice of such alterations is hereby waived by SURETY.
IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this _____ day of
___________________, 20__.
CONTRACTOR*
________________________________________________________________________
________________________________________________________________________
SURETY* ________________________________________________________________________
________________________________________________________________________
________________________________________________________________________
Subscribed and sworn to this ______________________ day of ____________________, 20__.
NOTARY PUBLIC
*Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized
representative.
Bid# PW-18-19-M3033B 46
DOCUMENTS CHECKLIST
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
In addition to the items requested for the proposal the following documents are required to be
completed and submitted by the proposer.
Invitation for Bid page filled out
Any addendum published through Planetbids – signed form and acknowledgement through
planet bids
Bidder’s Bond – Original notorized form MUST be received at City Hall prior to bid due date
Designation of Subcontractors form – if none, write “n/a”; Do NOT leave blank
Reference Page
Price Schedule –Use this form for reference ONLY. Pricing must be entered into line items section of PlanetBids
Additional Pricing Page - Do NOT include this pricing in the cost of your bid response. Fill out form and return
with bid
see Statement of Work and Format
Required certificates/licenses -
Equal Employment Opportunity Certification
Original notorized form MUST be received at City Hall prior to bid
Bidder's Information And Certification -
due date
Non-Collusion Affidavit - Original notorized form MUST be received at City Hall prior to bid due date
Bidder’s Questionnaire
Bid# PW-18-19-M3033B 47
ADDENDUM #1
For
City of Santa Clarita Invitation to Bid
PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
October 29, 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 October 24, 2018 beginning at 10:00 AM. The meeting
was located at Sports Complex, 20880 Centre Pointe Parkway, Santa Clarita, CA 91350.
1. Attending staff:
Mike Choate Project Development Coordinator
Bob Grcevic Parks Supervisor
Doug Botton Aquatic Manager
Heather Andrews Buyer
Melody Bartlette Buyer
Mary Alice Boxall Labor Compliance Specialist
Doug Jones Jones & Madhavan
2. The following vendors were in attendance:
3. The following was reviewed:
3.1. Labor Compliance:
3.1.1. Subject to Prevailing Wage
3.1.2. Bidders must be registered with the DIR
3.1.3. Payroll must be uploaded to the DIR and send copies to Mary Alice
3.1.4. Must perform your due diligence in hiring apprentices.
3.1.5. Field interviews may happen
3.1.6. Must post State and Federal wage requirements posters
3.1.7. Labor Commissioner is the ultimate enforcer
3.2. Key points:
3.2.1. Bid Closes on November 12 at 11 am
3.2.2. Make sure you review insurance requirements
3.2.3. There will be an addendum for the pricing schedule sent out
Bid # PR-18-19-M3033B 1
3.2.4. Contactor will be responsible to contact Health Department for inspections
3.2.5. Please make sure you follow the documents checklist and submit all required
3.2.6. This is a re-plaster job
3.2.7. The gutter needs to be cleaned and re-grouted
3.2.8. We have drain grates and frames that the contractor will install.
3.3. The following questions were asked and answered:
3.3.1. What is the time frame for the job? January February, 45 days.
3.3.2. Where are we accessing the site? The gate on the north side of the pool.
4. Please replace the piecing schedule with the attached updated version.
________________________________ ______________
Date
________________________________
Company Name
Bid # PR-18-19-M3033B 2
C.
PRICING SCHEDULE
Bid # PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
Use this form for reference ONLY. Pricing must be entered into line items section of PlanetBids. If the number
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.
Item
Item Description Units Qty. Unit Cost Total Cost
No.
BASE BID ITEMS
Site Work
1 Expansion joint removal LF 360
2 Pool plaster removal SF 6200
Special Construction
3 Expansion joint & backer rod -1/2" LF 360
4 Plaster SF 6200
5 Tile - clean & regrout SF 640
6 Tile - depth marker EA 36
7 Tile - no diving graphic EA 18
8 Tile - stairs SF 52
9 Tile - gutter SF 10
10 Grabrail cleaning PR 4
11 Handrail cleaning EA 5
Bid # PR-18-19-M3033B 3
12 Rope anchor eyebolt EA 4
13 Slide landing mat EA 1
14 Slide landing barrier EA 2
15 Wedge anchor escutcheon EA 26
16 Inlet plate EA 28
Install drain grate & frame (city
17 EA 2
provided) - 18" x 36"
Install drain grate & frame (city
18 EA 1
provided) - 18" x 54"
19 Pool start up LS 1
TOTAL BID IN NUMBER $
Bid Schedule (In Words):__________________________________________________________
Bid # PR-18-19-M3033B 4
ADDENDUM #2
For
City of Santa Clarita Invitation to Bid
PR-18-19-M3033B
Santa Clarita Aquatic Center Activity Pool Plaster Renovation
November 7, 2018
This addendum must be acknowledged via Planet Bids and should be included with the bid
response.
Please add the following sections to the bid document:
SECTION 01001 , BASIC REQUIREMENTS , PART 1 GENERAL , 1.2 PROJECT DESCRIPTION, A.
1.Project Schedule – The project is scheduled to be completed in 30 working days (Monday
– Friday) minus City observed holidays and City agreed upon weather delays. The starting
date of the 30 days will begin from the time the Notice to Proceed is received by the
Contractor. A weather delay day can only be observed through written approval by the
City Project Manager. Please see attached list of City observed holidays. Any weekend
day, overtime days, or holiday work must be authorized in writing by the City Project
Manager.
2.Liquidated Damages - For every day past the 30 day project schedule the contractor does
not complete the project to the satisfaction of the City, the contractor shall provide a
price reduction to the City. The price reduction shall be in the amount of $1,000.00 a day,
until the project is complete and the Notice of Completion is filed.
________________________________ ______________
Contractor’s representative Date
________________________________
Company Name
Bid #PR-18-19-M3033B 1
Q&AforProjectSantaClaritaAquaticCenterActivityPoolPlasterRenovation(PR1819M3033B)
Issuedon10/12/201
8
BidDueonNovember12,201811:00AM(Pacific)
Exportedon11/19/201
8
Question
SubmittedSubmitDateAnswerReleaseDateSetStatus
Isthereanengineer'sestimatefortheTheworkisexpectedtocost
SantaClaritaAquaticCenterProject?approximately$85,000.00
10/31/20181:12PM(Pacific)10/31/20181:12PM(Pacific)1.1Released
Pleaseanswerthefollowingquestions:
LiquidatedDamages$?Project
Duration/DateComplete?PleaseseeAddendum2.
11/07/20184:02PM(Pacific)11/07/20184:02PM(Pacific)2.1Released
Mondayisaholiday,canwesubmitthe
bidbond,biddersinformationTheCitywillacceptthenotarized
certification,andnoncollusionaffidavititemsnolaterthanTuesday,
onTuesday?November13,by11:00am.
11/09/20183:05PM(Pacific)11/09/20183:05PM(Pacific)3.1Released