Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2021-09-28 - AGENDA REPORTS - PROJ P4019 CENTRAL PARK BUILDOUT (2)
Agenda Item: 4 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR r CITY MANAGER APPROVAL: DATE: September 28, 2021 SUBJECT: CENTRAL PARK BUILDOUT, PROJECT P4019 - APPROVE PLANS AND SPECIFICATIONS AND AWARD CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Damon Letz RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for Central Park Buildout, Project P4019. 2. Award a construction contract to Spectrum Construction Group, Inc., in the amount of $9,770,716, for the base bid and additive alternate items, and authorize a contingency in the amount of $977,072, for a total contract amount not to exceed $10,747,788. 3. Extend the current contract and authorize an increased expenditure authority for civil engineering, surveying services, and construction support with Psomas in the amount of $167,000 and authorize a contingency in the amount of $16,700, for a total additional contract amount not to exceed $183,700. 4. Appropriate one-time funds in the amount of $11,869,101 from the American Rescue Plan Act COVID-19 Response Fund (Fund 228) to expenditure account P4019228-516101 and decrease project funding from the following accounts: • $9,536,000 from expenditure account P4019723-516101, Facilities Fund (Fund 723); • $913,826 from expenditure account P4019367-516101, Areawide Fund (Fund 367); and • $3,754 from expenditure account P4019601-516101, General Fund -Capital (Fund 601). 5. Appropriate $100,000 to Central Park Buildout Art account A4001602-516101; increase Facilities Fund transfers out account 7239500-710602 and transfers in account 602-600723 Page 1 Packet Pg. 29 by $100,000. 6. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND On October 22, 2019, the City Council awarded a contract to Psomas for the design of the Central Park Buildout project. The design was recently completed and is primarily focused on the undeveloped southwestern portion of Central Park. The design includes the addition of four full-sized multipurpose fields, the installation of sport field lighting, landscaping and irrigation, various site furnishings, a restroom building, upgrades to the ad j acent dog park, including a lighted accessible walkway from the new parking lot to the dog park, and 268 additional parking spaces. The project will also include the design and construction of an emergency access road from the existing parking lot to an adjacent street. The emergency access road will be gated and designated for emergency vehicle use only. Although use of the emergency road is anticipated to be minimal, staff will provide public outreach to nearby residents. Public Art components will also be incorporated into the project with a designated budget of $100,000. These funds will be used to design, construct, and install public artwork at Central Park in coordination with the Arts Commission and the Public Art Planning and Selection process. The Central Park Buildout project will be constructed in the southwest corner of Central Park near the intersection of Bouquet Canyon Road and Alamogordo Road. The demand on the Central Park venue for field use, tournaments, and special events throughout the City of Santa Clarita (City) continues to increase and available multipurpose field space is limited. Adding additional multipurpose fields to Central Park will help accommodate some of the increase in demand and provide for increased recreational opportunities. This project is identified as an action item in Santa Clarita 2025 under the theme of Building and Creating Community. Staff is working with stakeholders to accommodate existing features of the park that will be impacted by this project, such as the back nine holes of the disc golf course and the cross-country course. The goal is to reduce the impact as much as possible during construction while allowing the project to move forward. All park features will be restored at the end of the project. An invitation to bid this project was published twice, on July 27 and August 3, 2021, and was posted on the City's website. The City received a total of seven bids, which were opened by Purchasing on August 10, 2021. The results are shown below: Company Location Bid Amount Spectrum Construction Group, Inc. Irvine, CA $816771434.42 AMG & Associates, Inc. Santa Clarita, CA $817871000.00 Ohno Construction Company Fontana, CA $911111776.60 C.S. Legacy Construction, Inc. Chino, CA $911361545.12 Page 2 Packet Pg. 30 Los Angeles Engineering, Inc. Covina, CA $915141000.00 Environmental Construction, Inc. Woodland Hills, CA $915241210.00 R.C. Becker and Son, Inc. Santa Clarita, CA $1011101210.93 Staff recommends awarding the Central Park Buildout project construction contract to Spectrum Construction Group, Inc., the lowest responsive bidder based on the base bid amount only as listed above and outlined in the specifications. As provided in Public Contracts Code section 20103.8(a), the City has decided to include both of the additive alternate items in the contract award. Spectrum Construction Group, Inc., possesses a valid Class A state contractor's license and is in good standing with the California Contractors State License Board. The contractor's bid has been reviewed for accuracy and conformance to the contract documents and was found to be complete. Civil Engineering and Geotechnical Services The City Council awarded a design contract for a total amount not to exceed $543,142 to Psomas at its October 22, 2019, meeting. Psomas was selected through a Request for Proposal process and is the engineer of record for the Central Park Buildout project. In order to provide appropriate civil engineering and geotechnical services throughout the construction period, it is recommended that the existing contract amount with Psomas be increased by a total amount not to exceed $183,700. This increase will allow Psomas to provide construction support during the project, review submittals, respond to requests for information, and address design issues as the project is being constructed. American Rescue Plan Act COVID-19 Response Fund On March 11, 2021, the American Rescue Plan Act (ARPA) was signed into law by the President, which established the Coronavirus Local Fiscal Recovery Fund (ARPA COVID-19 Response Funds) intended to combat the public health and economic impacts of the COVID-19 pandemic. According to the U.S. Department of the Treasury's (Treasury) Interim Final Rule (IFR) published on May 17, 2021, guidelines for the use of ARPA COVID-19 Response Funds include the following: 1) respond to the public health emergency or its negative economic impacts; 2) provide premium pay to eligible workers; 3) replace lost public sector revenue; and 4) make necessary investments in water, sewer, or broadband infrastructure. The COVID-19 pandemic brought significant impacts and economic challenges to the City, including negative economic impacts to the tourism, travel, and hospitality industries. Central Park is one of the biggest generators of tourism in the City. The multi -use sports fields, softball diamonds, and trails attract a multitude of sporting events, concerts, and festivals. The multi -use sports fields in particular have played host to weekend soccer tournaments, ultimate frisbee, and flag football. One of many such events includes the annually staged Boots & Brews, which draws more than 10,000 attendees with more than three quarters of them coming from outside the City and California. The recommendation to appropriate ARPA COVID-19 Response Funds for the expansion of Central Park is supported as an eligible expense, as it responds to the negative economic impacts of the pandemic by providing aid for a planned expansion or upgrade of tourism, travel, and hospitality facilities delayed due to the pandemic. The expansion is in line with the City's 2008 Parks, Recreation, and Open Space Master Plan (2008 Master Plan), the City's 2011 General Plan, and supports the Santa Clarita 2025 strategic plan. Page 3 Packet Pg. 31 The construction contract amount covers the base bid and additive alternate items, which include the addition of pavers, trees, and irrigation in the parking lot area. The contingency will cover unanticipated project costs due to unforeseen conditions and changes in the scope of work, requested by the City. The remaining project budget will provide for public art components, construction support costs for labor compliance services, staff oversight, construction engineering, inspection, and project management. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommended actions, adequate funds will be available in expenditure account P4019228-516101 (American Rescue Plan Act COVID-19 Response Fund) and A4001602-516101 (Civic Art Fund) to support the recommended construction and construction support contracts, as well as all anticipated project costs. ATTACHMENTS Location Map Bid Proposal for Spectrum Construction Group, Inc. (available in the City Clerk's Reading File) Proposal for Psomas (available in the City Clerk's Reading File) Page 4 Packet Pg. 32 I _1.spy • • . ^i=, sue.',_ III c3 :d- }f �' �:.:,4 k '+ :..tea;; . �. ,nae , y� I- - Md f� s , .. a `4 rr v 1 f,•' a .. - �, F i _ }V��, ,. OZ 4. , n F , 5 Se ,- 0 e •, x �1 f r"' j Y4$ r a -1 - _ ' Y J. ° ti` ��.p ■ ,y r llY� Y +4 - !. -!: - . * , -,,.�,-, .'. , % -i OOI,L:� � . I . 1. � . %` � A k # . . % _7 1._ -.� . � 7...-,d ..,% , . ��. a _.�e JC"W. . . _,% y. F �"� Ie I ` :, .. ,. . . _, ..- : m i ; _. i ; -O-_ ;r . ,. 19 s . - - .- , 1, 11 t____ _'... I L f dr yt� ' «a, . ,* " � 'S ' "+'r am i a }' � , y'r� ' _ _ .e" � 1 '; r O. 1 Al 1 P. a N.e ' j• _ .: F y I.. , . ; . 'kite? Js . a. , - L h 'L� k� ` ttl, + •} " f. , i ! _i �`:€'I-,' 0 h , e••,,,�,� 1-17 .ssi'' - ' T`�s.a�'n.:V'1.,� 1 , L}'.:v z' �4 . f •. •h r . r F rz JC • ° ' }I +L ` =i ,]YYl ";- - - . ., .� 2 M y _ is -. , �'• I • _ _ i i�. % •• •• ° _ - ... • "• +k 5 % i t ry +: ,.. M1/{{ -. { .. 1' _-�+- ,.: •'J,l '"'� • •.Y& , rin ( a. Fir ,� - _ ' ':1 4 �'. ,x "a; -,- �.4'•5• , r•'. -ems r}7!_° "'"` +�1%.m. .* _ '...' + walim- `. l ''S4 #�` . a � ,, L' j r a s t d? _ ._ a •. .: . .• "1 ' ;P. '7G e� �, f _, 4�,.•,� T l I > , 1 +: ' •�' r' .- 4---.-11q # 1. a • * `i 't`' aSe� �•. 1,y y} _`+'",. ,.. #' 1 ,, ,, ; e :+.ems _ •x . { °i�r�� ^ 3 °� . . - - ti' _ , : f f n .r =1r K', I . v y.. 1. ,;ll d'r.'� :- • .. a : I T 4 ti. s'' ' y _ - !4 • + L', a,i ra #y -Ar r. s d tir -#, " �. ,.° I; of � . I^ • e � { , ' R ` .. .., , % -- f rr r ,�F . •Y f e f at�� .. , F- _ - 4.`: r ' _ _ .- _ _ r W�_, J ' f I� ..1. 1 • k i 5' 4, ' '] A * - _ - °_ } . kl� .Y, yyi " E .%. « ,• } jy° n �: } r 'S ,' , 4, % % '. , , 45 i ..,. I . -. l f 1. - `1 11 •:. V , _ , � j.1 1� 1 :: M'. .,, ' : , ti . e iX.,r - _ _ gyp. , -+,.•. ", a 5, M r _ *e" x, .7. ; _-� } `. % tiff �. iR :! M1 # k -d., ,.•ti�' {,..•„ °= :� _ k„ 4ti •y,.,',r1'" �'y. t -5. '.�'� :. S �. , S%r Niv « ter 'r •& .• . rx.,. ! � - .'Fa•: - l iR. 'e' _ a `J l� � ':• J 'y ie i - �. •• " v e ;� , ,.� . • a - a ' tna did ., r° . rt OOO ! -: ti. _ ° v L ,•a . 40 ,,, - -4" - " - L Y , + �... ZZ - �11 • o v . ir, f"+ : x ' ° 1� � J :, .. 1„I I - r 4 : .: , , X , r ,.�_ r .9 .�! . ^y v { I � M1 : � • r xIV ~ 1. - .._�y°�I y ,1 I� : ! • 1. - ,I ,r".--. s{,VM.,=., "; 4 �1 y� �! �1L �I i..•• n,rt . : Ys qa. ,•, 7� {,�. �, }'' �ti � �i } , he 1 _ J- al s « v _' ti_ � if ,Y� yy a 'L' . , i � � • `'ram' ' al r �k e - „d+ i ew-, 4 ' !fir 4. r �. . • 'i ; J %., ,. 1 5 ' r°• 1 Y ' + 0.� - �� - F F I t'�L .i)� R ''r $ {' r `! }i µ1 I , ° r` ' }\p .1 0. s d -% , , W, i �._ �• 6. , # h , '* 1 Z.r '� I �' jrJ 'It . ' ,. 7 . i_ 4 4 ee' R }L.. ^` • '„ . , f � �,, ; '}' r�, 1� I, ie - yy �'� eI, v Lit A .F. , . z a.- ' - _. -: .a. - - r �1 i 1 i. �R I . ,rr ,_. ..d i ,� . :' �., F .1� - .. L .t r • . -- ace- �.. � • - - � , ....^ ..0 ;1 I �'���'Y "+,fir '' •.� fir,, ate, ..'. - - «,` ; M1•°L t 4� - '- _ ., _ ;j,. v:..,•._ qL.alb' �•, 'l i, � - _ -10, i ,. t~-., aa- - 'a:Na� '' ti 4 _ _ T v Y J°ev t ef,d to i,5 - ,.-. + 10 d• Xp ��.,��.• ` F '� -� M 4 * _ F a.: BSI ', -_�.• T�, M. L 5'a v d � , , . k.. -IF LN" '�' - �a F.pv iI ,5 L.' { •rrta L hG W - - - . s � � �' erui s J, �h a. ,L o°e . S - - °' v' s �: 6 y LL < .`' P - ' R .,. L .� r ti .LL . ° I .;a ` _ .. 1 d .: y3 X. .r l 1 1 : � P � ) &L; F e- P. ....d - L,,: .,. . a. , . ,. r ' ° a. 4q 4% 9 * + ' �, '� , - _ N _ ,q ..I .. l 4.,' *- [ NMI F *w s 4, 0 y ,� � 3 . 4 P ". a{ 1 �• -U' aw.� .,�: • , :.,. •'$ ,° ..d _ +1 - .° ;' ; : - , r. . We `�' L ; L '. *i' i F= •.:. 4 �•. s Vii I ► 1._ 11 I y y `s. _ % • 1 r "- ,. r .. - :k,limx.Y ;ti ti, ., x .:•. a : { IJ',.. •� F - - .i ' ,+, � L ;,. ., .'I• ..yl a ° e: I y' t I'r� • 4. ilim % ,.y.,.r • •:- .. f °.. T LL- , {.., '^le � . _ - c.M ' , I, ! ' ti -. , _ . •'. ':R I : .. . 4...,. . " 'at11" .,, R Jft ` .. WI °r, i R. . , , 'd L -+ � b ° 1 �/,.�z .ems1. (� +i - aT, 1 _ I 'as.b• ' AV . ti r� �. a`f t . 7' . i- .r - . e , 'y >3r+ " J� I : i b +. '� ,Y ,. e ,� ,,. ti -. y., -. .'e•gi.. :, ' `_.ram �y�;klfL - `�� M1 ' i -�' i .. r. Fes•':, i •a - e< '- .. � I . , •',,' rt +• •r - ,.�-� t.,,' 11!ryF'.ci;l.� .i. r; a .. . . _- _a• _ : ,, b. 1� 1;,.'�., .. •.. - .,,W ', a JIR^ .�, Y•' $'i, - f l ,`, ,.:.k. „ t -� are:' ti ...+: .ie ds f r_, _ r :, �,• ] .5 -',�h., 916 •M1 F ; , _ , �j, r a.{ : a- ..ar. , - •aa. o '�^°Jev _ .,4 # e L _ •J.• i �( 4 f M1 r _',�; } +• "L' �+9 I1.. . .+lF v k :•- v...• tea'',r •- dc,,, y %r ; � S '.. 1 �i ri�:i�f ', I1' _ Y ! i`, _ }� v jr IS _ • . y :r > ,�F;•; ., .w a ,+.,. Rom.. pf - ; �. 1-" ?� - "]y+ ar 7°•��-lox• f. '.• F �. _ + el , f-a�•� ,v .. �. , jj� J -. 'aa-. : ti • "T ,: •L, •�,r'+ _ a h'.a , ala M1 �'• e-i ° •1 y, : ° } " 0 Y a $ �i " }a 1 -}'9. y •,� �r - , :, �, f k .+a . ,'''" ti ra• .Fri'°• yam^ _ ' ; - r'� ••.i % . g :_. , v, ,A % ; . - , r : , _. }.All� � _ ....e _'- } f v �.�. _ ti . %lf,% - ol y1 ,�,•^,, � :�a• i •', Y 1 J �- ., , y� •'.'y.�• p `y • •- - :; - •� 'J ,'L,F .may.. I J•_ ` _ �:. r i :':r , '. •' '�.. ,��L,c•• 1 .% ✓ .E a. J'; 1-�•+ i',. *. a ._ d - ,, d:,a .- } y7rtp,�. ,:: . , ; • • ' 41fti , r .I wT F,• ° '� r •.T °e a 1,- ?; r°� `7 y . `4.,s Y''°, I re '��Fe 1rA• s . 1 ��F,l�i" _ ° ,ty" .:.: , , r 1 LiO '� .a : ... 6• ,' , §., 1 'Y • ,T a OR r - 1 '�I, % I,Y 4 1 ' 1'• ^• ,{i, , if, i• I�t v e - , _ i_ r•. ` - 5:. " J. r , y,•id4 ' 4:. y 6 }� , 1 : YY. v, �'° ' F ' .'% _ _ 1a r� :. + - e j'. �. _ 4w'� , '". I �'_' 4: '... _ "" - ■ i .'. -fie - • �,I M, a' i �'' - � M1 I aoi''1 ,� �'a.W. i # r' 1 .. �il-o -rw - a ` 1� [ • • I w �. .� wq °r� .r#" - °ti .?io ~ ._ +�,i'..0 `n �F f 1' F •..F . F ` } �r ,-• 1� ti , -, - 6 �• - _ _ _ _ .: \ ., ) W, "!l .1 T,.1y _� ti a _ , , • � .1� a ,, L. - � T ti - Via'' s'.�f, 'PP z Y 1 %15. - �. �_ }j, # ' T ` .. . . 1 i . `JJ , ®. . r - - .`F F - y t n. a.zF�. ,,:,1 , ° ,74 '.. '9r _- ,.`'-+,, w ' ., 1 . , •:' F. Ra. y� � r, �# t O. .e0. p r y '. " -.r..k - a .: ,;,,, f• ..- .ram .1 , S • I 1i f,- i, f vi �,. t. ,% , -- *F•'. , W . ,_,. _,.. % +, 1• �f. j d ,pi _ .,; :�'� v a .. `'4, 1• ° :� jai + r. ;•- .• � r d ,Il_ �* rr� ��t w,-- jj a F * , ` , � i a ,d- t T r 1 f. ■+ L` J x.: �1; J wee��7�-O� 7 •+� � - _ `I¢ 0.} S . . 0 _,j ;'� �J •, .,.. �_,i"�-h I..O y :Y �.,• * � _ i .. - LZL.'�' •' ^e e -L FFF - R "* I r S 'IN.v-• �, %, + a°. - ., ', - _ d 3'.-- - - �_. � .ram "1 i`y, *. i. - .,, dVF d • 17" �.,kr.% 74� {i ,, i +-k .-� -• r :4 , L+ . ,.._.: M1.' • i �'�jTj ',:�,,•. �° d� - *�Ji,- - i� i M1 q '.y,. F L. ; _ .. aa LL jl F_ •l' , ..r- 9 ... s ,;1 C i u .:r fro fir., M','. - } . e 56 6 ,d x -P %%%T° •' g¢, *.�, . _ • . ar Ti *. if K- ' r} , ^r " s•: . Z. , �7: • - . _ J .. WdF 7� .•Iy- _ Ali• , SF 1.+_.a, + 'i Ir. - ,,• a••.: '�. Y:;°41 ;p r . 10 �, ,� 4 . _ _ °'.•,h am _.•, ,: i• "I'!! .. t� i ...._ .'M1�M1. \ �• A 1 ., .1 _ - 'S •:-.. 0 �e .i .. �,� ►1 ii i ~ ra t1 lJ� F *.� , f,J 4° € F{ ,d L , f * ,__ _ ,,`. ' 7 �a1 r •y� > F .' t....' .4,' Y -y ram' r }� } ` ,:%!! i9.. -$!', . *'S " ' �'�/F�" � . , y' ... { 'I. J:l�''_ t •fk;-- .O ; R LN. _ + v n R°F , ';' -ate .- �' _� x' df F y S '• _ *�' =ems- _� W. . ti 1..- � - , ,, � 41 „` . i , j v •'n 3, r,, L. W+ e: ,.y + v x'•,-, � ' }_ ~t- _ d ,'1 .. xV 6 n M1 +! .�'} - Ste`. vP i .:` ,P"%_ , , . � '.I 'F' r m'r'•, r . - -� F , j.- ' { Y J. tip-. �. - • i L • . F 8 i .. \�,�:4 - tip .,4. . 16 k _ ^', die I. f e _,, : y*: F .,. • _,_ 5 ti , . ` - - _ * ` , . A yv®' �� 1... f° * ■ram y.. %i �. _ !! _. 3 a •T,i .F.F� ''- ' �} °' # d' r _. `mow' }. ...'..:,: 4. 4* : .•dL�'•, ,�1.� `-* i• 1 w/'' - . ; d ,., r .:T : x ; ••ti ,a -T' •+- - �i,, fs�/�,.. :n; .? ' v f �v },v +'.. y °,� �r J ,. ###,,,... FiB v i F :�' ~' T�. -f"- ; .f� irn •'�R L J � ., ry. "«.,'h• ° , A ,i . �`, d f.l i ! • F d 7 y ..' f�, tiF , a,° tiF d •1� • , �. t .. i, a.. J•'. -,F• a• L' le,k } . +Y -, :}. � . ,� yy .�c f v. ,�'�y� , { S , ''ra • I i. :": r, f _"4F -T ' E 7C` '� ar �, ;,, , k: '` A-i c M1 I v ,•:y _ d ,%' ,r ~Xti. f:�, �, •e d %•' .+Pr �' is 8a• _f+`-.i L _ a,M1 .x" :J I • y # .% ,d •--} r• . . -!'I. !'I .-, jS_ " _. T?' 1 =,, ' :°}'.T.FF. } «\4 .• a. Y ,,. a e• ' } el j v: t' # .' f I i d ° ':_ +d -,* ; � ,, " #�. 14 : ;/` :+ . _ ,� 7i �'6 •. ' .� • T.,, ' �' 1k AoI.- % , i .. d �.,0 S �. : - �' i� L a . �, ' T ` ad T .. r r' .y , j .- , .. �r 1. , - + ,, p r. P - •, « . • �. • , 'q•' f. ' �• •M1 �;4L_� � .f {. ' ,af :,'. - I -,% ' M: ',ems. J. 1 :,••; sue• ..g, d d • I. n�• •g''. a7 T _ TC 'I BID SCHEDULE Bid #ENG-21-22-P4019 Central Park Buildout Rebid City Project No. P4019 City of Santa Clarita, California Extended Total Item Unit Price Cast No, Bid Item Description Qty. Unit in figures) g } ' (in figures) 01 MOBILIZATION 1 DEMOBILIZATION 1 LS q0z, q 02 S PPP 1 LS F 7.$ z-f r . 03 TRAFFIC CONTROL, TRAFFIC HANDLING & 1 LS F7e � T7� 60T CONST, AREA SIGNS 04 CONSTRUCTION SURVEY 1 LS f`� r• EXCAVATION AND GRADING 05 CLEARING AND GRUBBING 1 LS �t C? �"�j� • �a � ,• � •72, 5m 06 SITE IMPORT 27,500 CY ►' 6cxz-� 07 SITE EXCAVATION, FILL, AND ROUGH 1 LS 172, GRADING 08 SITE PRECISE / FINAL GRADING 1 LS 19 GROUTED RIP -RAP AND RETAINING WALL 09 GROUTED RIP RAP 27500 SF � Lf % gzx_"� 10 CMU RETAINING WALL 1 LS 5-3/ ` - 9 3, 9S-r ROADWAY AND PARKING LOT 11 3" AC PAVEMENT OVER 5.5" CMB 1001600 SF ,g�` CO e 5`5"Y _�• (PARKING LOT) ., ,.., 12 3" AC PAVEMENT OVER 8.5r, CMB 61540 SF . � � � �- ) , � '� 3 (ROADWAY) ,3 13 PARKING LOT AND ROADWAY 1 L5 ' �' • �`�' STRIPING & SIGNAGE 14 PCC CURB (0" & 6" CURB FACE) 21121 LF ' �`� 2-L4 3 J • ' r 15 PCC CURB & GUTTER (6" CURB FACE 468 LF17' �90773 & 181' GUTTER): 16 PCC CURB RAMP (wl TRUNCATED 1,9C�0 SF � � ' `�" DOME PANEL) 17 RELOCATE EXISTING VEHICLE 1 LS D ' �� 57 $ma , ACCESS GATE Addendum No. 1 Central Park Buildout Rebid ISSUED 08/13/2021 Extended Total Item Unit Price Cost No. Bid Item Description I Qty. Unit I (in figures) (in figures) STAIRS AND HARDSCAPE 18 CONCRETE STAIRS (VVI RAILS & 295 LFfr �`, �'-� .� LANDINGS) 19 CONCRETE TYPE 1 (SIDEWALK, 18,000 SF -7 r 3 �-�a ..�`�' r �' NATURAL GRAY, MEDIUM BROOM) 20 CONCRETE TYPE 2 (PLAZA, 311000 S F C .3 7/ COLORED, MEDIUM ACID ETCH) 21 CONCRETE TYPE 3 (BANDS, 41250 SF 47 1 NATURAL GRAY, LIGHT ACID WASH) 22 BASKETBALL COURT (w/ PLEXIPAVE TO 41200 SF MATCH EXISTING) I I SITE UTILITIES (STORM DRAIN, SEWER, WATER) 23 STORM DRAIN IMPROVEMENTS I LS L40D" 03 24 SEWER IMPROVEMENTS 1 LS 00 0 25 POTABLE WATER SERVICE / 1 LS 40A 37to A.2 '6 IMPROVEMENTS SITE UTILITIES (ELECTRICAL) 26(S) SITE ELECTRICAL 600A SERVICE 1 LS 7SP6 � 7Sb- -hl SWITCHGEAR 27(S) MUSCO SPORTS LIGHTING I LS 1047/1 zy� 01 OFY PACKAGE (4 SOCCER FIELDS)• 1 28(S) MUSCO BASKETBALL COURT 1 LS 7011.5 70/ 115*0 LIGHTING 29(S) PARKING LOT & PATHWAY 1 LS 79 fl 737 7YX73 7 w o. LIGHTING I 30(S) TRANSFORMER & PANELBOARDS 1 LS 7/ 2SO - /7 Zm WATER QUALITYTREATMENT 31 BIO—INFILTRATION BASIN 1 LS (4 RESTROOM IMPROVEMENTS 32(S) NEW RESTROOM 1 LS 57 7 5."0 c> 0 SITE AMENITIES 33(S) SHADE STRUCTURE — 60'X 30' (FURNISH & INSTALL) 1 EA 71�4 721 34 DRINKING FOUNTAINS 2 EA 13, o0o 35 TRASH RECEPTACLES 9 EA_ 17 36 BENCHES 22 EA 3 360 Addendum No.1 Central Park Buildout Rebid ISSUED 08/13/2021 Item Bid item Description Qt . � Unit Unit Price Extended Total Gast No. figures) (in figures) 37 PICNIC TABLES 4 EA - 1 /V 6/ '�D 38 BIKE RACKS 6 EA i -72 3 /0 ' 39 BASKETBALL POLES & HOOPS 2 EA ez �, 40 6' DIAMETER METAL TREE GRATE 33 EA � � 7 5Y ` � ���41 � MUSCO POLE SIGNAGE, VEHICULAR WAYFINDING SIGNAGE, & PEDESTRIAN LS F �! � F, %7 -� WAYFINDING SIGNAGE IRRIGATION IMPROVEMENTS 42 SOCCER FIELD IRRIGATION 1 LS 3 1 (0, 2.5 3 1 G r 2,-" (4 SOCCER FIELDS) 43 SHRUB AREA PLANTING 55,©00 SF � '�2qz?#e' IRRIGATION7 44 TREE BUBBLERS 214 EA 45 IRRIGATION CONTROLER 3 EA Z0, .S~' PLANTING AND LANDSCAPING IMPROVEMENTS 46 SOIL PREPARATION & WEED 1 LS f �.� � '� � �....� � ��. �► ABATEMENT f 47 WEED ABATEMENT (NON- IRRIGATED RE-VEGITATION MIX) 1 LS 1 5Z •`� r 48 35" BOX TREE 35 EA 49 24" BOX TREE 72 EA 50 5-GAL. SHRUBS (3�6" O.C. PER 'I EA f S G r +Q LANDSCAPE PLAN),3'I 5'1 '[-GAL. SHRUBS (PER LANDSCAP EA � _ � � � 7 S" � � �{� G PLAN)2,205 � 52 TURF (SOD) FOR. MULTI -PURPOSE 37�61472 SF C>, ? � 2,7(r � ZY FIELDS 53 3 THICK LAYER WOOD MULCH 491952 SF � .�`� � � ?72,- 54 HYDROSEED (NON -IRRIGATED RE- 31580 SF 2-/ 0*VEGITATION MIX) POST4 NSTALLATIO N ESTABLISHMENT AND MAINTENANCE 55 FIRST 90 DAYS MAINTENANCE (DAY '1 1 LS �i To DAY 90) f 50 SECOND 90 DAYS MAINTENANCE I LS 1 DAY 91 TO DAY 1 80 Addendum No. '1 Central Park Buildout Rebid ISSUED 08/13/2021 Item Bid item Description Qty. Unit Unit Price Extended Total Cost No. fi ures (in figures) (in figures) DOG PARK IMPROVEMENTS 57 4" THICK DECOMPOSED GRANITE 52,000 SF I• l� � I O t � R �-� •� SURFACE - 58 (S) SHADE STRUCTURES — 40' X 40' 2 EA g y q� 0•2" � q� 6 0 , S" v ' (FURNISH & INSTALL) � 59 DRINKING FOUNTAIN 1 EA �'� �(�'� (� � �/S' 60 BENCHES 2 EA m � � 3 � � m Z/ 7A fl 61 PICNIC TABLE 8 EA TOTAL BASE BID FOR ALL ITEMS (in Figures): �/ 4 7 -7 4/3 qFY 2 TOTAL BASE BID FOR ALL ITEMS (in Words): �y�►-� /�1,1/��., six 1��� �,.�.� 5��.�,-(�,�c,.J� (47 ADDITIVE ALTERNATE ITEMS AA1 CONCRETE PAVERS 100,600 SF 3 A DEDUCT BID ITEM NO. 11 1001600 SF �� • �) C2C�� AA2 ADDED TREES AND IRRIGATION IN 1 LS $40,000 $40,000 PARKING LOT (ALLOWANCE) TOTAL BID FOR ALL ITEMS, INCLUDING TOTAL BASE BID, AA1, AA2 AND DEDUCTION OF BID ITEM NO. 11 9� 7 7ePI -7 16 K Z' (in Figures): TOTAL BID FOR ALL ITEMS, INCLUDING TOTAL BASE BID, AA1 AA2 AND DEDUCTION OF BID ITEM NO. 11 (in Words): JA " ,, �t it/ * The City will award the contract based on the base bid amount only and may decide to include one or both of the additive alternate items in the contract award. The decision will be made at the sole discretion of the City and as provided in Public Contracts code section 20103.8(a). Addendum No. 1 Central Park Buildout Redid ISSUED 08/ 13/2021 DocuSign Envelope ID: C5F9A8OE-0990--4B07-838F-91 752C532FA2 PROPOSAL FORM Bid #ENG-21-22-P4019 Central Park Buildout Rebid City Project No. P4019 City of Santa Clarita, California TO THE CITY OF SANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER, declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. r BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are soldly for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual Quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: SPECTRUM CONSTRUCTION GROUP, INC. Company Address: 16 GOODYEAR, SUITE 140 IRVINE, CA 92618 Phone: (949) 299--1400 Email: ESTIMATING@SPECTRUMCGI. CCJM By: BISHER ALJAZZA.R Print Name Title: PRESIDENT Signature: Date: 08/ 19/2021 DocuSlgn Envelope ID: C5F9A80E-0990-4BQ7-838F-91752C532FA2 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid ##E N G-21-22-P4019 Central Park Buildout Rebid City Project No. P4019 City of Santa Clarita, California 1. SUMMARY OF CONTRACT REQUIREMENTS a. A contract is required for any service performed on behalf of the City of Santa Clarita (City). Contract language will be negotiated upon acceptance of proposal and prior to commencement of work. Work cannot begin until the contract has been fully executed by bath parties. 2. SUMMARY OF INSURANCE REQUIREMENTS a. These are the Insurance Requirements for Contractors providing services or supplies to the City. By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. when Contract documents are executed, the actual Contract language and Insurance Requirements may include additional provisions as deemed appropriate by City's Risk Manager. b. You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required; which are applicable to a given loss, shall be available to City. c. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. 3. INSURANCE a. General Insurance Requirements i. All insurance shall be primary insurance and shall name City of Santa Clarita as an additional insured. The naming of an additional insured shall not affect any recovery to which such additional insured would be entitled under the policy if not named as an additional insured, and an additional insured shall not be held aaou5ign Envelope ID: G5F9A80E-0990-4BC7-838F-91752C532FA2 liable for any premium or expense of any nature on the policy or any extension thereof solely because they are an additional insured thereon. ii. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Risk Manager, then Consultant agrees that the minimum limits hereinabove designated shall be changed accordingly upon written request by the Risk Manager. iii, Consultant agrees that provisions of this Section as to maintenance of insurance shall not be construed as limiting in any way the extent to which Consultant may be held responsible for the payment of damages to persons or property resulting from Consultant's activities, the activities of its subconsultants, or the activities of any person or persons for which Consultant is otherwise responsible. iv. 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 t❑ City prior to execution of this Agreement on behalf of the City. v, The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for nonpayment of premiums otherwise, without 30 days prior written notice of amendment or cancellation to City. In the event the said insurance is canceled, Consultant shall, prior to the cancellation date, submit new evidence of insurance in the amounts heretofore established. vi. All required insurance must be in effect prior to awarding this Agreement, and it or a successor policy must be In effect for the duration of this Agreement. Maintenance of proper insurance coverage is a material requirement of this Agreement, and the failure to maintain and renew coverage or to provide evidence of renewal may be treated by the {City as a material breach of contract. If Consultant, at any time during the term of this Agreement, should fail to secure or maintain any insurance required under this Agreement, City shall be permitted to obtain such insurance in Consultant's name at Consultant's sole cost and expense, or may terminate this Agreement for material breach. vii. Without limiting any other Consultant obligation regarding insurance, should Consultant's insurance required by this Agreement be cancelled at any point prior to expiration of the policy, Consultant must notify City within 24 hours ❑f receipt of notice of cancellation. Furthermore, Consultant must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. Consultant must ensure that there is no lapse in coverage. b. General Liability and Property Damage Insurance i. Consultant agrees to procure and maintain general liability and property damage insurance at its sole expense to protect against loss from liability uocuoignEnvelope ID: oopeA8os-099o-4Bor-8a8F-91rozC5aopAz imposed bvlaw for damages onaccount ofbodily injury, including death therefrom, and property damage, suffered oralleged tobesuffered bvany person or persons whomsoever, resulting directly from any act or activities of Consultant, its subconsultants, or any person acting for Consultant or under its control or direction, and also 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 Consultant, or its subconsultants, or any person acting for Consultant, orunder its control ordirection. Such public liability and property damage insurance shall also provide for and protect City against incurring any legal cost indefending claims for alleged loss. Such general liability and property damage insurance shall be maintained in the following minimum limits: Acombined single -limit policy with coverage limits (nthe amount of $2,000,000 per occurrence (and a $4,000,000 aggregate limit) will be considered equivalent tothe required minimum limits. c. Automotive Insurance Consultant shall procure and maintain public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $l,OQO,OOOcombined single limit. ]fConsultant does not use automobiles in performing its work under this Agreement, Consultant shall provide a waiver releasing City from all liability resulting from Consultant's use of personal vehicles under this Agreement. d. Worker's Compensation Insurance i Consultant shall procure and maintain Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or as will fully comply with the laws of the State of California and which shall indemnify, insure, and provide legal defense for both Consultant and City against any loss, claim, or damage arising from any injuries oroccupational diseases happening toany worker employed bv Consultant inthe course ofcarrying out this Agreement. ii Waiver of Subrogation: The insurer(s) agree to waive all rights of subrogation against [ity, its elected or appointed officers, officials, agents volunteers and employees for losses paid under the terms of the workers compensation policy which arise from work performed byConsultant for City. Questions and requests for modification mf these terms must be negotiated and approved prior to contratt execution and are at the full discretion of the City. | have 'read and undermamd boverequire performed for the City. '.0 / Authorized Signature: BIBI�BRALTAZZAR Printed Name: ts and agree to be bound by them for any work O@/l9/202I DocuSign Envelope ID. C5F9A80E-0990-4Ba7-838F-91 752C532FA2 BIDDER'S INFORMATION AND CERTIFICATION Bid #ENG-21-22-P4019 Central Park Bu ildout Rebid City Project No. P4019 City of Santa Clarlta, CA 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 CITY, 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 t❑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. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name: SPECTRUM CONSTRUCTION GROUP, INC.. Business Address: 1.6 GOODYEAR, SUITE 140, IRVINE, C.A. 92618 Telephone No.: (949)299-1400 State CONTRACTOR's License No. & Class: 1005737, A & B DIR No.: 1000039712 Original Gate: 071051201E Expiration Date: 06/30/2024 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: BISMER 1�L A ZAR, PRESII3E1,-;'I', 16 00013Y'EAR, SUITE 140, IRVINE, CA 92618 - (949) 246-9749 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interestin this proposal, or any firm, corporation, partnership or joint venture of which any principa I having an interest in this pro posa| was an ovvner, corporate officer, partner orjoint venture are as follows: N/A NOT APPLICABLE All current and prior DBAs alias, and/or fictitious business names for any principal having an interest in this proposal are asfollows: N/A - NOT APPLICABLE IN WITNESS WHEREOFI BIDDER executes and submits this proposal with the names, title, hands, and seals ofall aforementioned principalsV 19th y of AUG 20 21 . Signatu BI8HER ALTAZ2AI{ PRESIDENT Name and Title ofSignatory SPECTRUM CONSTRUCTION GROUP, INC. Legal Name ofBidder l6QOwJDYEA]lSUITE I40,IBVINE'CA926l8 (949)299'1400 81-2460988 Telephone Number Federal Tax I.D. No. This document must be not2rized r)rior to submitt2l. 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 ) CALIFORNIA ALL=PURPOSE County of orange ) CERTIFICATE OF ACKNOWLEDGMENT On 1�i� ��%_ .Z v � ( before me, Frank Matsumoto, Notary Ir personally appeared�f .S�it�i� A Z---- J4Z � /� r 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 capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. l certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correctFRANK MATSUMOT01, . Comma/-2271 941 WITNESS my hand and official seal. NOTAR PUBLIC-CALIFORNIA ORANGE COUNTY W � Term Exp. January 1 5, 2 Signatur (Seal) OPTIONAL INFORMATION Although the information in this section is not required bylaw, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: ❑ Individual(s) ❑ Attorney -in -Fact ❑ Corporate Officer(s) ❑ Guardian/conservator ❑ Partner -Limited/General ❑ Trustee(s) ❑ Other: representing: Title(s) Name(s) of Person(s) or Enfity(ies) Signer is Representing Additional Information Method of Signer identification Proved to me on the basis of satisfactory evidence: Lo form(s) of identification 0 credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other ElAdditional Signer(s) []Signer(s) Thumbprint(s) DocuSign Envelope ID: C5F9A80E-0990-4BO7-838F-91752C532FA2 BIDDER'S QUESTIONNAIRE Bid #ENG-21-22-P4019 Central Parr Buildout Rebid City Project No. P4019 City of Santa Cfarrta, California 1. Submitted by: BISHER ALJAZZAR Telephone: (949) 299-I400 Principal Office Address: 16 GOODYEAR, SUITE 140, IRVINE, CA 92618 2. Type of Firm: C] C Corporation W S Corporation L7 Individual/Sole Proprietor or Single —Member LLC L7 Partnership LJ Limited Liability Company "C" C-Carp L3 Limited Liability Company "S" S-Corp LJ Limited Liability Company "P" Partnership Ll Other 3a. If a corporation, answer these questions: Date of Incorporation: 04/25/20I6 State of Incorporation: President's Name: BISHER ALJAZZAR Vice-Pr6sident's Name: BISHER ALJAZZAR Secretary or Clerk's Name: BISHER ALJAZZAR Treasur-br's Name: BISHER ALJAZZAR CALIFORNIA 3b. If a partnership, answer these questions: Date of organization: NIA - NOT APPLICABLE Organized in: NIA` - NOT APPLICABLE Name of all partners holding more than a 10°f interest: NIA - NOT APPLICABLE Designate which are General or Managing Partners. DocuSign Envelope ID: 05F9A80E-0990-4B07-838F-91752C532FA2 BIDDER'S QUESTIONNAIRE.(co Bid #ENG-21-22-P4019 Central Park Buildout Rebid City Project No. P4019 City of Santa Clarita, California 4. Name of person holding CONTRACTOR's license: License number: 1005737 Class: A' B D.I.R. Registration # 1000039712 S. CONTRACTOR's Representative: Title: PRESIDENT Alternate: BELAL ABDEL Title: ESTIMATOR BISHER ALJAZZAR Expiration Date: BISHER ALJAZZAR 07/31/2022 6. List the major construction projects your organization has in progress as of this date: A. Owner: CALIFORNIA DEPARTMENT OF TRANSPORTATION ROUTE I IN LAGUNA &NEWPORT BEACH FROM 0.2 MILE SOUTH OF VISTA DEL SOL TO 7TH AVENUE &- FROM LEDRO IT STREET TO Project Location: NEWPORT COAST DRIVE Type of Project. COLD PLANE AC, RHMA-G PAVING, AND CURB RAMP CONSTRUCTION B. Owner:- CALIFORNIA DEPARTMENT OF TRANSPORTATION IN ORANGE COUNTY FROM 0.3 MILE SOUTH OF S73-S5 CONNECTOR IN SAN JUAN CAPISTRANO TO 0.1 MILE NORTH OF N73-N405:z Project Location: CONNECTOR IN COSTA MESA t Type of Project: REPLACE GUARDRAIL SYSTEM, CONCRETE BARRIER AND CRASH CUSHION C. Owner: CALIFORNIA DEPARTMENT OF TRANSPORTATION IN LOS ANGELES COUNTY IN SANTA FE SPRINGS AT 14044 FREEWAY DRIVE Project Location: Type of Project: CONSTRUCT EQUIPMENT SHOP DocuSign Envelope ID: C5F9A80E-0999-4B©7-838F-91752G532FA2 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #ENG-21-22-P4019 Central Park Buildout Rebid City Project No. P4019 City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal opportunity clause, and that it will retain such certifications in its files. SPECTRUM CONSTRUCTION GROUP, INC. i/ ; Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). DocuSign Envelope ID: C5F9A80E-0990-4B07-838F-91752C532FA2 DESIGNATION OF SUBCONTRACTORS Bid # ENG-21-22-P4019 Central Park Buildout Rebid City Project No. P4019 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor R&M ELECTRICAL CONTRACTING DIR Registration No.* 1000003540 Dollar Value of Work $1,985,803.00 Trvv rPrtofyolq nrtenny• Location and Place of Business 26301 DIMENSION DRIVE, LAKE FOREST, CA 92630 Bid Schedule Item No's: 26, 27, 28, 29, 30, 32 Description of Work ELECTRICAL License No. 813655 Exp. Date: 10/31 /2022 Phone( ) 949-770-2269 Subcontractor DIR Registration No.* GRANSTROM MASONRY, INC. 1000004794 Dollar Value of Work $223,800.00 r1rr Pl pi O f fi rM• es n�� Trvv DBE. )(es rPrtifyiing nreene (_ rr�cc Qoroir�tc• Location and Place of Business P.O. BOX 7041, TORRANCE, CA 90504 Bid Schedule Item No's: 10,32 Description of Work MASONRY License No. 629489 Exp. Date: 09/30 / 2021 Phone( ) 310-327-2527 Subcontractor MONACO MECHANICAL, INC. DIR Registration No.* 1000008443 Dollar Value of Work $100,000.00 • nQF• )4es ni., �Q -et+f . Location and Place of Business 5742 VENICE BLVD. LOS ANGELES, CA 90019 Bid Schedule Item No's: 32 (P) Description of Work PLUMBING License No. 904020 Exp. Date: 09 / 30 / 2023 Phone( ) 232-939-9990 NOTE: A BIDDER 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 BIDDER 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 BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. DocuSign Envelope ID: C5F9A80E-0990-4B07-838F-91752C532FA2 DESIGNATION OF SUBCONTRACTORS Bid # ENG-21-22-P4019 Central Park Buildout Rebid City Project No. P4019 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor BITHELL, INC. DIR Registration No.* 1000001155 Dollar Value of Work $33,794.00 Trvv rPrtofyolq nrtenny• Location and Place of Business 1004 E. EDNA PLACE, COVINA, CA 91724 Bid Schedule Item No's: 32(P) Description of Work PAINTING License No. 225174 Exp. Date: / / 06/30/2022 Phone ( ) 626-331-2292 Subcontractor DIR Registration No.* GOLDEN STATE ROOFING 1000001624 Dollar Value of Work $34,986.00 rsP P��ir• T1 rv�DBE. VeTep Nrvv rPrtifyiing nreene (_ rr�cc Qoroir�tc• Location and Place of Business 22120 AVALON BLVD., CARSON, CA 90745 Bid Schedule Item No's: 32(P) Description of Work ROOFING License No. 941468 Exp. Date: / / 12/31 /2021 Phone( ) 424-287-2309 Subcontractor URBAN HABITAT DIR Registration No.* 1000003890 Dollar Value of Work $1,337,797.36 • nQF• Yes ni., �Q -I . Location and Place of Business PO BOX 1177, LA QUINTA, CA 92247 Bid Schedule Item No's: 42 - 57 Description of Work LANDSCAPING License No. 963744 Exp. Date: / / 07/31/2023 Phone( ) 760*345-1101 NOTE: A BIDDER 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 BIDDER 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 BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. aocuSign Envelope ID: C5F9A8DE-0990-4BC)-838F-91752C532FA2 Bid ##ENG-21-22-P4019 Central Park Buildout Rebid City Project No. P4019 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: 1. CA Dept, of Transportation Name and Address of Owner/ Agency Chris Talbot - Resident Engineer 760-872-0794 Name and Telephone Number of Person Familiar with Project $23,731,887 Concrete Improvement on Route 395 in Downtown Bishop 10/26/2018 Contract Amount Type of work Date Completed 2. CA Dept.of Transportation Name and Address of Owner/ Agency Moe Izadpanah - 818-331-7183 Name and Telephone Number of Person Familiar with Project $2,881,867 Concrete Improvement on Route 10 in 6 Different Cities 10/26/2018 Contract Amount Type of work Date Completed 3. CA Dept. of Transportation Name and Address of owner/Agency .trash.deep Pannu - 858-688-1433 Name and Telephone Number of Person Familiar with Project $3,0907563 Concrete Improvements in Lemon Grove & Spring Valley 03 f 15/2020 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: AGENT: KEVIN REED - REED SURETY & INSURANCE - Po BOX 2352, ORANGE, CA 92859 - (814) 469-5788 DocuSign Envelope ID: C5F9A80E-0990-4607-838F-91752C532FA2 GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMEN Bid #ENG-21-22-P4019 Central Park Buildout Rebid City Project No, P4019 City of Santa Clarita, Califomia GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMEN7) Instructions for Certification;- By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. 1. It will comply and facilitate compliance with U.S. DOT regulations, wNonprocurenhent Suspension and Debannent,"2 CFR part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) 'Guidelines to Agencies an GovernmentvAde Debarment and Suspension (Non procurement)," 2 CFR part 180, 2. To the beat ar its knaMedge and belief, that its Principals and Subrecipiefft at the first tier: a. Are eligible to participate in covered transactions of any Federal department or agency and are not pamntly: 1. Debarred 2, Suspended 3. Proposed for debarTnerd 4. Declared ineligible 5. Voluntarily excluded 6. Disqualified b. Its management has not within a three-year period preceding its latest application or proposal been convicted of -or had a civil judgment rendered against any of them for: 1. Commission of fraud or a criminal offense in connecUon with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction, or contract under a public transaction, 2. Violation of any Federal or State antitrust statute, or 3. Proposed for debarment commission of embezzlement, theft, forgery, bribery, falsification or destruction cif records, making any false statement, or receiving stolen property c. tt is not presently indicted tor, or otherwise criminalty or civilty charged by a govemmental entity (Federal, State, or looao with commission of any of the offenses listed in the preceding subsection 2.b of this CerUflcation, d. It has not had one or more pubfir, transactions (Federal, State, or local) terminated for cause or default within a three-year period preceding this Certification, e. tf, at a later time, it receives any information Tizd contradicts the statements of subsections 2.a — 2.id above, ftwill promptly provide,that lrrfbrmation to F7A, f. tt will treat each lovear tier contract or lower tier su bconb�aat under its Project as a covered lower tier contract far purposes crf 2 CFR part 1200 and 2 CFR part 180 if it: 1. Equals or exceeds $25,000, 2. Is for audit services, or 3. Requires the consent of a Federal official, and g. It will require that each covered lower ter contractor and subcontractor, 1. Comply and facilitate compliance with the Federal requirements of 2 CFR parts 180 and 1200, and 2. Assure that each lamr tier participant in its Project is not presently declared by any Federal department or agency to be: a. Debarred from participation in its federally funded Project, b. Suspended from parti cl pation 1 n its federally funded Project, c . Proposed for debarment from participation in its federally funded Project, d. Declared ineligible to participate in its federally funded Project, e. VoluntanTy excluded from participation in its federally funded Project, or f. Disqualified ftm participation in its federally funded Prcied, and 3. It will provide a written explanation as indicated on a page attached in FrNs TrAMS-Web or the Signature Page if it or any of its principals, including any of Its first ter Subreciplents or its Third Party Participants at a lower ter, Is unable to certify compliance with the preceding statements in this Gertification Group. -- ------------------- I..----.--.-.----.-------.-------------"------,-.......� ... ........... .. Certiflcat!Qn ractor O SPECTRUM CNSTRUCTIO ,�ROU3,1�� Gont Signature of Authorized Official Date 08 1 19 12021 Name and Tide of Contractor's Akdg-io-aed 01'ficial FISHER ALJAZZAR - PRESIDENT DocuSign Envelope ID: G5F9A8©E-0990-4Ba7-838F-91 752C532FA2 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid ##ENG-21-22-P4019 Central Park Buildout Rebid City Project No. P4019 City of Santa Cfarita, California This bidderSPECTRUM CONSTRUCTION GROUP, INC. , proposed subcontractor , hereby certifies that it has x has not participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive orders 10925.11114, or 112416, and that it has x , 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: SPECTRUM CONSTRUCTION GROUP, INC. By: FISHER ALJAZZAR Title: PRESIDENT Date: 06/21/2021 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/BIDDER 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 BIDDER 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. DocuSign Envelope ID: C5F9A80E-0990-4B07-838F-91752C532FA2 CERTIFICATIONS AND RESTRICTIONS ON LOBBYING Bid #ENG-21-22-P4019 Central Park Buildout Rebid City Project No. P4019 City of Santa Clarita, California CERTIFICATION AND RESTRICTIONS ON LOBBYING BISHER ALJAZZAR - PRESIDENT On behalf of SPECTRUM CONSTRUCTION GROUP, INC. , hereby certify (Name and title of official) that: (Name of Bidder/Company Name) o No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of anyfederal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loans or cooperative agreement, o If any funds other than federal appropriated funds have been paid or will be paid to any person influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in connection with the federal contract, grant, loan, or cooperative agreement. the undersigned shall complete and submit Standard Form - LLL1 "Disclosure Form to Report Lobbying," in accordance with its instructions, o The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including sub -contracts; sub -grants and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly, This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into, Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. $1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than S10,000 and not more than $100,000 for each such failure. The undersigned certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on or with this certification and understands that the provisions of 31 U,S,C, Section 3801, et seq„ are applicable thereto, Name of BidderlCompany Name SPECTRUM CONSTRUCTION GROUP, INC. Type or print name BISHER ALJAZZAR Signature of Authorized representative —� ~ Date , 08119 i 2021 Signature of notary and SEAL SEE ATTAC PAGED �- v.. � ..... -L+�`�� 'C7' '^` '^F "�+ °',� �" "" ""' `!Y `G '�' .�� 'ir .�°' `t" `"�y° '"'8 `�" °'�' `►�' '.�." '�' `C,,� ^c�`�' ',�Y `w'• 'U' `�• :i '^� YY '-'° 'C' ^{r `';�` 'fir `G' `3' `�"` `C' v ' I 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 CALIFORNIA ALLoPURPOSE County of orange ) CERTIFICATE OF ACKNOWLEDGMENT On -?: � ,__ before me, Frank Matsumoto, Notary personally a eZ p y ppeared _�� � VIZ 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 capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the _ State of California that the foregoing paragraph is true and correct. r.tirtFRANK MATSU OM _ _ ..� }-• Moro coMM...22) gd WITNESS my hand and official seal. . . .- nOr�YPftic.e���o� � • NIA '.r.vWWIMME . ' ^'y Tetm w - ESP. January 15, 2023 Signature (Seal) OPTIONAL INFORMATION — Although the information in this section is not required bylaw, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: ❑ Individual(s) ❑ Attorney -in -Fact ❑ Corporate Officer(s) Ttle(s) ❑ Guardian/conservator ❑ Partner - Limited/General ❑ Trustee(s) ❑ Other: representing: Name(s) of Person(s) or Entity(ies) Signer is Representing L Additional Information Method of Signer Identification Proved to me on the basis of satisfactory evidence: Lo form(s) of identification O credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other ❑ Additional Signer(s) ❑Signer(s) Thumbprint(s) DocuSign Envelope ID: C5F9A80E-0990-4B97-838F-91752C532FA2 IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 et seq.) Bid #E N G-21-22-P4019 {Central Park Buildout Rebid City Project No. P4019 City of Santa Clorita, California As required by California Public Contract Code section 2204, Proposer certifies that the option checked below relating to Proposer's status in regard to the Iran Contracting Act of 2010 (Public Contract Code sections 2200 et seq.) is true and correct: C Proposer is not: identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203; or (ii) a financial institution that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran. Los Angeles County has exempted Proposer from the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, Los Angeles County will be unable to obtain the goods and/or services to be provided pursuant to the Contract. ❑ The amount of the Contract payable to Proposer for the Project is less than $1 , 000, 000. CERTIFICATION 1, the official named below, CERTIFY UNDER PENALTY OF PERJURY, that I am duly authorized to legally bind the Proposer to the above selected option. This certification is made under the laws he State of California. _ Contractor SPECTRUM CONSTRUCTION GROUP, INC. Firm 08/19/2021 Date SKh ed BISHER ALJAZZAR - PRESIDENT Name/Title Note: In accordance with Public Contract Code section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years. END OF DOCUMENT DocuSign Envelope ID: C5F9A80E-0990-4B07-838F-91752C532FA2 PROPOSAL GUARANTEE BID BOND Bid #ENG-21-22-P4019 Central Park Buildout Rebid City Project No. P4019 City of Santa Claritap California KNOW ALL PERSONS BY THESE PRESENTS that -Spectrum Construction Group, Inc. as BIDDER, and Great American Insurance Comp any as SURETY, are held and firmly bound unto the City of Santa Clanta, as CITY, in the penal sum of ** dollars ($ 10% of amount , which is ten percent (10%) of the total amount bid by BIDDER to CITY 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. **Ten mcmt of amount bid THE CONDITIONS OF THIS OBLIGATION ARE SUCH that,, whereas BIDDER is about to submit a bid to CITY 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 CITY. IN WITNESS WHEREAS., the parties hereto have set their names, titles, hands, and seals, this 16th Day of August J, 20 21 W CONTRACTOR: Bisher Alja; Tar, President (ba4ar=r@spectrumcgi.com) Name and Title of Signatory Spectrum Construction Group, Inc. Legal Name of Bidder 32 Edelman, Irvine, CA 92618 Bidder Address 9492991400 Signature 81-2460988 Telephone Number Federal Tax I.D. No".` SUREW*: Great American Insurance Company By: Name ke,;i P. Reed, Attorney -in -Fact (714) 740-3117 mvanasopha@gaig.com Phone Number and Email 750 The City Drive South, Suite 470, Orange, CA 92868 Address *Provide BIDDER and SURETY name, phone number, email, and the name, title, address, and phone 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. This document must be notarized Rrior to submittal. 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 ) CALIFORNIA ALL=PURPOSE County of Orange ) CERTIFICATE OF ACKNOWLEDGMENT On W 4�2-0 1 before me, Frank Matsumoto, Notary personally appeared 50��� /e� A 2.-(J',x 2,0, 4 � 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 capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY of PERJURY under the laws of the low State of California that the foregoing paragraph is true and correct. in FRANK MATSUMOTRO. COMM...2271941 1(.aomy 0 NOT# �C PWLC4A"MA WITNESS my hand and official seal.OWGE Term Exp. January 15, 20231 Signature OP PONA L INFORMATION (Seal) Although the information in this section is not required bylaw, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: ❑ Individual(s) ❑ Attorney -in -Fact El Corporate Officer(s) ❑ Guardian/conservator ❑ Partner -Limited/General ❑ Trustee(s) ❑ Other: Title(s) representing: Name(s) of Person(s) or Entity(ies) Signer is Representing Additional Method of Signer Identification Proved to me on the basis of satisfactory evidence: Lo form(s) of identification 0 credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other 0 Additional Signer(s) ❑Signer(s) Thumbprint(s) C� ACKNOWLEDGMENT notary public or other oar come this - certificate verifts only the identity of the kxfividual who Wined the *cument to which Oft certificata is attached, and not the trLMfui ness# Bracy,, or valid' of that document. �7Tt Kk5 VtM- (insert rime and W tt 6i oAtcer� o Pad to me on the bay of safis%ctory evidence to be ft pema � name( W subscdhed to the 'WtW kmtrume t and ackmwkdqed to re Umt heftheftey executed tt same in .. r authorized caacityms,, and that by W&OwItheir signature(s) the instrument the person(s), or the entity upon beW of which tt person(s) acted,, executed the instrument. under PENALTY OF PERJURY under ft laws of ft State of Calffornia that the twwjoing pares is true and coffecL WITN8 my hard and � Wit, ��,'��. NotaryBRAf Pub(IC1� Califo�n{a Q � Z t J r (7rdrige COUnCj/ a w , CommissioR # 2243619 `•CIF040" My Comm. Expires Jun 18, 2022 4v Signature � %, GREAT AML4MN INSURANCE C*WPIANYS �stra t��ica: 9�1 E t� Sir � carcua�,�. two • sy3.�eso00 • gut st �z�ria Ws Pcmu Ofaaarcv is am vat am 101REE 0 "M%K OF TTOMM ' aw �"CbW`t Sl*O. b MR&MIft mAmes" i* at vmxm mmW bftw rad eta um damift ft *now q� c Addm= I. i a A %,WW doo PIMDAVD I. at UNK Ocmeblmom* aw$C"dw aly 190 DocuSign Envelope ID: C5F9A80E-0990-4BO7-838F-91752C532FA2 NON -COLLUSION AFFIDAVIT Bid #ENG-21-22-P4019 Central Park Buildout Rebid City Project No. P4019 City of Santa Claritar, California TO BE EXECUTED BY EACH BIDDER OFA PRINCIPAL CONTRACT STATE OF CALIFORNIA j COUNTY OF LOS ANGELES ) B ISHER ALJAZZAR being first duly sworn deposes and says that he/she is the PRESIDENT (sole owner, a partner, president, etc.) of SPECTRUM CONSTRUCTION GROUP, INC. 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 its 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 CITY 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 CITY thereof, or to any other individual, except to such person or persons as have a partnership or other financial interest with said BIDDER in his2el ral business. ' Bidder: A �� Signature Title PRESIDENT This document must be notarized prior to submittaiw - — —i�ii.w■�m�w.wo..wwrwww-err 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 CALIFORNIA ALL-PURPOSE County of Orange CERTIFICATE OF ACKNOWLEDGMENT On A yi7i before me, Frank Matsumoto, Notary 2 r / - r personally appeared (J�� U� {� �L.... �! � z-,�, �j r 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 capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. FRANK MATSUMO CO M...2271941 COD ID NOTARY FV8W.CALjFMjVjA , WITNESS my hand and official seal. My To ORANGECOLWty (A) rm'Exp. Janwry 15, M1 Signature (Seal) OPTIONAL INFORMATION Although the information in this section is not required bylaw, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: L1 Individual(s) El Attorney -in -Fact El Corporate Officer(s) El Guardian/conservator F-1 Partner -Limited/General El Trustee(s) F1 Other: Title(s) representing: Name(s) of Person(s) or Entity(ies) Signer is Representing Addonal Information Method of Signer Identification Proved to me on the basis of satisfactory evidence: Lo form(s) of identification 0 credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other [:]Additional Signer(s) F]Signer(s) Thumbprint(s) El Addendum No. 1 August 13, 2021 Addendum No. 1 BID # ENG-21-22-P4019 Central Park Buildout Rebid I This addendum must be acknowledged via BidNet and should be included with the bid response. The purpose of this addendum is to address the following for this Invitation for Bid (IFB): 1. UPDATED BID SCHEDULE Please see the attached updated Bid Schedule. 11. UPDATED PLANS/SPECS Please see the attached updated plans. 11I. ATTACHMENTS • Revised Subsection C — Bid Schedule (4 Pages) • Revised Sheets L-3.01 through L3-3.05 and L-3.13 (6 sheets) o Approved: hkt' Mike Hennaw ,City Engineer END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. 8/19/21 Co Or4caictor'sReporesentattve Date SPECTRUM CONSTRUCTION GROUP, INC. Company Name BID# ENG-21-22-P4019 Addendum No. 2 August 17, 2021 Addendum No. 2 BID # ENG-21-22-P4019 Central Park Buildout Rebid This addendum must be acknowledged vier BidNet and should be included with the hid response. The purpose of this addendum is to re -issue the plans provided Addendum No. 1 for this Invitation for Bid (IFB): I. RE -ISSUING OF ADDENDUM NO. I PLANS Please see the attached plans that were partially obscured in Addendum No. 1. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. k os/19/zz Contrdctor's Representative Date SPECTRUM CONSTRUCTION GROUP, INC. Company Name BID# ENG-21--22-P4019 "Via E-Mail " Balancing the Natural and Built Environment TBriceksanta-clarita. coin September 2, 2021 Mr. Terry Brice CITY OF SANTA CLARITA 23920 Valencia Boulevard Santa Clarita, CA 91355 Subject: Proposal for Additional Professional Engineering Services Central Park Build Out Psomas Proposal No. 21-0669R1/1 SAN271400 Dear Mr. Brice: Psomas is submitting the attached proposal for additional budget for professional services for the subject project. We have developed the attached Scope of Services and the fee to meet the project requirements, as we understand them, as described in Exhibit "A" and Schedule "A" respectively (attached). Sincerely, P 5 O M A S Jeremy Johnson, PE Vice President / Associate JJ:bh Enclosures (5) — Exhibit "A": Scope of Services — Schedule "A": Fee Schedule — Hourly Rates — Billing Procedures — Exhibit "B" Ninyo & Moore Proposal EXHIBIT "A" SCOPE OF SERVICES Proposal for Additional Professional Engineering Services Central Park Build Out Psomas Proposal No. 21-0669R1/1 SAN271400 September 2, 2021 PROJECT DESCRIPTION The Central Park Build Out project has completed the design and bid phases and is entering the construction phase of the project. Psomas' original proposal and cost file included construction support budget for the design team based on an assumed number of hours for meetings and support. During recent conversations with the city's project manager, it has become apparent that additional hours for meetings and support will be needed for the project. Please see our scope and additional hours summary below. Additionally, the city has asked for a proposal for geotechnical services during construction. Please see attached Exhibit "B" which includes Ninyo & Moore's proposal for geotechnical services and special inspections/materials testing. SCOPE OF WORK Psomas agrees to furnish and perform the various professional services pertinent to the project specifically outlined as follows: CIVIL ENGINEERING SERVICES Construction Support Psomas will support the city during the construction phase of the project. Anticipated activities include attending weekly construction meetings for the duration of construction which is assumed to be twelve (12) months. Psomas will provide construction support for the specific activities listed below: • Attend weekly construction meetings as needed. • Assist the city with preparing responses to contractor RFI's. • Prepare plan clarification sketches if required by an RFI response. • Assist the city with shop drawing and materials submittal reviews. • Assist the city with Contract Change Orders reviews during construction. GEOTECHNICAL SERVICES Geotechnical Services Fee: $48,300 Geotechnical services during construction to be provided by Ninyo & Moore, per the scope of work attached in "Exhibit B." Special Inspection/Material Testing Fee: $35,670 Special inspections and material testing to be provided by Ninyo & Moore, per the scope of work attached in "Exhibit B." EXHIBIT "A" SCOPE OF SERVICES Proposal for Additional Professional Engineering Services Central Park Build Out Psomas Proposal No. 21-0669R1/1 SAN271400 September 2, 2021 ASSUMPTIONS • The construction duration will be a maximum of twelve (12) months. EXCLUSIONS • Construction Management services. • Direction to city or general contractor on construction means and methods. • Review of general contractor's progress payment requests. • Implementation of a construction document control system. • Review or monitor of contractor's safety program. • Ongoing constructability reviews. • Environmental compliance including QSP services. • Inspection and materials testing other than those provided by Ninyo & Moore per their scope of work in Exhibit "B." SCHEDULE "A" FEE SCHEDULE Proposal for Additional Professional Engineering Services Central Park Build Out Psomas Proposal No. 21-0669R1/1 SAN271400 September 2, 2021 Client agrees to pay Consultant as compensation for the professional services described in Exhibit "A " in accordance with the below schedule. Description Budget CIVIL ENGINEERING SERVICES Construction Support (time and materials) $ 63,400 Subtotal $ 63,400 GEOTECHNICAL SERVICES Geotechnical Services (fixed fee) $ 48,300 Special Inspection/Material Testing (fixed fee) $ 35,670 Subtotal $ 83,970 TOTALFEEJ $1479370 Services will be performed in accordance with the provisions of our current agreement of which Exhibit "A " and Schedule "A " will become part. • The attached Hourly Rate Schedule is valid through December 31, 2021. • This proposal is valid for period of 90 days, after which, consultant's proposed fees will be revaluated. Effective through December 31, 2021 Land Use Entitlements, Engineering and Surveying Los Angeles & Valencia Offices Hourly Rates Office Services $ 75 - $110 - Administrative and Project Assistants $100 - $145 - Drafters and Design Drafters $105 - $170 - Surveyors, Project Surveyors, GIS Specialists, Photogrammetrist $100 - $145 - Civil Engineering Designers and Engineers $100 - $170 - Planners, Assistant Planners, Expeditors, and Senior Planners $145 - $200 - Project Engineers, Sr. Project Engineers, Sr. Drafter, Sr. Proj ect Surveyors, Sr. GIS Specialists $160 - $260 - Project Management, Directors $225 - $325 - Principals Field Services Rates are effective from October 1, 2020 —September 30, 2021 $425 -Three-Person Survey Party $315 -Two-Person Survey Party $215 -One-Person Survey Party $170 -Field Supervisor Hourly rates for field survey parties include normal usage of field equipment and are fully equipped rates. Per Diem is calculated at current State Department of Transportation rates (or other appropriate Agency rate). Special Equipment and Other Costs $250 per day - 3D Laser Scanning $5,000 per day - 3D Laser Scanner (Mobile Mapping System) Standard computer and technology costs are incorporate into the hourly rates shown above. Reimbursables Mileage at current IRS allowable rate and parking expenses incurred by office employees are charged at cost. Prints, plots, messenger service, subsistence, air travel, and other direct expenses will be charged at cost plus ten percent. The services of outside consultants will be charged at cost plus fifteen percent. The above schedule is for straight time. Overtime will be charged at 135 percent of the standard hourly rates. Sundays and holidays will be charged at 170 percent of the standard hourly rates. Billing Policies and Procedures The relationship with our client works best when there is a mutual understanding about fees and payment terms. You are encouraged to discuss with us any questions you may have concerning these policies. Billing The value of our services is determined primarily by the time spent on each client matter. Our time records are kept on a weekly basis and invoices are prepared every four or five weeks, depending on our accounting calendar. Payments As there is a time lag between rendering professional services and mailing our bills, all invoices are due upon presentation. Any bills that are not paid within thirty days are classified as "delinquent," and a late charge of 1-1/2 % per month will be added. Work Stoppage Work will be stopped on any job that has invoices outstanding for more than 60 days. Due to the costs and inefficiencies that results from stopping and restarting a job, an additional "start-up charge" will be assessed. Retainers It is our policy to obtain an advance retainer from all new clients and from exiting clients under certain circumstances. Also, it occasionally may be appropriate to require an advance retainer after the commencement of a project or to require an increase in a prior retainer. This depends in part on our client's payment history and the scope of the work involved. Reimbursable Expenses Costs, other than time charges, are based on usage. Therefore, the cost of blueprinting, messenger service, transportation, and other specific job related costs are charges as "reimbursable expenses." Generally, these are a very small portion of the total cost of a project. If requested, we will provide a computer printout which details these costs. We do not provide any additional backup for these generally nominal expenses. PSOMAS Nick Tarditti, CFA Chief Financial Officer EXHIBIT "B" JYW0 7Y9&ffi1QUrP. Geotechnical $ Environmental Sciences Consultants June 23, 2021 Project No. 211283001 Mr. Terry Brice City of Santa Clarita 23920 Valencia Boulevard Santa Clarita, California 91355 Subject: Proposal for Geotechnical, Materials Testing and Special Inspection Services Central Park Build Out Project Santa Clarita, California Project No. P4019 Dear Mr. Brice: Ninyo & Moore is pleased to submit this proposal for geotechnical, materials testing and special inspection services during construction of the Central Park Build Out Project located at 27150 Bouquet Canyon Road in Santa Clarita, California. Ninyo & Moore provided the project geotechnical evaluation and design services, therefore, we are very familiar with the project requirements. Based on our review of the project plans and our previous work at the site, we understand that the project will generally consist of a new Restroom building, shade structures, bio-retention basin, masonry retaining wall, parking lot, water main pipeline, storm drain pipeline, sewer pipeline, concrete stairway, concrete headwall and outlet structure. The parking lot will be asphalt concrete over aggregate base. The storm drain pipe will be 883 linear feet of 36-inch diameter HDPE pipe. The storm drain system will also include installation of 4 manholes. Our scope of work also includes an option for anticipated special inspections and sampling and testing of fresh concrete. SCOPE OF SERVICES Based on our conversations with Psomas, our understanding of the proposed construction, and our experience with similar projects, we propose to provide the following scope of services: • Project coordination, management and technical support including review of the project geotechnical reports, plans and specifications, work scheduling and distribution of test data. • Attendance at pre -construction meetings and as -requested field meetings. • Field Senior Project Engineer/Geologist services for observation of remedial excavation bottoms and foundation excavations. Written supplemental recommendations will be provided as needed. • Field Technician services to provide observation, sampling and testing during earthwork, building pad preparation, trench backfill, subgrade preparation, aggregate base placement, and asphalt concrete pavement operations. Field density tests will be performed to evaluate the Contractor's compaction efforts. 475 Goddard, Suite 200 1 Irvine, California 92618 1 p. 949.753.7070 1 www.ninyoandmoore.com • Optional Field American Concrete Institute (ACI) Concrete Technician services for observation, sampling and testing of concrete and grout including checking mix design, temperature, slump, unit weight and casting a set of compressive strength samples for each batch of material. • Optional Field Specialty Inspector services for structural concrete and masonry construction including inspection of formwork, rebar installation and anchor bolts. • Preparation of daily reports, test data sheets, and field memoranda to document the items inspected and tested. • Pick-up and transportation of construction material samples for testing at our laboratory. • Laboratory testing, including proctor density, sieve analysis, sand equivalent and compressive strength testing of concrete and grout samples obtained in the field. ASSUMPTIONS Based on our project understanding, the following assumptions have been made in the preparation of our scope of services: • Our services will be coordinated and scheduled on an as -needed basis, as requested by our clients authorized field representative. • Preparation of a Final As -Graded Report will not be requested. • Our services are subject to prevailing wage requirements. ESTIMATED FEE We propose to provide our services on a time -and -materials basis in accordance with the attached Schedule of Fees. Our estimated fee for the scope described herein is presented in the attached Table 1. Per your request, the optional specialty inspection and materials testing have been included in the attached Table 2. Ninyo & Moore appreciates the opportunity to provide this proposal and we look forward to working with you. Respectfully submitted, NINYO & MOORE Alfredo "Tino" Rodriguez Principal/Construction Services M RH/AR/sc Attachments: Table 1 — Breakdown of Estimated Fee — Geotechnical Services Table 2 — Breakdown of Estimated Fee — Special Inspection and Materials Testing Schedule of Fees Ninyo & Moore I Central Park Build Out Project, Santa Clarita, California 1 211283001 1 June 23, 2021 Senior Staff Geologist/Engineer Field Technician - Sitework and Building Pad Field Technician -Trench and Structure Backfill Field Technician - Subgrade, Aggregate Base and AC Field Vehicle and Equipment Proctor Density D 1557, D 698, CT 216, & AASHTO T-180 AC Hveem Maximum Density AC Extraction and Gradation R-Value Sand Equivalent, D 2419, CT 217 Sieve Analysis, D 422, CT 202 Principal Engineer/Geologist/Environmental Scientist Senior Project Engineer/Geologist/Environmental Scientist Geotechnical/Environmental/Assistant 20 hours @ $ 150.00 /hour $ 3,000.00 100 hours @ $ 103.00 /hour $ 10,300.00 160 hours @ $ 103.00 /hour $ 16,480.00 60 hours @ $ 103.00 /hour $ 6,180.00 340 hours @ $ 15.00 /hour $ 5,100.00 Subtotal $ 41,060.00 2 tests @ $ 220.00 /test $ 440.00 1 test @ $ 225.00 /test $ 225.00 1 test @ $ 250.00 /test $ 250.00 1 test @ $ 375.00 /test $ 375.00 2 tests @ $ 125.00 /test $ 250.00 4 tests @ $ 145.00 /test $ 580.00 Subtotal $ 29120.00 4 hours @ $ 195.00 /hour $ 780.00 20 hours @ $ 185.00 /hour $ 3,700.00 8 hours @ $ 80.00 /hour $ 640.00 Subtotal $ 59120.00 Ninyo & Moore I Central Park Build Out Project, Santa Clarita, California 1 211283001 1 CA13 I June 23, 2021 Specialty Inspector - Concrete and Masonry ACI Concrete Technician Sample pick up Field Vehicle and Equipment 120 hours @ $ 109.00 /hour 80 hours @ $ 103.00 /hour 40 hours @ $ 80.00 /hour 240 hours @ $ 15.00 /hour Subtotal Laboratory Testing L Ad Compression Tests, Grout and Mortar 24 tests Compression Tests, 4x8 Cylinder, C39 80 tests Principal Engineer/Geologist/Environmental Scientist Senior Project Engineer/Geologist/Environmental Scientist Geotechnical/Environmental/Assistant 2 hours 16 hours 4 hours $ 13, 080.00 $ 8)240.00 $ 3,200.00 $ 3,600.00 $ 289120.00 @ $ 45.00 /test $ 1,080.00 @ $ 35.00 /test $ 2,800.00 Subtotal $ 3,880.00 @ $ 195.00 /hour $ 390.00 @ $ 185.00 /hour $ 2,960.00 @ $ 80.00 /hour $ 320.00 Subtotal $ 3,670.00 Ninyo & Moore I Central Park Build Out Project, Santa Clarita, California 1 211283001 1 CA13 I June 23, 2021 Professional Staff Principal Engineer/Geologist/Environmental Scientist/Certified Industrial Hygienist $ 195 Senior Engineer/Geologist/Environmental Scientist $ 190 Senior Project Engineer/Geologist/Environmental Scientist $ 185 Project Engineer/Geologist/Environmental Scientist $ 175 Senior Staff Engineer/Geologist/Environ mental Scientist $ 150 Staff Engineer/Geologist/Environmental Scientist $ 145 GIS Analyst $ 125 Technical Illustrator/CAD Operator $ 103 Field Staff Certified Asbestos/Lead Technician $ 185 Field Operations Manager $ 125 Nondestructive Examination Technician (UT, MT, LP) $ 119 Supervisory Technician $ 115 Special Inspector (Concrete, Masonry, Structural Steel, Welding, and Fireproofing) $ 109 Senior Technician $ 108 Technician $ 103 Administrative Staff Information Specialist $ 85 Geotechnical/Environmental/Laboratory Assistant $ 80 Data Processor $ 75 Concrete Coring Equipment (includes technician) $ 190/hr Anchor Load Test Equipment (includes technician) $ 190/hr GPR Equipment $ 180/hr Inclinometer $ 100/hr Hand Auger Equipment $ 80/hr Rebar Locator (Pachometer) $ 25/hr Vapor Emission Kit $ 65/kit Nuclear Density Gauge $ 12/hr X-Ray Fluorescence $ 70/hr PID/FID $ 25/hr Air Sampling Pump $ 10/hr Field Vehicle $ 15/hr Expert Witness Testimony .............................. $ 450/hr Direct Expenses .............. Cost plus 15 % Special equipment charges will be provided upon request. For field and laboratory technicians and special inspectors, overtime rates at 1.5 times the regular rates will be charged for work performed in excess of 8 hours in one day Monday through Friday and all day on Saturday. Rates at twice the regular rates will be charged for all work in excess of 12 hours in one day, all day Sunday and on holidays. Field technician and special inspection hours are charged at a 4-hour minimum, and 8-hour minimum for hours exceeding 4 hours. Invoices are payable upon receipt. A service charge of 1.5 percent per month may be charged on accounts not paid within 30 days. Our rates will be adjusted in conjunction with the increase in the Prevailing Wage Determination during the life of the project, as applicable. The terms and conditions are included in Ninyo & Moore's Work Authorization and Agreement form. Ninyo & Moore I Central Park Build Out Project, Santa Clarita, California 1 211283001 1 June 23, 2021 CA13 SOILS Atterberg Limits, D 4318, CT 204................................................... $ 170 California Bearing Ratio (CBR), D 1883...... ............................. $ 550 Chloride and Sulfate Content, CT 417 & CT 422................................. $ 175 Consolidation, D 2435, CT 219....................................... $ 300 Consolidation, Hydro -Collapse only, D 2435................................... $ 150 Consolidation - Time Rate, D 2435, CT 219 ............................... $ 200 Direct Shear- Remolded, D 3080-..::.:::......................................... $ 350 Direct Shear- Undisturbed, D 3080.................................................... $ 300 Durability Index, CT 229 _ _ _........................................................... $ 175 Expansion Index, D 4829, IBC 18-3...................................... $ 190 Expansion Potential (Method A), D 4546....................................... $ 170 Geofabric Tensile and Elongation Test, D 4632..................................$ 200 Hydraulic Conductivity, D 5084.............................................................$ 350 Hydrometer Analysis, D 422, CT 203................................ $ 220 Moisture, Ash, & Organic Matter of Peat/Organic Soils $ 120 Moisture Only, D 2216, CT 226 $ 35 Moisture and Density, D 2937.................................................... $ 45 Permeability, CH, D 2434, CT 220........................................................ $ 300 pH and Resistivity, CT 643 $ 175 Proctor Density D1557, D 698, CT 216, AASHTO T-180 $ 220 Proctor Density with Rock Correction D 1557 _................................ $ 340 R-value, D 2844, CT 301 $ 375 Sand Equivalent, D 2419, CT 217 $ 125 Sieve Analysis, D 6913, CT 202 $ 145 Sieve Analysis, 200 Wash, D 1140, CT 202 $ 100 Specific Gravity, D 854...........................................$ 125 Thermal Resistivity (ASTM 5334, IEEE 442) ............................ $ 925 Triaxial Shear, C.D, D 4767, T 297........................................................ $ 550 Triaxial Shear, C.U., w/pore pressure, D 4767, T 2297 per pt 4........... $ 450 Triaxial Shear, C.U., w/o pore pressure, D 4767, T 2297 per pt ............$ 350 Triaxial Shear, U.U., D 2850 .......... $ 250 Unconfined Compression, D 2166, T 208........................................... $ 180 MASONRY Brick Absorption, 24-hour submersion, 5-hr boiling, 7-day, C 67 ....... $ 70 Brick Compression Test, C 67 ............ $ 55 Brick Efflorescence, C 67...................................................................... $ 55 Brick Modulus of Rupture, C 67 $ 50 Brick Moisture as received, C 67 $ 45 Brick Saturation Coefficient, C 67 ........................ $ 60 Concrete Block Compression Test, 8x8x16, C 140 .............................$ 70 Concrete Block Conformance Package, C 90................................... $ 500 Concrete Block Linear Shrinkage, C 426 ............................ $ 200 Concrete Block Unit Weight and Absorption, C 140 .............................$ 70 Cores, Compression or Shear Bond, CA Code .................................. $ 70 Masonry Grout, 3x3x6 prism compression, C 39................................. $ 45 Masonry Mortar, 2x4 cylinder compression, C 109 ............................ $ 35 Masonry Prism, half size, compression, C 1019 .......................... $ 120 Masonry Prism, Full size, compression, C 1019 ......................... $ 200 REINFORCING AND STRUCTURAL STEEL Chemical Analysis, A 36, A 615 $ 135 Fireproofing Density Test, UBC 7-6 $ 90 Hardness Test, Rockwell, A 370........................................... $ 80 High Strength Bolt, Nut & Washer Conformance, per assembly, A 325 _ _ ........... ............................... $ 150 Mechanically Spliced Reinforcing Tensile Test, ACI ................. $ 175 Pre -Stress Strand (7 wire), A 416 ........... I ..................... $ 170 Reinforcing Tensile or Bend up to No. 11, A 615 & A 706 .................... $ 75 Structural Steel Tensile Test: Up to 200,000 lbs., A 370 ............... $ 90 Welded Reinforcing Tensile Test: Up to No. 11 bars, ACI $ 80 CONCRETE Compression Tests, 6x12 Cylinder, C 39 $ 35 Concrete Mix Design Review, Job Spec $ 300 Concrete Mix Design, per Trial Batch, 6 cylinder, ACI $ 850 Concrete Cores, Compression (excludes sampling), C 42 $ 120 Drying Shrinkage, C 157 $ 400 Flexural Test, C 78 $ 85 Flexural Test, C 293 $ 85 Flexural Test, CT 523 $ 95 Gunite/Shotcrete, Panels, 3 cut cores per panel and test, ACI $ 275 Lightweight Concrete Fill, Compression, C 495 $ 80 Petrographic Analysis, C 856 .... $ 2,000 Restrained Expansion of Shrinkage Compensation ............................. $ 450 Splitting Tensile Strength, C 496............................................................. $ 100 3x6 Grout, (CLSM), C 39 _.................................................................... $ 55 2x2x2 Non -Shrink Grout, C 109 ....... $ 55 ASPHALT Air Voids, T 269................................... $ 85 Asphalt Mix Design, Caltrans (incl. Aggregate Quality) .......... $ 4,500 Asphalt Mix Design Review, Job Spec ................ $ 180 Dust Proportioning, CT LP-4 _....................................................... $ 85 Extraction, % Asphalt, including Gradation, D 2172, CT 382.............. $ 250 Extraction, % Asphalt without Gradation, D 2172, CT 382 .................... $ 150 Film Stripping, CT 302 $ 120 Hveem Stability and Unit Weight D 1560, T 246, CT 366 $ 225 Marshall Stability, Flow and Unit Weight, T 245 $ 240 Maximum Theoretical Unit Weight, D 2041, CT 309................................. $ 150 Moisture Content, CT 370...................................................................... $ 95 Moisture Susceptibility and Tensile Stress Ratio, T 238, CT 371 $ 1,000 Slurry Wet Track Abrasion, D 3910 ....... $ 150 Superpave, Asphalt Mix Verification (incl. Aggregate Quality) $ 4,900 Superpave, Gyratory Unit Wt., T 312 ............................. $ 100 Superpave, Hamburg Wheel, 20,000 passes, T 324 ............................. $ 1,000 Unit Weight sample or core, D 2726, CT 308 $ 100 Voids in Mineral Aggregate, (VMA) CT LP-2 $ 90 Voids filled with Asphalt, (VFA) CT LP-3 $ 90 Wax Density, D 1188 $ 140 AGGREGATES Clay Lumps and Friable Particles, C 142 $ 180 Cleanness Value, CT 227 $ 180 Crushed Particles, CT 205 $ 175 Durability, Coarse or Fine, CT 229 $ 205 Fine Aggregate Angularity, ASTM C 1252, T 304, CT 234 $ 180 Flat and Elongated Particle, D 4791 $ 220 Lightweight Particles, C 123 $ 180 Los Angeles Abrasion, C 131 or C 535 $ 200 Material Finer than No. 200 Sieve by Washing, C 117 $ 90 Organic Impurities, C 40 ..................... $ 90 Potential Alkali Reactivity, Mortar Bar Method, Coarse, C 1260.............. $ 1,250 Potential Alkali Reactivity, Mortar Bar Method, Fine, C 1260 .......... $ 950 Potential Reactivity of Aggregate (Chemical Method), C 289 $ 475 Sand Equivalent, T 176, CT 217 $ 125 Sieve Analysis, Coarse Aggregate, T 27, C 136 ........... $ 120 Sieve Analysis, Fine Aggregate (including wash), T 27, C 136 1...I...... $ 145 Sodium Sulfate Soundness, C 88 _ ......................... $ 450 Specific Gravity and Absorption, Coarse, C 127, CT 206 $ 115 Specific Gravity and Absorption, Fine, C 128, CT 207 $ 175 ROOFING Roofing Tile Absorption, (set of 5), C 67 $ 250 Roofing Tile Strength Test, (set of 5), C 67 $ 250 Special preparation of standard test specimens will be charged at the technician's hourly rate. Ninyo & Moore is accredited to perform the AASHTO equivalent of many ASTM test procedures. Ninyo & Moore 12021 Laboratory Testing CA13