Loading...
HomeMy WebLinkAbout2022-02-08 - AGENDA REPORTS - CITY HALL RESTROOM REMODELAgenda Item: 10 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: �1 A11�443 DATE: February 8, 2022 SUBJECT: CITY HALL RESTROOMS REMODEL, PHASE I, PROJECT M1037 - APPROVE PLANS AND SPECIFICATIONS AND AWARD CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the City Hall Restrooms Remodel, Phase I, Project M1037. 2. Award the construction contract to G2K Construction, Inc., in the amount of $207,000 and authorize a contingency in the amount of $20,700, for a total contract amount not to exceed $227,700. 3. Appropriate one-time funds in the amount of $130,000 from the General Fund - Capital Projects Fund (Fund 601) to expenditure account M1037601-516101. 4. Authorize the City manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The City Hall Restrooms Remodel project is broken into three phases and will replace old and deteriorating tile, paint, counters, urinals, bathroom fixtures, lighting, and partitions in the bathrooms at City Hall. The existing tile finishes have been in place since the building was constructed in 1986, and minimal ADA improvements were made approximately seven years ago. Phase I of the project will address the men's and women's restrooms on one floor of the building. The improvements will include new energy efficient plumbing fixtures, laminate partitions, new paint, porcelain floor and wall tile, and grout. New "hands free" type fixtures will be used for the faucets, soap dispensers, and fixture flushing devices. Existing equipment for Page 1 Packet Pg. 119 paper towel dispensers, toilet tissue dispensers, and grab bars will also be replaced with new equipment. All construction work will take place after normal business hours. An invitation to bid was prepared and published twice, on November 11 and 18, 2021, and posted on BidNet. Two bids were submitted and opened on December 14, 2021. The results are shown below: Company Location Bid Amount` G2K Construction, Inc. Agoura Hills, CA $207,000 Summer Systems Valencia, CA $256,020 (`Phase I Bid Amount includes the grand total of construction costs and Alternate 1, added costs for performing all construction work after hours.) Upon reviewing the bids, staff determined the response from the apparent low bidder, G2K Construction, Inc., to be appropriate and recommends awarding the project to this contractor. G2K Construction, Inc., possesses a valid state contractor's license and is in good standing with the Contractors State License Board. This bid has been reviewed for accuracy and conformance to the contract documents and was found to be complete. While the City of Santa Clarita (City) maintains a Support of Local Businesses policy that can be utilized by the City Council when warranted, the City is governed by the California Public Contract Code with regard to public works project procurement. In this type of procurement, the California Public Contract Code does not permit a city to utilize a Support of Local Businesses policy and instead requires the contract be awarded to the lowest responsible bidder. The total project cost is $236,300. Of this amount, $227,700 is designated for the construction contract and contingency. The additional $8,600 is allotted for construction support costs, which include labor compliance services, staff oversight, construction engineering, inspection, and project management. The requested construction contingency will cover the cost of unforeseen site conditions, potential utility conflicts, and any change order requests made by the City. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommended actions, adequate funds will be available in project expenditure account M1037601-516101 to support the recommended contract and all anticipated project costs. ATTACHMENTS Location Map Bid Proposal for G2K Construction, Inc. (available in the City Clerk's Reading File) Page 2 Packet Pg. 120 Santa Clarita City Hall Restrooms Remodel — Phase I Estimated Contract Value ($200000) Total Awarded Value $ 0.00 Project 1 111 Code Description 1 Mobilization/Demobilization 2 Demolition 3 Gyp Board/Cement Backer Board 4 Tile Installationn - Walls and Floors 5 Quartz Countertop Installation 6 Painting 7 Toilet Compartments 8 Schluter Tile Trim 9 Restroom Accessories 10 Existing Door Resurfacing 11 Electrical/Lighting 12 Plumbing (Toilets, Urinals, Sinks, Faucets, Soap Dispensers) Project 1 Project 1 IsGeneral (Bid Schedule), General (Bid Schedule) Mill Ad UOM I Code Quantity Price Total Cost Code Quantity Price Total Cost Lump -Sum 1 1 44700 44700 1 1 13480 13480 Lump -Sum 2 1 19240 19240 2 1 24730 24730 Lump -Sum 3 1 3700 3700 3 1 15914 15914 Lump -Sum 4 1 29600 29600 4 1 4445 4445 Lump -Sum 5 1 8880 8880 5 1 12650 12650 Lump -Sum 6 1 7400 7400 6 1 5123 5123 Lump -Sum 7 1 7400 7400 7 1 14980 14980 Lump -Sum 8 1 7400 7400 8 1 30222 30222 Lump -Sum 9 1 8880 8880 9 1 28341 28341 Lump -Sum 10 1 7400 7400 10 1 4250 4250 Lump -Sum 11 1 14800 14800 11 1 18568 18568 Lump -Sum 12 1 29600 29600 12 1 52117 52117 Group Total: $189000 Group Total: $ 224820 Project Total : $ 189000 Project Total: $ 224820 04 SANT4 0 9 _ b °GyO fO �^, oeccMo�'a em Addendum No.1 BID # ENG-21-22-M1037 Santa Clarita City Hall Restrooms Remodel — Phase I Addendum No.1 December 6, 2021 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 Bid: 1. BID CLOSING DATE The Bid Closing Date of December 8, 2021 at 11:00 AM will be moved to Tuesday, December 14, 2021 at 11:00 AM PST. -11. PRE -BID MEETING There was a non -mandatory, pre -bid meeting on November 18, 2021 beginning at 5:30 PM. The meeting was located at Santa Clarita City Hall, 23920 Valencia Boulevard, CA 91355. Attending Staff: • Alan Stump —Senior Engineer, Public Works • Danielle Marquez — Buyer, Administrative Services Attending Vendors: • Tim Goodman, Summer Systems The following questions were asked and answered: Q1) Are the prevailing wage rates under LA County? Al) The wage determinations will fall under either Statewide, Southern California, or Los Angeles County (depending on the craft/classification). Q2) Are there freight elevators? A2) There are no freight elevators. Q3) Will the water to the second floor restrooms be able to be turned off without affecting other restrooms or coffee bars? A3) Yes, and we can confirm prior to start of construction. Q4) Can we use a storage area in the building to store materials during the work? A4) Yes, and we can confirm prior to start of construction. BID # ENG-21-22-M1037 ISKNTA The following was reviewed: Bidding Guidelines e Project scope of work Working hours 1. SPECIAL PROVISIONS Addendum No. 1 December 6, 2021 Please see the attached Special Provisions as an addition to the bid package. H. EXHIBITS Al AND A2 Please see the attached Exhibits Al and A2 as an addition to the bid package. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. lZ �L Contractor's Representative Date Company Name BID # ENG-21 22 M1037 DocuSign Envelope ID: BAAAF1FF-E8F2-4E04-A070-06D3E9591EF5 ALTERNATE BID SCHEDULE Bid #ENG-21-22-M1037 Santa Clarita City Hall Restrooms Remodel — Phase I City Project No. M1037 City of Santa Clarita, California Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. Do NOT enter this pricing on BidNet. ITEM DESCRIPTION NO. Extra cost to provide all work after hours 1 (swing shift) Savings to remove, reuse and replace existing faucets, soap dispensers, grab bars and all 2 existing "Bobrick" equipment to same locations. CITY I UNIT I UNIT PRICE I TOTAL 1 LS 1 $ K, — $ ��b�Z) .� C- / Extra cost to provide work in two phases. Phase 1-Demolition during swing shift to limit 3 noise. Phase 2 - All installation work to be 1 LS $; ` $ t performed during regular working hours. TOTAL BID: 1 $ 3-D1 om TOTAL BID AMOUNT IN WORDS: 1�� c),L The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices in this Alternate Bid Schedule constant throughout the duration of the project up to the last contract working day. DocuSign Envelope ID: BAAAF1FF-E8F2-4E04-A070-06D3E9591EF5 Bond No.: CMGB00012541 PROPOSAL GUARANTEE BID BOND Bid #ENG-21-22-M1037 Santa Clarita City Hall Restrooms Remodel — Phase 1 City Project No. M1037 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that G2K Construction, Inc. as BIDDER, and Argonaut Insurance Company as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of Ten * dollars ($10%0 of G.A.B.), 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. 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 6th Day of December 20 21 . CONTRACTOR: 'J�141A- 6�' /-Fl /y /'''i Name and Title of Signatory Si -re G2K Construction, Inc. Legal Name of Bidder 28348 Roadside Drive, Suite 205, Agoura Hills, CA 91301 Bidder Address (818)889-6046 90-0507646 Telephone Number Federal Tax I.D. No. SURETY*: Argonaut insurance Company Name (866)363-2642, surety@cmgia.com Phone Number and Email c/o CMG 20335 Ventura Blvd., Ste. 426, Woodland Hills, CA 91364 Address Steph le Hope Shear, Attorney -in -Fact, ,20335 Ventura Blvd., Ste. 426, Woodland Hills, CA 91364, (866)3 *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 prior to submittal. * Percent of Their Greatest Amount Bid STATE Or CALIFORNIA EPAR7"MENT OF INSURANCE NQ U 6 33 0 SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY THAT, Pnrstrant to the hrsra•ance Code of the State of calilboria, Argonaut Insurance Company of Illinois organized wider the krtvs of Illinois strbfect to its Articles of hicorporation or other falnclantentctl orvalizational doctonents, is hereby authorized to transact ivilh�in the State, snlafect to all provisions of this Certificate, the follom4its classes of insctranee: lire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft, and Miscellaneous as such classes are now or ntay hereafter be defined in the hrsarance Laws o0he State gj'C'al�flrrnio. Tins CERTIFICATE is &vpressll' c:ondflionetl upon the holder hereof nrnv and hereafter hein,I, in f idi conrplialive with (1/1, ano'nof in violation ofai?); glthe applicable laws and latvfid requir•enteras inade under authority o%the laws cif the Stead of C'cdifarnia as long cis strch laws or requirements are in eJ%cc•t and applicable, and as svrc:h laws and reclaireinents now are, or instil hereq%ter he chan,w,d or untended. IN WITNESS W HI-REOR e, ctive as q%the ._. _31 s t—_T. — dcn� o%_ December 20Q6 / have herrurrlo set nry hand and caused inv off%cial seal to be affixed this �13th chfy cif. December —___,._, _ 2006 John Garamendi Ins)rrunc'cC011ll)1t.1',ciuner Patricia K. Staggs for Richard D. Baum lk!pwxx Chief Deputy QLI[IIii'ic.11ioil with 1110 Suvrel;uy of State nn.txl he acaoasplklied as required by ilto CtiIil'orniit Corpormiotm Code pramprly Idle] ksuanue ol'thisi'ertil'icate ol'Atithority, I''ailur4 to do sa will he a vi0huion of h}surtuice Code Section 701 mul will he ;01-uunds fol. revokilig this Conitic:nte ol`Aulhurity pco;sumit to the convennnis made.. in the aplaliewion therefor and [Ile Conditionscnatained herein. s^ 95P 00 3080 1 Bond No.: CMGB00012541 Argonaut Insurance Company Deliveries Only: 225 W. Washington, 24th Floor Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Argonaut Insurance Company, a Corporation duly organized and existing under be laws of the State of Illinois and having its principal office in the County of Cook, Illinois does hereby nominate, constitute and appoint: �� v Their true and lawful agent(s) and attorney(s)-in-fact, each in their separate capacity if more than one is named 'a ove't lake, execute, seal and deliver for 3 age e . and on its behalf as surety, and as its act and deed any and all bonds, contracts, agreements of indemnity ard'otherrdert ngs in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of $15,000,000.00 This Power of Attorney is granted and is signed and sealed under and by the authority of the fo wings ire olu on adopted by the Board of Directors of Argonaut Insurance Company: 4R", r 'RESOLVED, That the President, Senior Vice President, Vice President, Assistant Vice P es dent, Secretary, Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by up( of fac"Vile signature, which may be attested or acknowledged by any officer or attorney, of the Company, qualifying the attorney or attorneys name n tl givon ower of attorney, to execute in behalf of, and acknowledge as the act and deed of the Argonaut Insurance Company, all bond undertaking& detracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Argonaut Insurance Company has caused its' ffrcial3Seal to be hereunto affixed and these presents to be signed by its duly authorized officer on the 1st day of June, 2021. qfi16V Argonaut Insurance Company STATE OF TEXAS COUNTY OF HARRIS SS "0 by: Joshua C. Betz, Senior Vice President On this 1st day of June, 2021 A D.. ,lief > me, Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, a(� 2H, came THE ABOVE OFFICER O�fi� COlV7PANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged tll wVecution of same, and being by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed Oi ced'rfig instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and sub�scriled to tote said instrument by the authority and direction of the said corporation, and that Resolution adopted by the Board of Directors of said,ompan'referred to in the preceding instrument is now in force, IN TEST1�Iv1O1igYEOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written, ?G1 K.Ai"Hi..ir�{V M MEF-KS °" `\�'r' °�'� `�� • �A�/J �"� �U�` Nt]TAt3Y �UBL1G STATE Ci.F 7'��CAS •'�"'+;: �;��;: PvtY CK7Fwih+t, F_'XP, U7/7.5l2� NCSTAFY to 55�o-s (Notary Public) I, the undersigned Officer ofthe Argonaut Insurance Company, Illinois Corporation, do hereby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seal of said Company, on the 6th day of December 12021 James Bluzard , Vice President -Surety IF YOU HAVE QUESTIONS ON AUTHENTICITY OF THIS DOCUMENT CALL (833) 820 - 9137.. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 11 .c� .�•_c� .s�`.c C/.yC .c�•.c�S.wS.� �•.s. S�C��Y,a` ..�'_.�%a�`C/..�` .c�•.�•.c�..<a . C/.w� _.�'_s� .c� _c�•,wC/_A+-u��Cr.�� .� .e�S,�.'� .c�CrwC� .c: +.rat/, A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On DE O � ® before me, _ Date-' Lucas Patterson, Notary Public Here Insert Name and Title of the Officer personally appeared Stephanie Hope Shear Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized 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. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand qdol I_seal.( r LUCASPA�NotaryPublic C-orn a z Signature- ii Los Anele County m Signature of Nota Public w s r Commission 215220. g ry ii� cx hky Comm Expire filar 19 20'5 rl --^<w ���,�nG3 s�,Y..iaivaZ �,.:v�=� �?: •n Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the docum or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Signer(s) Other Than Named Ab Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorne act ❑ Trustee ❑ G Ian or Conservator ❑ Other: Signer Is esenting: Docum Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association - www.NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 California All Purpose Acknowledgement Civil Code 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On Yf/ q C��l before me, Jeremy Allan Schwartz, Notary Public, Date Name and Title of Officer personally appeared C2F Name(s) of Signer(l) y who proved to me on the basis of satisfactory evidence to be the person(j) whose name(j) is/ark subscribed to the within instrument and acknowledged to me that hk/she/tlyhy executed the same in his/her/th,*ir authorized capacity(iks), and that by qs/her/tV it signature(o on the instrument the person(j), or the entity upon behalf of which the person(s/j 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. JEREMY ALLAN SCNWARTZ w Notary Public • California 2 Z s'+ Los Angeles County n Witness my hand and official seal Commission # 2293525 z My Comm. Expires Jun 1 b, 2023 oft Signature, Signature of ary Public ----- ----- Optional Information --------------------------------------- ----------:- Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgement to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document Title or Type of Doc ume t,� 4L ��(�/ ✓�/ Document Date 2 Number of Pages: Signer(s) Other than Named Above: Capacity(ies) Claimed by Signer(s) Signer's NamePM/(-(A - L,F Corporate Officer- Title(s) - Signer's Name —Corporate Officer- Title(s) Partner------- Limited General Partner ----- Limited General _ _ TOP dividual _Attorney In Fact _ _ Individual Attorney In Fact _Trustee —Guardian or Conservator _Trustee _ Guardian or Conservator Other: Other: Signer is Representing Signer is Representing- DocuSign Envelope ID: BAAAF1FF-E8F2-4E04-A070-06D3E9591EF5 BIDDER'S INFORMATION AND CERTIFICATION Bid #ENG-21-22-M1037 Santa Clarita City Hall Restrooms Remodel — Phase I City Project No. M1037 City of Santa Clarita, 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 to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. 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: Business Address: LLl`44� \, x - 5 C L� A "C` t 1 Telephone No.: CS' 8� S 1KL"A u) State CONTRACTOR's License No. & Class: �C�2 R DIR No: I ZnL� _% 2-1 Original Date: Expiration Date: 2 )23 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: -tWl`lA 6, ���r DocuSign Envelope ID. BAAAF1FF-HF24E04-A070-06ME9591EF5 A ova ro d #VU61 02 21 ?D l iX- 8q- The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership orjoint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner orjoint venture are as follows: All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this day of 0-v-c.20-^kt. BIDDER: ( re U'-\\1 C--- i l VV�-r�������n Name and Title of Signatory Legal Name of Bidder Address a-w-6, DI& (IC)- O501.345 Telephone Number Federal Tax I.D. No. This document must be notarized prior to submittal. California All Purpose Acknowledgement Civil Code 1189 _ A notary public or other officer completing this certificate verifies only the identlty of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On :�o2 Date personally appeared before me, Jeremy Allan Schwartz, Notary Public, Name and Title of Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person() whose name(so is/arA subscribed to the within instrument and acknowledged to me that he/she/ti�y executed the same in hi�/her/t eir authorized capacity(ils), and that by �s/her/tkir signature(91 on the instrument the person( , or the entity upon behalf of which the person() 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. KREMY ALLAN SCHWARTZ taryPublic-California Witness my hand and official seal Los Angeles Countyommission x 2293525mm. Expires Jun 16, 2023 Signature Signature of OVtary Public - -Optional Information - Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgement to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Doc ent Title or Type of Document / 1Vr- Aj /C4J 441) Document Date 2 2 Number of Pages: Signer(s) Other than Named Above: Capacity(ies) Cllmed by Signer(s) 9Si ner's Name IM&j 1VAr . 4f V '� Corporate Officer- Title(s) _Partner------ _ Limited _General _Individual _Attorney In Fact Trustee Guardian or Conservator Other: Signer is Representin Signer's Name Corporate Officer- Title(s) o`------ -Partner ----- — Limited — General Individual —Attorney In Fact Trustee Guardian or Conservator Other: Signer is Representing `_ DocuSign Envelope ID: BAAAF1 FF-E8F2-4E04-A070-06D3E9591 EF5 BIDDER'S QUESTIONNAIRE Bid #ENG-21-22-M1037 Santa Clarita City Hall Restrooms Remodel — Phase I City Project No. M1037 City of Santa Clarita, California ( II 1 1. Submitted by: L� l� (,C1� V CAA 4Y Telephone: ) Principal Office Address: 2. Type of Firm: ❑ C Corporation ; d S Corporation ❑ Individual/Sole Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ Other ` L04L 3a. If a corporation, answer these questions: Date of Incorporation: �,� �i rC State of Incorporation:�� President's Name: F_VA \ w\ C-5 il _e Vice -President's Name: i� Secretary or Clerk's Name: -7. L- U L! Treasurer's Name: 3b. If a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. C DocuSign Envelope ID: BAAAF1FF-E8F2-4E04-A070-06D3E9591EF5 BIDDER'S QUESTIONNAIRE (cont'd) Bid #ENG-21-22-M1037 Santa Clarita City Hall Restrooms Remodel — Phase I City Project No. M1037 City of Santa Clarita, California 4. Name of person holding CONTRACTOR'S license: License number: qq�LZ Class: Expiration Date: D.I.R. Registration # 1 MM 21 C 5. CONTRACTOR'sRepresentative: L-1A'l\ Title: 1 c -`y )L� Alternate: IN%Q Title: 6. List the major construction projects your organization has in progress as of this date: ��1 A. Owner: Project Location: _ Type of Project: B. Owner: Project Location: Type of Project: C. Owner: Project Location: Type of Project: DocuSign Envelope ID: BAAAF1FF-E8F2-4E04-A070-06D3E9591EF5 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #ENG-21-22-M1037 Santa Clarita City Hall Restrooms Remodel — Phase I City Project No. M1037 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. G,2-K 2'�2Yuc BIDDER 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: BAAAF1FF-E8F2-4E04-A070-06D3E9591EF5 BIDDER'S INFORMATION AND CERTIFICATION Bid #ENG-21-22-M1037 Santa Clarita City Hall Restrooms Remodel — Phase I City Project No. M1037 City of Santa Clarita, 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 to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. 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: Business Address: LLl`44� \, x - 5 C L� A "C` t 1 Telephone No.: CS' 8� S 1KL"A u) State CONTRACTOR's License No. & Class: �C�2 R DIR No: I ZnL� _% 2-1 Original Date: Expiration Date: 2 )23 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: -tWl`lA 6, ���r DocuSign Envelope ID. BAAAF1FF-HF24E04-A070-06ME9591EF5 A ova ro d #VU61 02 21 ?D l iX- 8q- The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership orjoint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner orjoint venture are as follows: All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this day of 0-v-c.20-^kt. BIDDER: ( re U'-\\1 C--- i l VV�-r�������n Name and Title of Signatory Legal Name of Bidder Address a-w-6, DI& (IC)- O501.345 Telephone Number Federal Tax I.D. No. This document must be notarized prior to submittal. California All Purpose Acknowledgement Civil Code 1189 _ A notary public or other officer completing this certificate verifies only the identlty of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On :�o2 Date personally appeared before me, Jeremy Allan Schwartz, Notary Public, Name and Title of Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person() whose name(so is/arA subscribed to the within instrument and acknowledged to me that he/she/ti�y executed the same in hi�/her/t eir authorized capacity(ils), and that by �s/her/tkir signature(91 on the instrument the person( , or the entity upon behalf of which the person() 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. KREMY ALLAN SCHWARTZ taryPublic-California Witness my hand and official seal Los Angeles Countyommission x 2293525mm. Expires Jun 16, 2023 Signature Signature of OVtary Public - -Optional Information - Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgement to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Doc ent Title or Type of Document / 1Vr- Aj /C4J 441) Document Date 2 2 Number of Pages: Signer(s) Other than Named Above: Capacity(ies) Cllmed by Signer(s) 9Si ner's Name IM&j 1VAr . 4f V '� Corporate Officer- Title(s) _Partner------ _ Limited _General _Individual _Attorney In Fact Trustee Guardian or Conservator Other: Signer is Representin Signer's Name Corporate Officer- Title(s) o`------ -Partner ----- — Limited — General Individual —Attorney In Fact Trustee Guardian or Conservator Other: Signer is Representing `_ DocuSign Envelope ID: BAAAF1FF-E8F2-4E04-A070-06D3E9591EF5 DESIGNATION OF SUBCONTRACTORS Bid # ENG-21-22-M1037 Santa Clarita City Hall Restrooms Remodel — Phase 1 City Project No. M1037 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 DIR Registration No.* Dollar Value of Work Location and Place of Business 21 � rnV� ehk(O (-il, \k C-G - 351 Bid Schedule Item o's: Description of Work ' License No. Exp. Date: / / - Phone 01-? 1 01 1-,3`2022- Subcontractor DIR Registration No.* Dollar Value of Work 33 3010C C> -- Location and Place of Business i C n1� - G02 Bid Schedule Item No's: Description of Work LA 04) l n Exp. Date: / / Phone ( ) License No. Q1 1 31 2-U2 Z 5 62- - + Subcontractor T C I DIR Registration No.* Dollar Value of Work � `0 ow �5cJ6 cs OL . Location and Place of Business 12C1 4oXT C _ -- Bid Schedule Item No's: Description of Work ElV cc+� License No. Exp. Date: / / Phone ( ) ciEDk 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 172S.S 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: BAAAF1FF-E8F2-4E04-A070-06D3E9591EF5 BIDDER'S INFORMATION AND CERTIFICATION Bid #ENG-21-22-M1037 Santa Clarita City Hall Restrooms Remodel — Phase I City Project No. M1037 City of Santa Clarita, 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 to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. 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: Business Address: LLl`44� \, x - 5 C L� A "C` t 1 Telephone No.: CS' 8� S 1KL"A u) State CONTRACTOR's License No. & Class: �C�2 R DIR No: I ZnL� _% 2-1 Original Date: Expiration Date: 2 )23 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: -tWl`lA 6, ���r DocuSign Envelope ID. BAAAF1FF-HF24E04-A070-06ME9591EF5 A ova ro d #VU61 02 21 ?D l iX- 8q- The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership orjoint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner orjoint venture are as follows: All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this day of 0-v-c.20-^kt. BIDDER: ( re U'-\\1 C--- i l VV�-r�������n Name and Title of Signatory Legal Name of Bidder Address a-w-6, DI& (IC)- O501.345 Telephone Number Federal Tax I.D. No. This document must be notarized prior to submittal. California All Purpose Acknowledgement Civil Code 1189 _ A notary public or other officer completing this certificate verifies only the identlty of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On :�o2 Date personally appeared before me, Jeremy Allan Schwartz, Notary Public, Name and Title of Officer Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person() whose name(so is/arA subscribed to the within instrument and acknowledged to me that he/she/ti�y executed the same in hi�/her/t eir authorized capacity(ils), and that by �s/her/tkir signature(91 on the instrument the person( , or the entity upon behalf of which the person() 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. KREMY ALLAN SCHWARTZ taryPublic-California Witness my hand and official seal Los Angeles Countyommission x 2293525mm. Expires Jun 16, 2023 Signature Signature of OVtary Public - -Optional Information - Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgement to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Doc ent Title or Type of Document / 1Vr- Aj /C4J 441) Document Date 2 2 Number of Pages: Signer(s) Other than Named Above: Capacity(ies) Cllmed by Signer(s) 9Si ner's Name IM&j 1VAr . 4f V '� Corporate Officer- Title(s) _Partner------ _ Limited _General _Individual _Attorney In Fact Trustee Guardian or Conservator Other: Signer is Representin Signer's Name Corporate Officer- Title(s) o`------ -Partner ----- — Limited — General Individual —Attorney In Fact Trustee Guardian or Conservator Other: Signer is Representing `_ DocuSign Envelope ID: BAAAF1FF-E8F2-4E04-A070-06D3E9591EF5 Fringe Benefit Statement Contract/Proposal No: 1 � _Nc�-2I 22-Mio3 Proje Na e: � C ��c�c\ a 11 11 t 1 � u T ate: B2/0 ZO21 INSTRUCTIONS: Fringe Benefit rates can be used for checking payrolls or applied to Force Account work which may be done on the above contract the hourly rates for fringe benefits, subsistence and/or travel allowance payment (as required by collective bargaining agreements) made for employees on the various classes of work are tabulated below. THIS DOCUMENT CONTAINS PERSONAL INFORMATION AND, PURSUANT TO CIVIL CODE 1796.21, IT SHALL BE KEPT CONFIDENTIAL IN ORDER TO PROTECT AGAINST UNAUTHORIZED DISCLOSURE. Classification., LaL-c'weY co\� . Effective Date: zzlZI�2I Subsistence or Travel Pay: Health and Welfare $ Trust Fund Paid to:(Name) � , \ �, 1 4 Address: Pension $ �— Trust Fund Paid To:(Name) C - Address: Vacation/Holiday $ Trust Fund Paid to:(Name) no CC —Mo 777777 Address: Training $ Trust Fund Paid To:(Name) C 4C: Gl\ t�.� G t"l . Address: c -2 A `�—, 9 00-5 3 Other is a �1 Trust Fund Paid To:(Name) cl — J C � C� 11 C) Address: Classification: Effective Date: Subsistence or Travel Pay: Health and Welfare $ Trust Fund Paid to:(Name) Address: Pension $ Trust Fund Paid To:(Name) Address: Vacation/Holiday $ Trust Fund Paid to:(Name) Address: Training $ Trust Fund Paid To:(Name) Address: Other $ Trust Fund Paid To:(Name) Address: Classification: Effective Date: Subsistence or Travel Pay - Health and Welfare $ Trust Fund Paid to:(Name) Address: Pension $ Trust Fund Paid To.(Name) Address: Vacation/Holiday $ Trust Fund Paid to:(Name) Address: Training $ Trust Fund Paid To:(Name) Address - Other $ Trust Fund Paid To:(Name) Address - Supplemental statement must be submitted during the progress of work should a change in rate of any of the classifications be made - I CERTIFY THAT THE FRINGE BENEFIT PAYMENTS ARE MADE TO THE APPROVED PLANS, FUND OR PROGRAMS LISTED ABOVE (Contractor/Subcontractor) By (Name and Title) Signature '\CW Lcuq I V)VEJ City of Santa Clanta Form HC-50 FBS DocuSign Envelope ID: BAAAF1 FF-E8F2-4E04-A070-06D3E9591 EF5 NON -COLLUSION AFFIDAVIT Bid..#ENG-21-22-M 1037 Santa Clarita City Hall Restrooms Remodel — Phase I City Project No. M1037 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) -F—\-"\''ka G LC Qu\ being first duly sworn deposes and says that he/she is the Y- EtfA t s n (sole owner, a partner, president, etc.) of G2 �w�� -YI�C tC)<ly" 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 otherfinancial interest with said BIDDER in his general business. �.o Bidder: Sign,aWre Title W51 1' This document must be notarized prior to submittal. California All Purpose Acknowledgement Civil Code 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document, State of California County of Los Angeles On 2 ,z before me, Jeremy Allan Schwartz, Notary Public, Date _ Name and Titre of officer personally appeared 1 > L-FV Name(s) of Signets) who proved to me on the basis of satisfactory evidence to be the person(y) whose nameO is/ark subscribed to the within instrument and acknowledged to me that V/she/tP(ey executed the same in qis/her/toieir authorized capacity(ips), and that by his/her/their signature(4 on the instrument the person(, or the entity upon behalf of which the person(j) acted, executed the instrument. a , . JEREMY ALLAN SCHWARTZ Notary Public - California z Los Angeles County z Commission k 2293525 My Comm. Expires Jun 16, 2023 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct, Witness my hand and official seal Signature Signature of Rotary Public ------------- Optional Information --------------------------------------------------- -------- Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgement to an unauthorized document and may prove useful to persons relying on the attached document, Description of Attached Document Title or Type of Docu Document Date Signer(s) Other than Capacity(ies) Claimed by Signer(r) Signer's Name ' o L 'Corporate Officer- Title(s) I b ; v ir —Partner ------- _ Limited _General l� _Individual —Attorney In Fact Trustee Guardian or Conservator —Other: Signer is Representing Signer's Name _Corporate Officer-Title(s) . ---- _Partner ----- _ Limited _ General `individual _Attorney In Fact Trustee Guardian or Conservator Other; Signer is Representin DocuSign Envelope ID: BAAAF1 FF-EU24E04-A070-06WE9591 EF5 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #ENG-21-22-M1037 Santa Clarita City Hall Restrooms Remodel — Phase I City Project No. M1037 City of Santa Clarita, California SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS 1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (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. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Risk Manager. 2. 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. 3. 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. I. INDEMNIFICATION: City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be DocuSign Envelope ID: BAAAF1 FF-EW2-4E04-A070-06WE9591 EF5 maintained by CONTRACTOR in this Agreements hall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. II. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liability Insurance During the entire term of this agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, 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 the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the AGREEMENT and any extension thereof in the amount indicated above or the following minimum limits: A combined single limit liability policy in the amount of$2,000,000 or a commercial general liability policy with a $2,000,000 occurrence limit and a $4,000,000 aggregate limit will be considered equivalent to the required minimum limits. All of such insurance shall be primary insurance and, shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be submitted to City prior to execution of this Agreement on behalf of the City. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, City may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this agreement, City may cancel the Agreement immediately with no penalty. Should Contractor's insurance required by this Agreement be cancelled at any point prior to expiration of the policy, CONTRACTOR must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements DocuSign Envelope ID: BAAAF1FF-E8F2-4E04-A070-06D3E9591EF5 within 10 days of the prior insurer's issuance of notice of cancellation. CONTRACTOR must ensure that there is no lapse in coverage. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City Manager. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR's activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the AGREEMENT. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this AGREEMENT, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR also agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. have read and understand the above requirements and agree to be bound by them for any work performed for the City. �� Authorized Signature: Date: Printed Name: b-y\\yA & Le—�i u DocuSign Envelope ID: BAAAF1FF-E8F2-4E04-A070-06D3E959lEF5 PROPOSAL FORM Bid #ENG-21-22-M1037 Santa Clarita City Hall Restrooms Remodel — Phase I City Project No. M1037 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. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE 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: tDov Company Address: 2 i), oc. � _ ,V.S i2 qq. Phone: Email: By: i=>�11�.�L7 L-C— �J Print Name Title: A n'4 Signature: V�� Date: DocuSign Envelope ID: BAAAF1FF-E8F2-4E04-A070-06D3E9591EF5 Qrrrornirrc Bid #ENG-21-22-M1037 Santa Clarita City Hall Restrooms Remodel — Phase I City Project No. M1037 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: Y1C���� js �. L�►' I � �Ci r�C1C��L�tc� S C �5�0 1. Cc FCC! o\ c1'� O'C�C��C�l1TlGi'1 ��5 � ��cS; Cfj - qco l5 2. 3. Name and Address of Owner / Agency r Name and Telephone Number of Person Familiar with Project A �r Contract Amount Name and Address of Owner /'Agency A xAc\�) Lhd (d- 24) z(--,g Name and Telep one Number of Person Familiar with Project �C VMMO� l�1Cl jt� � ; E4 d Contract Amount Type of Work Dafe Completed N(J 1 0�'WvA 0,f\\f)Ako� ()--Arn)VUA��A /mn,(�D�a 1-z 4 ff-wd U I Name and Addres's f Owner /-)Agency ame and Telephone Number of Person F miliar with Project 4 I Z ntract Amount Type of Work ,f rK• Date Completed t� 11S cam=K\Cvr16-1 cS The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds: JMC-i-�A o Q ' ' IRA mxkny cc f C M L l A 2-D 335 Ven�U rv, T--S� Od- 5}c 4 2�j woccl b \� I � � its, C-� - C� � �c-A GCS) -3 3 2h4 2 J