Loading...
HomeMy WebLinkAbout2022-05-24 - AGENDA REPORTS - AQUATIC CTR POOL REPAIR PROJ M3035Agenda Item: 10 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: �1 A11�44_1) DATE: May 24, 2022 SUBJECT: AQUATIC CENTER POOL DECK CONCRETE REPAIRS AND REPLASTER - PHASES II AND III, PROJECT M3035 - 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 Aquatic Center Pool Deck Concrete Repairs and Replaster - Phases 11 and III, Project M3035. 2. Award a construction contract for repair services to California Commercial Pools, Inc. in the amount of $2,468,400 and authorize a contingency in the amount of $493,680, for a total contract amount not to exceed $2,962,080. 3. Appropriate one-time funds in the amount of $3,072,514 from the Measure A Safe Parks - Capital Fund (Fund 269) to expenditure account M3035269-516101 and increase Measure A Safe Parks Annual Allocation revenue account 269-443105 by $3,072,514. 4. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND Since the Santa Clarita Aquatic Center (Aquatic Center) opened in 2003, it has been heavily used by the community. The Aquatic Center's 50-meter competition pool and 25-meter dive pool attracts more than 150,000 participants and spectators annually. Both pools are open year-round, closing briefly for two weeks each year for preventative maintenance. City of Santa Clarita (City) programming, such as lap swim, water exercise, swim lessons, water polo teams, and youth swim, dive, and synchronized swim occupies much of the programmable space throughout Page 1 Packet Pg. 162 each day. Additionally, seven local high schools utilize both pools for their competitive swim and dive practices. Other users of the pools include one local university, one local private high school, and two large local club swim teams who rent both pools for their daily practices and host very large regional and national level competitions multiple times throughout the year. As a result of substantial usage, the original surface of the pools' concrete decks is spalling and cracking and needs repair and replacement to address the deterioration. On February 21, 2019, staff met with a Los Angeles County Health Department inspector to review the condition of the concrete surfaces surrounding the three pools at the Aquatic Center. Staff worked with a design consultant to draft plans and specifications for the needed repairs, which were segmented into three phases. Phase I repaired the concrete deck surrounding the activity pool in March 2020. Based on the continued heavy usage of the 25-meter and 50-meter pools, staff recommends moving forward with Phases 11 and III, which will complete the repair work by replacing the affected sections of the deck around the perimeter and replastering the 25- meter and 50-meter pools. This project supports the Sustaining Public Infrastructure theme of the City's five-year strategic plan, Santa Clarita 2025. Construction is scheduled to commence in August and conclude before March 2023, allowing the pools to be in operation for recreational programming. An invitation to bid was prepared and published twice, on April 14 and 21, 2022, and was posted on BidNet. Three bids were submitted to the City and opened by Purchasing on May 17, 2022. The results of the bids are shown below: Company Location Total Bid California Commercial Pools, Inc. Glendora, CA $2,468,400 Condor, Inc. El Monte, CA $2,545,020 California Waters Yorba Linda, CA $2,569,506 Staff recommends awarding the construction contract to California Commercial Pools, Inc., the lowest responsive bidder, in the amount of $2,468,400 and authorizing a contingency in the amount of $493,680, for a total not to exceed $2,962,080. The contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The bid from California Commercial Pools, Inc. was reviewed for accuracy and conformance to the contract documents and found to be complete. The requested contingency will cover unforeseen conditions during construction and provide for construction of additional hardscape and a storage unit. The remaining funds will be allotted for construction support costs, which include labor compliance services, staff oversight, construction engineering, inspections, and project management. ALTERNATIVE ACTION Other action as determined by the City Council. Page 2 Packet Pg. 163 FISCAL IMPACT Upon approval of the recommended actions, adequate funds will be available in project expenditure account M3035269-516101 (Measure A Safe Parks Fund) to support the recommended contract and all anticipated project costs. ATTACHMENTS Location Map Bid Proposal for California Commercial Pools, Inc. (available in the City Clerk's Reading File) Page 3 Packet Pg. 164 I 10.a I Y i F Y I PW city °f SANTA CLARI 1A `= II Aquatic Center Pool Deck Concrete Repairs and Replaster - Phases II & III ° N Project No. M3035 A.r al photo— pmpdetary dates.( p—d ^ m.rfesy of the Los Angeles Reg on Imag< L J` 0 100 200 400 c.n a—(LAR-IAC)_ y� Feet Map prepared by C ty of Santa Clarity GI F - TS-200t 08t1'N 3035 S1, 1-1 peck Concrete Rep-3035 SCSC Aquatics Poo Oech Concrete R,- e G� C C ♦ '0 # ;. W1' Z r 4 O LU O a. LU F W S_ CSPORTS COMPLEX it U i a ` � Q * '` '� • �� �� ;� a '��` � � ' \/ r AVM s 'y fig„ •`f �p Ot "fl a � Packet Pg. 165 DocuSign Envelope ID: 5746AA84-55OF-4DDB-9D35-7C38ECOOE6B3 PROPOSAL FORM Bid #ENG-21-22-M3035 Aquatic Center Pool Deck Concrete Repairs and Replaster — Phase II and III, Project M3035 City Project No. M3035 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: California Commercial Pools, Inc. Company Address: 2255 E Auto Centre Drive, Glendora CA 91740 Phone: 909-394-1280 Email: bids@calcommpools.com By: Brett Smith Print Name Title: Vice President Signature: Date: 5/16/2022 O ERC/(}''+,, �� V �•• 1� i % 0 SEAL': a 1980 6 •.;fit iizoo, .• 6 �. J DocuSign Envelope ID: 5746AA84-55OF-4DDB-9D35-7C38ECOOE6B3 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #ENG-21-22-M3035 Aquatic Center Pool Deck Concrete Repairs and Replaster — Phase II and III, Project M3035 City Project No. M3035 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. Questions and requests for modification of these terms must be negotiated and approved prior to bid submission and are at the full discretion of the City. 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 DocuSign Envelope ID: 5746AA84-55OF-4DDB-9D35-7C38ECOOE6B3 City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. 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: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf' of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. DocuSign Envelope ID: 5746AA84-55OF-4DDB-9D35-7C38ECOOE6B3 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 for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance JServices involving real property only) CONTRACTOR 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. DocuSign Envelope ID: 5746AA84-55OF-4DDB-9D35-7C38ECOOE6B3 Pollution Liability and/or Asbestos Pollution Liabilitv and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if [design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. DocuSign Envelope ID: 5746AA84-55OF-4DDB-9D35-7C38ECOOE6B3 Primary and Additional Insured All of such insurance shall be primary 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 the CITY prior to execution of this Agreement on behalf of the CITY. Requirements 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 canceled at any point prior to expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. 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's Risk Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Risk 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. I 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: Brett Smith, Vice President 5/16/2022 DocuSign Envelope ID: 5746AA84-55OF-4DDB-9D35-7C38ECOOE6B3 BIDDER'S INFORMATION AND CERTIFICATION Bid #ENG-21-22-M3035 Aquatic Center Pool Deck Concrete Repairs and Replaster — Phase II and III, Project M3035 City Project No. M3035 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: California Commercial Pools, Inc. Business Address: 2255 E Auto Centre Drive, Glendora CA 91740 Telephone No.: 909-394-1280 State CONTRACTOR's License No. & Class: 415172 - B & C53 DIR No.: 1000001406 Original Date: 01 /29/1980 Expiration Date: 06/30/2025 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: California Commercial Pools, Inc. E. Lee Jackson, President & Treasurer I David E. Jackson, Vice President & Secretary DocuSign Envelope ID: 5746AA84-55OF-4DDB-9D35-7C38ECOOE6B3 Brett Smith, Vice President Jason Jackson, Vice President Jackson, Vice President The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: N/A All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: N/A IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 16th day of May 2022 . BIDDER: Brett Smith, Vice President Name and Title of Signatory California Commercial Pools, Inc. Legal Name of Bidder 2255 E Auto Centre Drive, Glendora CA 91740 Address 909-394-1280 Telephone Number 95-3452683 Federal Tax I.D. No. This document must be notarized prior to submittal. y������rrrrrr �•``�Q�MERc''�. Co z 1980 10 I'll CALIFORNIA •. Y.a�t/R4si :T .� :q _ 2.q .v..a�:. T2 :� .' 1 �,�a. ..��i..• iY -+.. 3 x�� n' - { q,,.-n -a. ,m� .: v. .sa .w2 s�, r...a 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 May 16, 2022 Date personally appeared before me, H. Palumbo. Notary Public Here Insert Name and Title of the Officer Brett Smith Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(a) I4W subscribed to the within instrument and acknowledged to me that (5§Yshe/th y executed the same in si her/their authorized capacityR4, and that by�,s�er/their signature(s) on the instrument the person(s), or the entity _upon behalf of which the person(s) acted, executed the instrument. w �"`°'' H. PALUM80 Comkl.# 2299043 +� NOTARY MLIC•CALIFORNIA V] 103 AWFLES COVNrr U. ' Y Coin. Eza. duly 2T, 2023" Place Notary Seal Above 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 g ature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bidders into & Cert Document Date: Number of Pages: Signer(s) Other Than Named Above: , Capacity(ies) Claimed by Signer(s) Signer's Name: Brett Smith ® Corporate Officer — Title(s): dice President ❑ Partner — ❑ Limited ❑ General ❑ 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 Representing: ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 DocuSign Envelope ID: 5746AA84-55OF-4DDB-9D35-7C38ECOOE663 BIDDER'S QUESTIONNAIRE Bid #ENG-21-22-M3035 Aquatic Center Pool Deck Concrete Repairs and Replaster — Phase II and III, Project M3035 City Project No. M3035 City of Santa Clarita, California 1. Submitted by: California Commercial Pnnlc Inr. Telephone: _9.Qg-3g4-12Af1 _ Principal Office Address: 2255 E Auto Centre Drive, Glendora CA 91740 2. Type of Firm: ❑ C Corporation 0 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 3a. If a corporation, answer these questions: Date of Incorporation: 01/29/1980 State of Incorporation President's Name: E. Lee Jackson California Vice -President's Name: David E. Jackson I Brett Smith I Jason Jackson I Ran Jackson Secretary or Clerk's Name: David E. Jackson Treasurer's Name: E. Lee Jackson 3b. If a partnership, answer these questions: Date of organization: N/A State Organized in: Name of all partners holding more than a 10% interest: _ Designate which are General or Managing Partners. DocuSign Envelope ID: 5746AA84-55OF-4DDB-9D35-7C38ECOOE6B3 BIDDER'S QUESTIONNAIRE (cont'd) Bid #ENG-21-22-M3035 Aquatic Center Pool Deck Concrete Repairs and Replaster — Phase II and III, Project M3035 City Project No. M3035 City of Santa Clarita, California 4. Name of person holding CONTRACTOR'S license: California Commercial Pools. Inc. License number: 415172 Class: B & C53 Expiration Date: 11/30/2023 D.I.R. Registration # 1000001406 5. CONTRACTOR's Representative: Brett Smith Title: Vice President Alternate: Jason Jackson Title: Vice President 6. List the major construction projects your organization has in progress as of this date: A. Owner: Perris Union High School District (Paloma Valley High School) Project Location: 31375 Bradley Road, Menifee CA 92584 Type of Project: 33M outdoor pool, plaster, tile, equipment, mechanical room B. Owner: Perris Union High School District (Heritage High School) Project Location: 2600 Briggs Road, Menifee CA 92585 Type of Project: 33M outdoor pool, plaster, tile, equipment, mechanical room C. Owner: Santa Rosa JR College Project Location: 1501 Menidocino Ave, Santa Rosa CA 95401 Type of Project: _ 50M Pool, Bulkhead, Plaster, Tile, equipment, mechanical room, timing system. DocuSign Envelope ID: 5746AA84-55OF-4DDB-9D35-7C38ECOOE6B3 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #ENG-21-22-M3035 Aquatic Center Pool Deck Concrete Repairs and Replaster — Phase II and III, Project M3035 City Project No. M3035 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. California Commercial Pools, Inc. 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: 5746AA84-550E-4DDB-9D35-7C38ECOO E6B3 DESIGNATION OF SUBCONTRACTORS Bid # ENG-21-22-M3035 Aquatic Center Pool Deck Concrete Repairs and Replaster — Phase II and III, Project M3035 City Project No. M3035 City of Santa Clarito, California Listed below are then a mes 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) ofthe 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 Rebel Industries, Inc. 1000001809 $222,000.00 Location and Place of Business 17053 Campo Drive, Parker CO 80134 Bid Schedule Item No's: Description of Work 16 Pool Tile License No. Exp. Date: / / Phone( ) 807357 04/30/2024 626-825-0811 Subcontractor DIR Registration No.* Dollar Value of Work Aqua Construction, Inc. 1000002113 $433,400.00 Location and Place of Business 449 W Foothill Blvd, Ste 272, Glendora CA 91741 Bid Schedule Item No's: Description of Work 15 Pool Plaster License No. Exp. Date: / / Phone( ) 992227 04/30/2024 626-335-9407 Subcontractor DIR Registration No.* Dollar Value of Work Freedom Concrete Cutting, Inc. 1000364975 $128,700.00 Location and Place of Business P.O. Box 869, Riverside, CA 92502 Bid Schedule Item No's: Description of Work 3 Demo License No. Exp. Date: / / Phone( ) 1052097 04/30/2023 951-455-3809 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 ofthis 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 ofthe Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 ofthe 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: 5746AA84-550E-4DDB-9D35-7C38ECOOE6B3 REFERENCES Bid #ENG-21-22-M3035 Aquatic Center Pool Deck Concrete Repairs and Replaster — Phase II and III, Project M3035 City Project No. M3035 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, Anaheim Union High School District, Arturo Lavenant Jr. - 501 Crescent Way, Anaheim Ca.(Cypress & Loara High Schools) Name and Address of Owner / Agency Arturo Lavenant Jr. 1 714-999-5678 1 lavenant—a@auhsd.us Name and Telephone Number of Person Familiar with Project $2,284,000.00 Renovation of Pool, equip, tile, plaster and pool deck 05/2020 Contract Amount Type of Work Date Completed 2 San Jose Unified School District, John Perrine - Multiple Schools, San Jose Ca. (San Jose Pool Modernizations) Name and Address of Owner / Agency John Perrine 1 408-717-6200 or 408-717-2959 1 jperrine@sjusd.org Name and Telephone Number of Person Familiar with Project $5,736,810.00 Replaster, new tile, equip, timing system, new main drains 12/2020 Contract Amount Type of Work Date Completed 3 Desert Sands Unified School District, Jose Quintana - 47-950 Dune Palms Road, La Quinta, CA 92253 (La Quinta HS Deck / Plaster) Name and Address of Owner / Agency Jose Quintana 1 760-777-4200 1 ioseguintana(a)deserfsands.us Name and Telephone Number of Person Familiar with Project $1,048,000 00 Retile, Replaster pool and replaced pool deck 08/2019 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: Arch Insurance Company, 3390 University Ave, Ste 300, Riverside CA 92501 Kenneth Coate 951-788-8581 DocuSign Envelope ID: 5746AA84-55OF-4DDB-9D35-7C38ECOOE6B3 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49 CODE OF FEDERAL REGULATIONS PART 29 Bid #ENG-21-22-M3035 Aquatic Center Pool Deck Concrete Repairs and Replaster — Phase II and III, Project M3035 City Project No. M3035 City of Santa Clarita, California The bidder under penalty of perjury, certified that except as noted below, he/she or any person associated therewith in the capacity of owner, partner, director, office manager: is not currently under suspension, debarment, voluntary exclusion or determination of ineligibility by any federal AGENCY; has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal AGENCY within past three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 10 years. If there are any exceptions to this certification, insert the exceptions in the following space. N/A Exceptions will not necessarily result in denial of award but will be considered in determining bidders' responsibility. For any exception noted above, indicate below to whom it applies, initialing AGENCY, and dates of action. N/A The Contractor further certifies that it shall not knowingly enter into any transaction with any subcontractor, material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from covered transactions by any federal or state department/agency. NOTE: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certifi,ation. Bidder: Signatu �• CPT'..M C' , .. / Title Brett Smith, Vice President'�{� r � U-.. 1980 sJ '••.QR r3 DocuSign Envelope ID: 5746AA84-55OF-4DDB-9D35-7C38ECOOE6B3 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-21-22-M3035 Aquatic Center Pool Deck Concrete Repairs and Replaster — Phase 11 and III, Project M3035 City Project No. M3035 City of Santa Clarita, California This bidder California Commercial Pools, proposed subcontractor N/A . 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 11246, 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. ,otoolos+.,. ,010 Company: California Corn mercia c.- 4 :-�G�•Q 90Tz9� .: By: SEAS Title: Brett Smith, Vice President �', ! gL1�9880��` Date: 5/16/2022 '•, ■■' 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: 5746AA84-55OF-4DDB-9D35-7C38ECOOE6B3 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-21-22-M3035 Aquatic Center Pool Deck Concrete Repairs and Replaster — Phase II and III, Project M3035 City Project No. M3035 City of Santa Clarita, California This bidder Cahfar!,O C rnme,c:a1 Pc,,,:5, I .F. , proposed subcontractor Rebel Industries, Inc. hereby certifies that it has has not x** participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has has not x 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: Rebel Industries, Inc. r Title: Mark Frandsen, President Date: 05/16/2022 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. **Rebel Industries has less than 100 employees and is not required to complete/submit this form. DocuSign Envelope ID: 5746AA84-55OF-4DDB-9D35-7C38ECOOE6B3 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-21-22-M3035 Aquatic Center Pool Deck Concrete Repairs and Replaster— Phase II and III, Project M3035 City Project No. M3035 City of Santa Clarita, California This bidder California Commercial Pools, Inc. proposed subcontractor Freedom Concrete Cutting, Inc. , hereby certifies that it has , has not X participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has has not X 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: Freedom Concrete Cutting, Inc. By: x Title: Date: -5/ 0 % I nc�iD�o� 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: 5746AA84-55OF-4DDB-9D35-7C38ECOOE683 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION Bid #ENG-21-22-M3035 Aquatic Center Pool Deck Concrete Repairs and Replaster — Phase II and III, Project M3035 City Project No. M3035 City of Santa Clarita, California This bidder California Commercial Pools, Inc. , proposed subcontractor Aqua Construction, Inc. _, hereby certifies that it has , has not x participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925.11114, or 11246, and that it has has not x 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: Aqu Constructio c, By: Title: van Fortin, Presilnt Date: 05/17/2022 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: 5746AA84-55OF-4DDB-9D35-7C38ECOOE6B3 IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code Sections 2200 et seq.) Bid #ENG-21-22-M3035 Aquatic Center Pool Deck Concrete Repairs and Replaster — Phase II and III, Project M3035 City Project No. M3035 City of Santa Clarita, 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: ® Proposer is not: (i) 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 I, 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 of the State of California. Contractor _California Commercial Pools, Inc. Firm 5/16/2022 Date Brett Smith, Vice 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. 1j11,11/1/j� END OF DOCUMENT DocuSign Envelope ID: 3AC118AF-06D4-45F0-B2B4-E2E1BED4F3F3 Addendum No.1 April 14, 2022 Addendum No.1 Bid #ENG-21-22-M3035 Aquatic Center Pool Deck Concrete Repairs and Replaster — Phase II and III, Project M3035 City Project No. M3035 City of Santa Clarita, California This addendum must be acknowledged via Bid Net and should be included with the bid response. The purpose of this addendum is to address the following for this Bid: I. BID SCHEDULE Please see the attached Bid Schedule. The Bid Schedule must be filled out and submitted with the bid response. wgy,r. 0�'7 va*bv, ❑anion .� City Engineer END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. ContOt I V or'sve�PrVesen'tative Brett Smith, Vice President California Commercial Pools, Inc. Company Name ia��►� 5/16/2022 • Date A a SE r- BID # ENG-21-22-M3035 DocuSign Envelope ID: 5BA571E6-3082-4FD1-BFB1-7C3B8AA91845 Addendum No. 2 May 6, 2022 Addendum No. 2 BID # ENG-21-22-M3035 City Project No. M3035 Aquatic Center Pool Deck Concrete Repairs and Replaster — Phase II and III City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. PRE -BID MEETING There was a non -mandatory, pre -bid meeting on May 3, 2022 beginning at 10:00 AM. The meeting was located at Santa Clarita Aquatic Center, 20850 Centre Pointe Parkway, Santa Clarita, CA 91350. Attending~ Staff: • Peter Henne —Administrator, Public Works • Danielle Marquez — Buyer, Administrative Services • Taryn Flatt—Supervisor, Recreation and Community Services • Stewart Williams — General Maintenance Specialist, Neighborhood Services • Pete McJunkin —Recreation and Community Services Coordinator, Recreation and Community Services • Vincent Tsai —Aquatics Specialist, Recreation Community Services • Juan Martinez —Supervisor, Neighborhood Services • Cassidy Skelton — Parks Administrator, Neighborhood Services Attending Vendors: • Leanne Harvey, California Waters The following questions were asked and answered. Q1) Will the permitting be completed? Al) Yes. Currently the design consultant, Aquatic Design Group [ADG] submitted the plans to County of Los Angeles Public Health, Environmental Health, Recreational Waters Program Plan Check Counter for their review and approval, ahead of the bidding, award, and contract processes of hiring a construction company, so the plans are ready for the contractor to pick-up in person prior to the Pre -construction meeting. Q2) Is everything on the deck protect in place? A2) Many items currently on the 25-meter and 50-meter pool decks are portable, and will be relocated prior to August 8 (50-meter pool) and August 22 (25-meter pool). There are items directly adjacent to, or adjacent to the 'haul route / path of construction travel' requiring protection and care as 'existing facility improvements'. BID # ENG-21-22-M3035 DocuSign Envelope ID: 5BA571E6-3082-4FD1-BFB1-7C3B8AA91845 } Addendum No. 2 :} May 6, 2022 Q3) Are the diving boards protect in place as well? A3) Yes, protect -in -place. Q4) Where's the access to the 50-meter pool (competition pool)? A4) The access to the 50-meter pool deck, as well as the 25-meter pool deck will be through a large swinging gate, accessible from the EAST parking lot, adjacent to the Pump Building. The following was reviewed: • Project scope of work • Bidding Guidelines II. UPDATED BID SCHEDULE Please see the attached updated Bid Schedule. This form must be filled out and submitted with the bid response. The General Provisions, Section 7-1, page 88 has also been updated to reflect the removal of line item #11. Please see the attached updated section of the General Provisions. Attachments: • Pre -bid Sign -In Sheet • Pre -bid Meeting Notes • Updated Bid Schedule • Updated General Provisions, Section 7-1, page 88 FIAlamm by: Nriw►N& I,c A) Damon Letz City Engineer as 5P END OF ADDENDUM os Ds This addendum mus cknowledged via BidNet and should be included with the response. ` 5/ 16/2022 Contract s Re of a Date Brett Smi h, Vice President California Commercial Pools, Inc. Company Name a•Gommrr • r ��. rORpp ;0 4: O r�80 • n � rr'Irr, I,��a*aaa BID # ENG-21-22-M3035 DocuSign Envelope ID: 5746AA84-55OF-4DDB-9D35-7C38ECOOE6B3 PROPOSAL GUARANTEE BID BOND Bid #ENG-21-22-M3035 Aquatic Center Pool Deck Concrete Repairs and Replaster — Phase II and III, Project M3035 City Project No. M3035 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that California Commercial Pools, Inc. , as BIDDER, and Endurance Assurance Corporation _as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of (1) dollars ($-------------- ), 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. (1) not to exceed ten percent (10%) of the total bid amount 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 13th Day of _ May 2022. CONTRACTOR: bye.4- 5vv4y, M u Pee;,Git*, . - By: 1 l g r�,_�_ ti9+++viistrv,y Name and Title of Signatory Si natur California Commercial Pools, Inc. ;_� Q~; -• GPo.-�� Legal Name of Bidder*� °; SEAL ` �'o = = 2255 E. Auto Centre Drive: Glendora, CA 91740 ' Bidder Address 909-394-1280 �� —3 �h 21o�j3 r+����'�ao�+.++►+�:+�`'�. Telephone Number Federal Tax I.D. No. SURETY*: Endurance Assurance Corporation By:� Name signature Renae N. Balderas, 615-553-9412 dpopescu@sompo-intl.com Attorney in Fact Phone Number and Email 725 South Figueroa Street, Suite 2100, Los Angeles, CA 90017 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 prior to submittal. SOMPO INTERNATIONAL INSURANCE POWER OF ATTORNEY 4252 KNOW ALL BY THESE PRESENTS, that Endurance Assurance Corporation, a Delaware corporation, Endurance American Insurance Company, a Delaware corporation, Lexon Insurance Company, a Texas corporation, and/or Bond Safeguard Insurance Company, a South Dakota corporation, each, a "Company" and collectively, "Sompo International," do hereby constitute and appoint: Julia B. Bales, Kenneth A. Coate, Renae N. Balderas, Stephanie D. Fisher as true and lawful Attorney(s)-In-Fact to make, execute, seal, and dellver for, and on its behalf as surety or co -surety; bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, executed and delivered shall obligate the Company for any portion of the penal sum thereof in excess of the sum of ONE HUNDRED MILLION Dollars ($100,000,000.00). Such bonds and undertakings for said purposes, when duly executed by said attorney(s)-in-fact, shall be binding upon the Company as fully and to the same extent as if signed by the President of the Company under its corporate seal attested by its Corporate Secretary. This appointment is made under and by authority of certain resolutions adopted by the sole shareholder of each Company by unanimous written consent effective the 15€h day of June, 2019, a copy of which appears below under the heading entitled "Certificate". This Power of Attorney is signed and sealed by facsimile under and by authority of the following resolution adopted by the sole shareholder of each Company by unanimous written consent effective the 151h day of June, 2019 and said resolution has not since been revoked, amended or repealed: RESOLVED, that the signature of an individual named above and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature or seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. June, 2019. IN WITNESS WHEREOF, each Company has caused this instrument to be signed by the following officers, and its corporate seal to be affixed this 15'h day of Endurance Assurance Corporatlo 4XZ Endurance American Lexon Insurance Company Bond Safeguard ra c p In ura erCpa4, By: � By:!r r 'ltp•0 By: -C _'r,.;� r By: fi . Richard Appel e�lfit�-&„ enlor Counsel Richard Appe�,S1H7,. 4onior Counsel Ric and Appel; S Seni ou seI Ric and Appei�V#�•�. enla SUrar1c� ,, 4`04,CaIl i+is�r 4,ry +r�pAHCP a INSU.A��y�, g �DELt'Ofr�� Y C,pRT,�tpFF A �s x SFAT, tl s m SL' M = (P CZ SOUTH �p _ . �' € �' T S E A L DAKOTA O -0 2002 �'; smt 1996 a; =p INSURANCE ' icy, DELAWARE; ao r ry •, DELAWARE,'a. - n tl COMPANY r�4N�Nr1811fHN"�a �'`"�a,n„Mu �,d' ACKNOWLEDGEMENT T� OF t �kh •••"-"•• �`'� NM+nia....,nM4' On this 151h day of June, 2019, before me, personally came the above signatories known to me, who being duly sworn, did depose and say that he/t�i8�finjcer of each of the Companies; and that he executed said instrument on behalf of each Company by authority of his 4,ya der th by ws of each Campan ;` .• •-• ,� r' au+e OF By: i Aor, No Public My Commissign Epir s 513f23t� CERTIFICATE q�,����,���,'v�, I, the undersigned Officer of each Company, DO HEREBY CERTIFY that: 1. That the original power of attorney of which the foregoing is a copy was duly executed on behalf of each Company and has not since been revoked, amended or modified; that the undersigned has compared the foregoing copy thereof with the original power of attorney, and that the same is a true and correct copy of the original power of attorney and of the whole thereof; 2. The following are resolutions which were adopted by the sole shareholder of each Company by unanimous written consent effective June 15, 2019 and said resolutions have not since been revoked, amended or modified: "RESOLVED, that each of the individuals named below is authorized to make, execute, seal and deliver for and on behalf of the Company any and all bonds, undertakings or obligations in surety or co -surety with others: RICHARD M. APPEL, BRIAN J. BEGGS, CHRISTOPHER DONELAN, SHARON L. SIMS, CHRISTOPHER L. SPARRO, MARIANNE L. WILBERT ; and be it further RESOLVED, that each of the individuals named above is authorized to appoint attorneys -in -fact for the purpose of making, executing, sealing and delivering bonds, undertakings or obligations in surety or co -surely for and on behalf of the Company." 3. The undersigned further certifies that the above resolutions are true and correct copies of the resolutions as so recorded and of the whole thereof. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this 13th day of Me 20 22 By: Dame S. ne, a retary NOTICE: U. S. TREAStJRY DEP TMENT'S OFFICE OF FOREIGN ASSETS CONTROL OFAC No coverage is provided by this Notice nor can it be construed to replace any provisions of any surety bond or other surety coverage provided. This Notice provides information concerning possible impact on your surety coverage due to directives issued by OFAC. Please read this Notice carefully. The Office of Foreign Assets Control (OFAC) administers and enforces sanctions policy, based on Presidential declarations of "national emergency". OFAC has identified and listed numerous foreign agents, front organizations, terrorists, terrorist organizations, and narcotics traffickers as "Specially Designated Nationals and Blocked Persons'. This list can be located on the United States Treasury's website — h_ltps;llwww lrgagurv.aovlresource-centerlsanctgI;C]N- List. In accordance with OFAC regulations, if it is determined that you or any other person or entity claiming the benefits of any coverage has violated U.S. sanctions law or is a Specially Designated National and Blocked Person, as identified by OFAC, any coverage will be considered a blocked orfrozen contractand all provisions of any coverage provided are immediately subject to OFAC. When a surety bond or other form of surety coverage is considered to be such a blocked or frozen contract, no payments nor premium refunds may be made without authorization from OFAC. Other limitations on the premiums and payments may also apply. Any reproductions are void. Surety Claims Submission: LexonCipiMAdmlnistratfon@BoMpo-intf corn Telephone: 615-553-9500 Mailing Address: Sompo International; 12890 Lebanon Road; Mount Juliet, TN 37122-2870 CALIFORNIA ACKNOWLEDGMENT CIVIL CODE'S 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 Riverside On MAY 13 2022 before me, _ Date personally appeared Karina J.Cotton, Notary Public Here Insert Name and Title of the Officer Renae N. Balderas Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are-subscribed to the within instrument and acknowledged to me that-he/she/they-executed the same in-hWher/ttretr authorized capacity(ies), and that byW/her/tWr signature() on the instrument the person(s}, or the entity upon behalf of which the person(s) acted, executed the instrument. KARINA J. COTTON COMM. #2257741 NOTARY PUBLIC - CALIFORNIA F; RIVERSIDE COUNTY My Comm Expires Sept,10, 2022 ��•c�c '.� -a�c�. Pvrae acsc se a�3a xra Place Notary Seal and/or Stamp Above 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 _ _--1-46 Signature of Notary Public - OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document:._ Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer - Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: _ Signer is Representing: Numberof Pages: Signer's Name: _ ❑ Corporate Officer - Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: J 02019 National Notary Association No. 5082-3 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Amended Certificate of Authority THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State of California, Endurance Assurance Corporation of Delaware; organized under the laws of Delaware, .subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Cert f cafe, the following classes of insurance: Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machineryi Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, Aircraft, and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF; effective as of the 23rd day of August 2016, I have hereunto set my hand and caused my official seal to be affixed this 23r1 day ofAugust, 2016 Dave Jones Insurance Commissioner By Carol Frair for Joel Laucher Chief Depuly NOTICE: Qualification with the Secretary of 5tato must be hcwmr lishcd: as required by the California Corporations Code promptly after issuances of ibis Certificate of,A,uthod y. Failure to do so will he a violation of Insurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL •. 1,:ai.M.�2 ier/x, ,s�o;3.: :. iti;. �t -�: =:arc. -s.:. sit. 9:s. -ni Jh4. ;r; .•h,.. ..y e! ;.. tit. ;..,1 .A .a a.:s�r.:ir, Q.R . �.. A\i st 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 May 16, 2022 before me, H. Palumbo, Notary Public Date Here Insert Name and Title of the Officer personally appeared Brett Smith Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the pefsonm whose name(s) @�aw subscribed to the within instrument and acknowledged to me that tie `she/tlety executed the same in War/their authorized capacity(heg), and that by i hw/their signature(s) on the instrument the personN, or the entity upon behalf of which the person(s) acted, executed the instrument. H. PALUMBO g Comm. # 2299043 ++n� NOTARY PUBM -CALIFORNIA UI LOS AWIES GDLAM Mr Comm. Exp. JULY 27, 2U23� Place Notary Seal Above 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 i nature �&Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Brett Smith ® Corporate Officer — Title(s): Vice PPPPP-esident ❑ Partner — ❑ Limited ❑ General ❑ 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 Representing: 02014 National Notary Association • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 DocuSign Envelope ID: 5746AA84-55OF-4DDB-9D35-7C38ECOOE6B3 NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #ENG-21-22-M3035 Aquatic Center Pool Deck Concrete Repairs and Replaster — Phase II and III, Project M3035 City Project No. M3035 City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. DocuSign Envelope ID: 5746AA84-550E-4DDB-9D35-7C38ECOOE6B3 NON -COLLUSION AFFIDAVIT Bid #ENG-21-22-M3035 Aquatic Center Pool Deck Concrete Repairs and Replaster — Phase II and III, Project M3035 City Project No. M3035 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA j y§ COUNTY OF LOS ANGELES Brett Smith being first duly sworn deposes and says that he/she is the Vice President (sole owner, a partner, president, etc.) of CalifQmia Commercial Pools 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 his general business. Bidder: Wu Signat Title Brett Smith, Vice President ttl�l�elrl�� .•���� GG M1yF'''.• This document must be notarized prior to submittal. GORPo�' 0,' y 7g r a C . �+ e'•r•r��* � � 11111t�ttt'�. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On Mav 16. 2022 before me, H. Palumbo, Notary Public Date Here Insert Name and Title of the Officer personally appeared Brett Smith Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(!S) @/m subscribed to the within instrument and acknowledged to me that &shefthey executed the same in IlWkter/their authorized capacity(tl . and that byc�i 'helf/their signature(s) on the instrument the person(5), or the entity upon behalf of which the person(s) acted, executed the instrument. ..� H. PALUMBO COMM.# 2299043 f�pp Y1 NOTARY PUBLIGCALIFORNIA Vl LOS PUBLIC; COUNTY Cvavw�° MY COMM Exa. JULY 27, 2023 PA Place Notary Seal Above 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 AUIg7o:fNotary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: _Nor, -Collusion Affidavit Document Date; Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Brett Smith- ---® Corporate Officer — Title(s): liac ❑ Partner — ❑ Limited ❑ General ❑ 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 Representing: ©2014 National Notary Association • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907