Loading...
HomeMy WebLinkAbout2022-06-28 - AGENDA REPORTS - TMF EQUIP UPGRADES PHASES I III PROJ M1033Agenda Item: 14 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: DATE: June 28, 2022 SUBJECT: 2020-21 TRANSIT MAINTENANCE FACILITY EQUIPMENT UPGRADES - PHASES I AND III, PROJECT M1033 - APPROVE PLANS AND SPECIFICATIONS AND AWARD CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Approve plans and specifications for the 2020-21 Transit Maintenance Facility Equipment Upgrades — Phases I and 111, Project M1033. 2. Award a construction contract to Pardess Air, Inc., in the amount of $518,000 and authorize a contingency in the amount of $51,800, for a total contract amount not to exceed $569,800. 3. Appropriate one-time funds in the amount of $30,000 from the Transit Fund (Fund 700) to expenditure account M1033700-516101 and increase Transit Miscellaneous Federal Grants revenue account 700.442409 by $30,000. 4. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The 2020-21 Transit Maintenance Facility Equipment Upgrades project will provide for the repair and replacement of various equipment at the Transit Maintenance Facility (TMF). This project supports the Sustaining Public Infrastructure theme of the City of Santa Clarita's (City) five-year strategic plan, Santa Clarita 2025. Upgrades and replacements for this project include the cooling tower, site -wide exterior lighting, base -mounted HVAC equipment replacement, plumbing repairs, emergency generator repairs, Page 1 Packet Pg. 152 gas leak detection system upgrades, and additional surveillance cameras. The project locations are shown on the attached location map. The project was divided into seven phases, three (II, IV, and V) of which have already been completed. Phase I will replace the cooling tower and Phase III will replace the I VAC equipment, including a large heat pump. This equipment has been in use for more than 15 years and is past its useful life. The cooling tower is an essential component of the air conditioning supplied to the administration building. An Invitation to Bid was prepared and published twice in The Signal newspaper, on April 12 and 19, 2022, and was posted to BidNet on April 13, 2022. A total of four bids were submitted to the City and opened by Purchasing on May 19, 2022. The results of the bids are shown below: Company Location Total Bid Pardess Air, Inc. Los Angeles, CA $518,000 AC Pros, Inc. Tarzana, CA $598,280 Johnson Controls, Inc. Cypress CA $673,939 Summer Systems Valencia, CA $689,573 Staff recommends awarding the contract to Pardess Air, Inc., the lowest responsible bidder. The contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. Staff reviewed the bid response for accuracy and conformance to the contract documents and found it to be complete. While the 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 lowest base bid amount for this project is higher than the engineer's estimate, as a result of significant increases in cost for equipment and labor. The requested budget appropriation of $30,000 will provide the funds needed to address the project budget shortfall. The requested contingency will cover any unforeseen issues or additional needs that may occur during the construction process. 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 M1033700-516101(Transit Fund) to support the recommended contract. Page 2 Packet Pg. 153 ATTACHMENTS Location Map Bid Proposal for Pardess Air, Inc. (available in the City Clerk's Reading File) Page 3 Packet Pg. 154 4 I s «; TMF a Administration ' Building a4r � ■ ■ a +r d It . i rTA ;p ig Tower. �*��;.*�=• _ r14.a # + SAN'1A CLARITA 2020-21 Transit Maintenance Facility Equipment Upgrades Phases I and III +_ Project No. M1033 Parcels [ A/ta The C ty of Santa C1,nt, does not --ant e 0 20 40 80 ability for any—mor ssiomesm s Date created: Maya, 2022 Feet Path: Q WRQIECTS\P\ M503a1Proj-M1033-2020-21Project M1033-2020-21 spn, —__�— Cu _ C O --_--_ Cu Area Mappec U J C N 1 E t V cC +r a Packet Pg. 155 D7� PROPOSAL FORM Bid #TMF-21-22-M1033 2020-21 Transit Maintenance Facility Equipment Upgrades - Phases I and III, Project M1033 City Project No. M1033 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: Pot1�s_5 AI r, fo C; - Company Address: I / 61 kelloo (AVe " Phone: 7 —jL,2-9 Email: �! h� Yt G7,/�E�S Qir By: )j ozol q ►�_ ihcap Print Name Title:�i Signature: Date: 2-G G2- —.. V,— vrv1�-r��-c,c,��-•ri U1--nfuL)-3 UT4l.00rLIC BID SCHEDULE Bid #TMF-21-22-M1033 2020-21 Transit Maintenance Facility Equipment Upgrades - Phases I and III, Project M1033 City Project No. M1033 City of Santa Clarita, California This form is for reference ONLY. Line item pricing must be entered on BidNet. In the event any mathematical discrepancies are found, please refer to Section B, Bid Instructions. 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 Bid Schedule constant throughout the duration of the project up to the last contract working day. ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE TOTAL 1 Mobilization, Bonds &Insurance 1 LS $ ygrapn $ sco. 2 Temporary Cooling —113 TON (minimum) Capacity 1 LS $ 3G v av $ 3a Qo�. Demolition of All Existing Equipment inside Building M, 3 and Heat Pump 11 in Building A 1 LS $36 ©6c l $ 3,v pa4 / 4 Concrete Equipment Pads for All New Equipment 1 LS $ 9/GG $ °JJd p S Set & Anchor All New Equipment onto Equipment Pads 1 LS $ 308�3aa $3. pa, Piping Runs for All New Equipment to point-of- 6 connection 1 L5 $ $,Q ovv $ F'd rood _— Electrical Conduits and Cabling required to power All y New Equipment 1 LS $ 2 5; aco $ 2— S 4 o b $ Commissioning 1 LS -4 — 9 Staff Training Session(s) 1 LS $ 3 > $ 0 019. TOTAL BASE BID AMOUNT: $ 5 « (J00_ i TOTALBfISE BID AMOUNT IN WORDS:. )Jsu»�� �) A 76ul)SAnd _. fan Llocuz)ign LnvelUpe lu. rk mtA0'FDC-z/vi-+i ur-n,uu-u�ui Y ui cep... NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #TMF-21-22-M1033 2020-21 Transit Maintenance Facility Equipment Upgrades - Phases I and III, Project M1033 City Project No. M1033 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 execL'ted, 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 Docu5lgn Envelope lu: 1-UAAb4t5t-«ur-4rur-AtL,(5-or:ur4l LorL! r- 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, with thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said out 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., UocuE iign Envelope lu: r�HHb4tSt-LLU/-41Ur-Arl,a-�Cur4t,carc�� Workers 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.prpject. 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 Coveraee Insurance (Services involving real propertv 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. UOCU6l9n tznvelOpe IU: h'l:HHb413t-LLU/-4/Ur^Hfl.a-JCUr4[.,car�rc Pollution Liability -and/or Asbestos Pollution Liability 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 f$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. uocubign tnveiope w: r�r�r�e4est-«ur 4rur-yr�n S�ur�+�car�r� 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: ZO2 2 Printed Name: D ►� Aaye DOCUSign Envelope IL;: BIDDER'S UESTIONNAIRE Bid #TMF-21-22-M1033 2020-21 Transit Maintenance Facility Equipment Upgrades - Phases I and III, Project M1033 City Project No. M1033 City of Santa Clarita, California a/914 5 IhV fn C— Telephone: J1 O r � 77 "36 � [] 1. Submitted by: [ Principal Office Address: I -T o 2. Type of Firm: ❑ C Corporation IV 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: �J Date of Incorporation: State of Incorporation: L a �E E �V1 IL President's Name: Vice -President's Name: Secretary or Clerk's Narr Treasurer's Name: Zel Y-0 F� Sck-Ve- 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. DocuSign Envelope ID: FCAA64F3t-11Ur 4rur-ytt a-stur�tt �ar��� BIDDER'S QUESTIONNAIRE icont'd Bid #TMF-21-22-M1033 2020-21 Transit Maintenance Facility Equipment Upgrades - Phases I and III, Project M1033 City Project No. M1033 City of Santa Clarita, California 4. Name of person holding CONTRACTOR's license: _ �] v/ -St Olt e- License number: p�Class: G2'OExpiration Date: © 31 '� D.I.R. Registration # 5, CONTRACTOR's Repre` e tativ�: --Et Title.•vl�—A2✓t"`�J- Alternate: a 2 Title:_,��e�su/ �CLye— 6. List the major construction projects your organization has in progress as of this date: 1 Oa a s itProject Location: v Type of Project: R B. Owner: Project Location: Type of Project: C. Owner: Project Location: Type of Project: 0 DOcuSign Envelope ID: F-UAAb4L3t-2Zur-4rur-tart o-.7Gur t%l� L ct � CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #TMF-21-22-M1033 2020-21 Transit Maintenance Facility Equipment Upgrades - Phases I and III, Project M1033 City Project No. M1033 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. Y7 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). DESIGNATION OF SUBCONTRACTORS Bid # TMF-21-22-M1033 2020-21 Transit Maintenance Facility Equipment Upgrades - Phases I and III, Project M1033 City Project No. M1033 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: DBE status, age of firm and annual gross receipts are required if sub -contractor is participating as a DBE. if no Subcontractors will be used fill out the form with NA. Add adds. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work Z�E_ S s C-0 Baca J d a ry-1 2 5�- Age of firm: DBE: Yes Nq Annual Gross Receipts: Certifying Agency: Location and Place of Business -v66 g F�oi6c��v�P�ss��i��,n r i Bid Schedule Item No's: Description of Work / L_ E C7A1 CAL_ �i� atl /tee /fir m License No. I Exp. Date: / / 3/31 /�Z3 Phone ( ) 4 z 6- _r t- Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: DBE: Yes < o Annual Grass Receipts: Certifying Agency: Location and Place of Business jfc/,,,IAfav,plknc/ =4 qr s 6 Bid Schedule Item No's: Description of Work _rZ S / License No. Exp. Date: / / Phone ( ) �f3f_ury 46'7SZ S 31/Zoz3�- Subcowactor ClG DIR Registration No_* '�171'3 Dollar Value of Work Age of firm: DBE: Yes No Annual Gross Receipts: Certifying Agency: Location and Place of Business j 1 !✓r7 �— /qr� Bid Schedule Item No's: Description of Work )P1 1 License No. %a©l6SS Exp. Date: / / Phone ( ) 3/31�z 3 3io_ Z`i�3 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 Pub€ic Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7D29.1 of the Business and Professions Code or by 5ection 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. uocusign tnveiope iu: ru>ir+a�rs�-�tu r-4r ur-„r c o-or=ur4t corer DESIGNATION OF SUBCONTRACTORS Bid ## TMF-21-22-M1033 2020-21 Transit Maintenance Facility Equipment Upgrades - Phases I and III, Project M1033 City Project No. M1033 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 Y: of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm and annual gross receipts are required if sub -contractor is participating as a DBE. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor Hoy C�n�Ii DIR Registration No.* ro0'�l-`fi`t Dollar Value of Work 77a a Age of firm: , ew r'S. DBE: vo No Certifying Agency: !'� ri-g p Annual Gross Receipts: Location and Place of Business 109t:�_ Co aC(Cn A -(/If f Try/10Woa7 A4,1 A -9a3© Bid Sche ule Item No's: 1, Description of Work CZ C reJe— License No. l C / &-2_3 5 Exp. Date: / / Phone ( ) 3z3- Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: DBE: Yes No Certifying Agency: Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone ( ) Subcontractor DIR Registration No.* Dollar Value of Work Age of firm: DBE: Yes No Certifying Agency: Annual Gross Receipts: Location and Place of Business Bid Schedule Item No's: Description of Work License No. Exp. Date: / / Phone { ) 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 otthe Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualifiedi to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. oercochid-ce Bic! #TMF-21-22-M1033 2020-21 Transit Maintenance Facility Equipment Upgrades - Phases I and III, Project M1033 City Project No. M1033 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: ] ,,,, ff1� /� 1. �QII} ✓+�aa- ,j�dlr � F",J y Jechsi lc- U %)14Yes1 ro 3. Name and Address of Owner/ Ajency�A Je- , pow Kp,?ar 64 ` 176X Name and felephone Number of Person Familiar with Project Contract Amount 1' Type of Work 1 Name And Address of Owner / Agency Name and Telephone Number f Person Familiar with Project Contract Amount .4c_k,6( Type of Work 63 31 2m2--o Date Comoleted 1113olzo [I !1 30 Date Completed t]Gl���l �'iovlt �'. 'I- l�i ►J' i�( ��11 'H`P�- � (.-}tCJb 1' � 15 J ��i`�� Name and Address of Owner/Agency A2-9 6A VANAk,(( C� V1,11s Name and Telephone Number of Person Familiar with Project 3� 1 oS u �►� W �� 30 2,2, Contract Amount Type of Work Date Co pleted The following are the names, addresses, and teleph bidder intends to procure insurance bonds: at 1 it'll "1 , _ _ A 15k kaz A-111a 4 4 2-- umbers of all brokers and sureties from whom r1��,1,✓a�� �ea�✓f ��, -fin �- . vv�.vtiiyii �ii�c�vYc ��.s, i 4�r'1VYIJ 1,-'LLV!'Y! VI 'P'1l l.V�.1CVTYliC OI'L! C REFERENCES Bid #TMF-21-22-M1033 2020-21 Transit Maintenance Facility Equipment Upgrades - Phases I and III, Project M1033 City Project No. M1033 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: vo n 'VOL Ati� Fa3aJ coca `III Fo 1 Name dnd Address of Owner / Agency 0 Name and Telephone mber of Person Familiar with Project �9 Contract Amount AW11C Wo Type of Work GIC� lobo VeJnlio �4 Name and Address of Owner / Agency 01 Da a Completed Name and Telephone Number of Person Familiar with Project 0 6 o P-4,t6 LC, ,,IL. f L7,i Contract Amount Type of Work Date Completed Name and Address of Owner / Agency 24-2 #4 S1 MQ,� BCa�-zJ 3)o - A,56 - Name and Telephone Number of Person Familiar with Project 1► 7 7 9, L 40 ycl��'C- wak Contract Amount Type of Work 5�vt NIa�. C0., CA 904W� 3 I ?-0 2,c> :e Completed The following are the names, addresses, and telephone numbers of all brokers and sureties from whom bidder intends to procure insurance bonds: DocuSlgn tnveiope IU: ri.HHl]4tsr.—LLU1-41ur-1`1luo-JLuk-- GOVERNMENT-WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) Instructions for Certification: By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. 1. It will comply and facilitate compliance with U.S. DOT regulations, "Non procurement Suspension and Debarment," 2 CFR part 1200, which adopts and supplements the U.S. Office of Management and Budget (U.S. OMB) "Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," 2 CFR part 180, 2. To the best of its knowledge and belief, that its Principals and Subrecipients at the first tier: Are eligible to participate in covered transactions of any Federal department or agency and are not presently: 4. Debarred, 5. Suspended, 6. Proposed for debarment, 7. Declared ineligible, 8. Voluntarily excluded, or 9. Disqualified, A. Its management has not within a three-year period preceding its latest application or proposal been convicted of or had a civil judgment rendered against any of them for: 1. Commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction, or contract under a public transaction, 2. Violation of any Federal or State antitrust statute, or, 3. Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making any false statement, or receiving stolen property, B. It is not presently indicted for, or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses listed in the preceding subsection 2.b of this Certification, C. It has not had one or more public transactions (Federal, State, or local) terminated for cause or default within a three-year period preceding this Certification, D. If, at a later time, it receives any information that contradicts the statements of subsections 2.a -- 2.d above, it will promptly provide that information to FTA, E. It will treat each lower tier contract or lower tier subcontract under its Project as a covered lower tier contract for purposes of 2 CFR part 1200 and 2 CFR part 180 if it: A. Equals or exceeds $25,000, B. is for audit services, or, C. Requires the consent of a Federal official, and DocuStgn Envelope 1D: FCAA64BE-220(-41UE--AiL o-Jttlr4k corer � • It will require that each covered lower tier contractor and subcontractor: • Comply and facilitate compliance with the Federal requirements of 2 CFR parts 180 and 1200, and • Assure that each lower tier participant in its Project is not presently declared by any Federal department or agency to be: 1. Debarred from participation in its federally funded Project, 2. Suspended from participation in its federally funded Project, 3. Proposed for debarment from participation in its federally funded Project, 4. Declared ineligible to participate in its federally funded Project, 5. Voluntarily excluded from participation in its federally funded Project, or 6. Disqualified from participation in its federally funded Project, and 3. it will provide a written explanation as indicated on a page attached in FTA's TrAMS platform or the Signature Page if it or any of its principals, including any of its first tier Subrecipients or its Third -party Participants at a lower tier, is unable to certify compliance with the preceding statements in this Certification Group. (3) It will provide a written explanation as indicated on a page attached in ETA's TrAMS platform or the Signature Page if it or any of its principals, including any of its first tier Subrecipients or its Third -party Participants at a lower tier, is unable to certify compliance with the preceding statements in this Certification Group. Certification Contractor: Signature of Authorized Official: Date: �(� 2.61 Zn 2-7-- PY" -To C , Name and Title of Contractor's Authorized Official: ��Ol uocutilgn L.nvelope lu: -1 — LETTER OF INTENT AND AFFIRMATION TO PERFORM AS A DBE SUBCONTRACTORISU PPLIERIBROKERITRUCKER IFB NO: R 1 IFB TITLE: Za 2D — ac: zJ ��.� U�,4v� P , �r1 Name of Prime bidder's firm: ALY In Address: _ 7 aC� �►�e�. / City: Stater Zip: Name of DBE firm: Address: City: Telephone State: _ Zip: 22 30 Description of work to be performed by DBE firm: CI—dACiP e ijof� The bidder is committed to utilize the above -named DBE firm for the work described above. The dollar value of this work $od The percentage value of this work (in comparison to the total contract value) % Affirmation The above -named DBE firm affirms that it will perform the portion of the contract for the values as stated above By Ti+�t i��ja ... c i��1� Title Me 1(�o If the bidder does not receive award of the prime contract, any and all representations in this letter of Intent and Affirmation shall be null and void. rant available Califor.-hia: Do�airtment of Geri6ral:SeNict View! Acid Al mitro 5K New . .. 9 . J . 2 1 01 . 8 6/3017022 LQs:AngelesCoUMV Me.trdpolitaoTrap, p'ortatlozqAuthors ty ba[e Alert_ yEew _Add- DBE A n i Wal 6/ 1 gr2dj 8 68012022 Los Aqeles:County MfAro pcilftan Pa�ispbrtatjon Authority _\ftw'[}an. - aL66W SIBE New: 671 ..... ............. ............ ........... . New .......... ......... N16tavailable, sAM—gov SDB New Not available SAM-gov ....... ...... . . . . . . .... . . . . . . . . . . . Wi w Add mate Alert - certifiration.r.enewals; and updates: must be submitted to tfie certification a& . eTicy with Mcim.ycur ronewal is dwe_ Vor.ter r newals,and updates with Los Angeles Cthlilty metroriplitart Tra UTI.8ti6n eL n risportatIbri Authority,: you May PubMit. O.tltiqe- For. al . I . othEf agencies, yoo wilt need to. mitact the certiVrig agency putslije of 015 53isteryi f6.rJn$trLittlons. Started. 51312021 n3ims8 DBUSBE Annual update AfrICIEVit Los Angeles County MP-tfOP0Ran Tan5portation *othqrit�j ir Submitted, 6/30/2021 Tim Fehoko Peceivereceived;7A i.2o2i Started. 619/420 Protes$log:Complett 5426041 bmlsff A�nrlual UPdaie A"dON(tt LosAngFles County Metropolitan Transportation Authority �56brnlzted: Tim.. Fehoko view ReteWed-, 811412-020 WEAK 192-MINEW. 5119122, 1:43 PM Search results - estimating@pardessair.com - Business Computer Center Mail ---------- Forwarded message ---_----- From: Time. Fehoko <tim@fehokoconcrete.com> Date: Thu, May 19, 2022 at 11:52 AM Subject: Re: 2020-21 Transit Maintenance Facility Equipment Upgrades To: HASS G <estimating@pardessair.com> Thank You Tim Fehoko 323-540-9499 Tim@ehokoconcrete.com Lic# 1015235 DBE# 45559 111 https:/Imai 1.google.comimail/u/2/ftearch/TIM Docutigh Envelope ID: FCAA64BE-2207-47OF-A7C8-3EOF4CE8F27E PROPOSAL GUARANTEE BID BOND Bid #TMF-21-22-M1033 2020-21 Transit Maintenance Facility Equipment Upgrades - Phases I and III, Project M1033 City Project No. M1033 City of Santa Clarita, California KNOW ALL PERSONS BY THESE PRESENTS that Pardess Air, Inc- as BIDDER, and Markel Insurance Company as SURETY, are held and firmly bound unto the en percent of City of Santa Clarita, as CITY, in the penal sum of amount bid dollars ($ 10% ), 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 27th Day of April - _ _ 2022. CONTRACTOR: M o 7—A rF,4p-. 9H! ' t Name and Title of Sign tort' Pardess Air, Inc. - Legal Name of Bidder =1769 Kelton Avenue, Los Angeles, CA 90024 Bidder Address 310-477-3628 re Telephone Number Federal Tax I.D. No. �+ SURETY*.Markel Insurance Company :A Name nthia J, Youn , Attey-in-Fa Of 800-431-1270 Eric. Englund@Markei.com W Phone Number and Email 4521 Highwood Pkwy, Glen Allen, VA 23060 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 priorto submittal. CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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 San Bernardino SS. On APR 2 7 2022 before me, _ Rebecca Elizabeth Adcock, Notary Public Name and Title of Officer (e.g., 'Jane Doe, Notary Public") personally appeared Cynthia J. Young Name(s) of Signer(s) ED ' Rebecca Elizabeth Adcock COMMISSION # 2327252 NOTARY PUBLIC . CALIFORNIA n SAN BERNARDINO COUNTY 2 t. MYComm,E �irea: 3 p�dy-2o2A who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature 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. ITNESS my ha and official seal �Pp W(� 5i nature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another 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: D Individual 0 Corporate Officer Title 0 Partner -- O Limited © General 0 Attorney -in -Fact 0 Trustee O Guardian or Conservator Other: Signer is Representing: Number of Pages. Top of thumb here STATE OF CALIFORNIA DEPARTMENT OF.INSURANCE N9 07500 SAN FRANCISCO Amended Certificate of Ath.orty THIS is TO CERTIFY -THAT,, Pursuant to the .Insurance Code of the State ofCalifornitt Markel Insurance Catapany Deerfield, Illinois organized under the laws of Illinois subject to its Articles of Incorporation or otherfundamental organizational documents, is hereby authorized to transact within the State, subject to all pravislons of ttnis Cerii,acate, the following classes of insurance, Fire, Marine, Surety, Disability, Plate Glassy Liability, Workers' -Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, -Automobile, and Miscellaneous 3 as such classes are now or may hereafter be defined in the Insurance, Laws of the State of California. THIS CFRTMCATE 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 tinder authority of the laws of the State of California as Iong a's such lazes or requiremennts are in effect and applicable, and as such laws and requirements now are, or may hereafter bechanged or amended. iN WUNFSS WHEREOF, effectiveas of'the , diy of januar , 2 Q 0.2' ` j have hereunto set my hand and caused)ny ci j3 ial seal to be affixed this 16th aayof ,Jarnuar � 2a02 �f�!/1,11�r�i Tyr s Y.y1r •_ • i , �'1", Qualification with the Seeretary of State must be accomplished as req ' orp , as Code pr pdy* . after issuance of tWa Certificate ofA.ntbority. Fkhre to ao so will be a violdion Pf Insurance Cade Sean I ivM'be grounds for revolting thie Certificate of Authority pursuant to the t onveaaw made in the application therefor an the conditions contained herein. FOAdt'COs osp U0 =94 ppAp 510028 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the taws of the State of Texas and having its principal office in the County of Harris, Texas and Market insurance Company Pe }. a corporation duty organized and existing under the laws of the state of ill(nois, and having its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint: Jay P. Freeman. Cynthia J. Young, Laurie B. Druck, Christina Mouniz, Melissa D. Schwartz Their true and lawful agent(s) and attomey(s)-in-fact, each in their separate capacity if mare than one Is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety or jointly, as co -sureties, and as their act and deed any and all bondsand otherundertakirgt in suretyship provided, however, that the penal sum of any one such Instrument executed hereunder shag not exceed the Burn of: Fifty Million and 001100 Dollars ($50,0011,000,00) This Power of Attorney is granted and is signed and seated under and by the authority of the following Resolutions adopted by the Board of directors of SureTec Insurance Company and Market Insurance Company - 'RESOLVED, That the President, Senior Vice President, Vice President. Assistant Vice President, Secretary, Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority tan be executed by use of facsimile signature, which maybe attested or acknowledged by any officeror attorney, of the company, qualifying the attorney or attorneys named In the given power of attorney, to execute In behalf of, and acknowledge as the act and deed of the Surelfec Insurance Company and Markel insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers an the an day of August . 2= . SureTec insurance Company Ar �� C ey: ?&4ig, President Commonwealrh of Virginia County of Henries SS: .+�1tAWs;iFI Markel Insur ce Company `X r�. r• By r'lf Yam`` SM Arx §e If RAM Russt► Senior Vice President ,fr�•rrrr i i iri+�ss�,, On this eta day of August . 2020 A. D-, before me, a Notary Public of the Commonwealth of Virginia, in and for the County of Herrico, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the indtvidual5 and officers described in, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly swum, disposed and said that they arethe officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument arethe Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adapted by the Board of Directors of so id Companies referred to in the preceding instrument is now in force. 0 s Sr a t 1 r f r raa ,, ihl TESTIMONY WHEREOF, I have hereunto set Intl hand, and affixed m�;F;O6pf Her+rieo, the day and year {first about written. MY COMMISSION n nlUMSER O Donna Donavant, Notary Public 7063968 as +,•.y .• �4C�`� My commission expires 1/31/2023 We, the undersigned Officers of Surerec tnsurance Company and Marke�!'LnU6k ty t�q&rby certify, that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is shill in tuft foots and effect and half-411o(f"aAii!d- IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the 2?th day of April it 2022 SO- ecinsu ce pan B M, Br t 8eaty, Assistant Secrete Markel insurance company By; Word R. Grinnan, Vice Pfe3iden a ry Arty Instrument Issued in excess of the Penalty stated above is tatally void and without anyvakdtty, almsFor verification at the authurny at this Power you may call (11.3)E12•Da00 on any bwtneft day between 9.30AM and SIX PM.tsT. Acknowledgment 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 before me, Faramarz Rabizadeh, Notary Public personally appeared 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 and official seal. Signature ti FARAMARZ RA617ADEH NOTARY PUBLIC - CALIFORNtA COMMISSION # 2269692 LOS ANOELtyS COUNTY 3lt Comm. Exp. November 29. 2022 (Seal) 4 ADD.. ONA€ OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Dtic,or desd iptinn pfattthed docuniedit) �it�e or desex�rtiun :g£a3t;�che� d�ttlnte� umtiaiteil} �utnb of'agi,s _ I�ocu�tent�at z. (ltcftFit�radwt tuCc�tmst'snn) COAPAI fftY GLAD �Y M, SiG Ct El Wilvi"i 13 corporee flloer Q Farmegs Q AEtprn"ey�tn Fat;t Ct Ttxtstee(s) . C . Mier OL 5tatc and'County<an£otzt:at + n Must ber a State and Owuty . whem ti c dacgmat sugruei (a . persona2l}t appealed be#or the tiatatj publtc ht a�k..66 odg=t,. • 6? of t1ota i'Z'a" DA otust"be thc:dato that die gner(s) personally appeared tvhieh . must medaftxhc4Aa uru+leds caxnr]ul, •:..ne notary public, trust ftrirtt kra or.'.har a.a.rhe "as it "opk�ars �iihin his ot. her . caxnrnission foltawed by abomma and then,yokw tilde (ootatypwVic). Pratt Vie:naw (s}.of iioc enf sigrisr(s) who pcdonatly appear af' the tutre of ttntntizaaan:. C�:Fhe car Wt singurlai'_.or pturai Comic byr.crossing off ius5o"zr t fiptnis lice: be. clear and vfiotog s. + brgaat=LQt the;tuotary ptiblic roust rimch U: signattt ,azt. flit with'ibe af£tau al thecuSUfjt} elrxk . Additiaga! xn£ori s ca is=rot wgv6d_bwt cnnid hc�p to urc th easis aclgowlcdgnteut is not mtspsed ar.Attocho to a differ altt 1pcument: FndEcate.tifFeac tyise_:tfettac}��:ddacwdient aane�ar.oiiEQ�zsdzaddaxe. iitxiirate'•si a capacity ciainva, by the;signer..It tbo;ctairticd capacity is a nistparateoffiecr. indicate ttiir tiEle (u e::CEA, CFD„'S�cretary), • Secumly attach this doeumed to fiac.sigaed document uocL]blgn tnvelope IV. NON -COLLUSION AFFIDAVIT Bid #TMF-21-22-M1033 2020-21 Transit Maintenance Facility Equipment Upgrades - Phases I and III, Project M1033 City Project No. M1033 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES } pPCr-5 being first duly sworn deposes and says that he/she is the 42 (sole owner, a partner, president, etc.) of the party making the foregoing bid; that such bid is not trade 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: Signature Title 1 e,41 This document must be notarized Prior to submittal. Acknowledgment 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 Ijo693, 26.2�2- before me, personally appeared Faramarz Rabizadeh, Notary Public L'� who proved to me on the basis of satisfactory evidence to be the person(s) whose names) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument - I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. FAf±AMAR2 RA6iZA17EH \ NOTARY PUBLIC - CALIFORNIA� COMMISSION # 2268692 LOS ANGELES COUNTY My Comm. Exp. November 29, 202R Signature (Seal) ADDITIONAL OPTIONA;L °1 FORNIATI Nei DESCRit.'TION OF 1 H1 ATTAMED DOCUMENT ('1'itteo� des�rip�an of aitached dnc�tttEi :;�ktle ae dcsesipE?ori o'F atta�clieiLdacutnieettcontGnitesi) Number ofPages avice>mmt Date {A:Eiditronatin>prrmraitnnj CAPACXTY eLArMtD B'Y THE St0N'tR 0 btctvi;it�al. (s); . C1 Cnrparate E)fficer [Title) �axiner(s}. d .A"mey-in--Fact. i� TtvStee(S} Other .: s�gnEc(s pessonat[y a}�gcs>esl 4 t1 #ire auia ! twhikf W160WleAg> nent w DAW of�aobr zation ttutst be the�dat�-Jl6at_the Signr4sj�pecsmwly appemd `whic5 - The notary pu li niust' faint hi8 or t naft as It,'Opp r s wiihtn leis: a ;airs; Print. `fie nazne(51 `nt' zlocitluxx►t sigol#t(t • Indicate- the `coVecc siogiilaror:pli rai fesrmsliy cxc sipg:ot ittcQtrcet forms. (i,e W*o)*&yVAs 1eu�) oI » itrleitgtpte wrxect forzas pailuru.tsi cnrrtly.ieldieata his.. infnrti atisxi t oay lead to rejecnnn afdocutncnt rewarding • Tihe:ugtary seal impression must be char and photograpliica4y reprod,,iciiile: 1mprssioti tCitESC rtat c0ye r:tcxE or liars if sit impression smusTges; re S1 !f a w Sigltatum of the notay. publ>;c mu¢t:matclL 13ie s>gaatare an f~tte** the 04fiice of tiro cqutt� cieri: {r Acictitionai in-formuion is ,riot roquiNd. but coula help to ;ensure this aciut�t+rledgmeut.is not tnisused+oratt�ci�txl.ta a:d�fPerirtt.docume:n� ':� lcidicacc titlenr fyge of aitairhed ciiiien� xatrer bfp$ges and date- lndicale ftie rapacity eiaiined by rile Stgtter :I(iba cfainied capacity is>a. corparitc atiicri, indk%q.! c #tle.4i-6-Z9 , GFol seere aryj. w, -securely aEtwh this document to the Signed document DocuSign Envelope 0: FCAA64tst-zzur-4rur-nr.,o-o=u1 -- " BUY AMERICA CERTIFICATION STEEL OR MANUFACTURED PRODUCTS General Requirement (as stated in 49 CFR 661.S) a. Except as provided in 49 CFR 661.7 and 49 CFR 661.11, no funds maybe obligated by FTA for a grantee project unless all iron, steel, and manufactured products used in the project are produced in the United States. b. All steel andiron manufacturing processes must take place in the United States, except metallurgical processes involving refinement of steel additives. c. The steel and iron requirements apply to all construction materials made primarily of steel or iron and used in infrastructure projects such as, transit or maintenance facilities, rail lines, and bridges. These items include, but are not limited to, structural steel or iron, steel or iron beams and columns, running rail and contact rail. These requirements do not apply to steel or iron used as components or subcomponents of other manufactured products or rolling stock, or to bimetallic power rail incorporating steel or iron components. For a manufactured product to be considered produced in the United States: 9. All of the manufacturing processes for the product must take place in the United States; and 2. All of the components of the product must be of U.S. origin. A component is considered of U.S. origin if it is manufactured in the United States, regardless of the origin of its subcomponents. If steel, iron, or manufactured products (as defined in 49 CFR 661.3 and 661.5) are being procured, the appropriate certificate as set forth below shall be completed and submitted by each bidder or offeror in accordance with the requirement contained in 49 CFR 661.13(b). Certificate of Compliance with Buy America Requirements The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j)(1), and the applicable IIregulations in 49 CFR part 661_ Company: l" oc- Title: � eA 1 Signature: ` Date: ZOO The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53236), but it may qualify for an exception to the requirement pursuant to 49 U.S.0 and the applicable regulations in 49 C.F.R. 661.7. Company: 'AJA Name: Title. Signature: Date: 5323(j)(2), as amended, hereby certify CERTIFICATION AND RESTRICTIONS ON LOBBYING (Name and title of official) On behalf of q y�}�' that: (Name of Bidder/Company Name) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress„ or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. If anyfunds otherthan federal appropriated funds have been paid or will be paid to any person influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in connection with the federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form — LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. The undersigned shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including sub -contracts, sub -grants and contracts under grants, loans, and cooperative agreements) and thatall sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into thistransaction imposed by 31 U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995), Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on or with this certification and understandsthatthe provisions of 31 U.S.C. Section 3801, et seq., are applicable thereto. r Name ofBidder/Company Name: ! (l g fYI C., Type for print nam Signature of authorized represen Date: -f/Z (/ 2--4' Z Z Signature of notary and 0 Acknowledgment A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles On _ !: [ a-y J. _ 2D 2,2- before me, Faramarz Rabizadeh, Notary Public —�^ A A personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) DESCR`t PT ION of THEATTA ED DOCUMENT (jrod or ds zpfiat► i�[attactacd dti4tiliurxitj (Trite or & mpgon of aMKhe4 da=wdvmtiaged) :Nztmb ViPagesDoWmerkt])Oq {Additiotra[ in#t+grR�tipn}; CAPAC[TYCLArke$YTH. 9MAR. 6),. 0 iAL�3(3i'dtC ©CC P. Paner(s} Q AEtPratey-it�:F�t:t b. TNStoe(s) E}. Other, • • FARAMARZ A IIZADEH NOTARY PUBLIC • CALIFORHlA COMMISSION # 2288602 LOS ANGELES COUNTY MV C mrrr. Exp. November 29- 2t?kZ Th6 notary aitblic t a%8t'viht his or "ha riarne s t=rtrtt- ttfe it0X*sj-'or do6tiant: si *), ttaiatixatirttt: t Tnrlicair tl�e.iar5ret c'�tisiifar nt-niutai: fever ilre 'notuy SCSI impr%siom must -be Ct W. sufkieatareagamuts atkrnvrsecomplete .diEkpWtA616agpv1asi rnesttfQrvt ■ 5ignafrtre oi" �e tratary public rrrtrst ti►atCh thC:.si�uata,an ate �Viti`TG,� a#i�ce: of the taauiityglerk Addifionat ittionmatioa is n4t roquita but could help to onsure this, a�kopW edgrtmt is;#ot tarsusedvr:attacired to a difi docutnemt. :6. wicatc'd& *' s�typa of atzactied cu lent nurmtaei:ai pages amd date.. [ndi4ate tie r, acity c[aitmed by he sigrax: [f4a-,gNinied capad is a. corporate nfficcr i diced the i tic (i:c.:CEO CFO. �Mry. • sccumty-atta6 this dcrcurnent t¢ the -signed document DBE PARTICIPATION COMMITMENT FORM THIS FORM MUST BE COMPLETED AND SUBMITTED WITH THE BID AS A CONDITION OF DBE RESPONSIVENESS NOTE: Refer to instructions on the reverse side of this form. Bidder to Complete this Section IiAhi7�l'.�i 2. Project Name/Description: ` — tu' AwCe ' Of 3. Prime Bidder Name: A e, �$ k 4. Contract DBE Goal %: ` 5. Bidder's Total Bid Price 5- ri a cC, Required DBE Commitment Information 6. DBE Firm 7. DBE 8. Description of Scope of 9. Bid Item (#) 10. Dollar Value 11. Dollar Value (Name and Address) Certification Services/Work ($) of ($) Number Participation of Eligible DBE Participation/ Commitment Io 8 P 7 Co v1 c(eAVe-- "I � co 0 wcyi �[ ! �D O , r 91,'70d ZA5�e ,,,d f 84 g630Y Note: As a condition of responsiveness, the bidder is required to submit with the Bid a Letter of Intent and Affirmation signed and dated from each DBE listed in Column 6 acknowledging that the DBE is participating in the contract for the specified dollar value ($) and scope of work. The dollar amount in the Letter of Intent and Affirmation and the amount shown on this form MUST match identically. 12. Total Dollar Value ($) of Eligible DBE EJ 3. Eligible DBE Participation Represented as a Percentage (%) of Bidder's Total Bid Price q % Bidder Assurance: The bidder certifies that information on this form is complete and accurate, that it has verified the listed DBE(s) certification status and is only crediting eligible DBE participation to arcs eeting the contract DBE goal. "70 %i a✓ 14. Preparer's Name re _ ,'Ale ' 16. Preparer's Title v 1 2.oz2- - 17. D to 18. Telephone No. 19. Email Ad ess VVWV•J{VlI WI IV VIUVC Iy. V 1 If JLTV-IV IJ-TRV V'L3V IL-1 11 VWL/IiVJ.:IYI"1 yo Addendum No. 1 April 22, 2022 Addendum No.1 BID # TMF-21-22-M1033 City Project No. M1033 2020-21 Transit Maintenance Facility Equipment Upgrades - Phases I and III City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. I. PRE -BID MEETING There was a non -mandatory, pre -bid meeting on April 21, 2022 beginning at 10:00 AM. The meeting was located at the City of Santa Clarita Transit Maintenance Facility, 28250 Constellation Road, Santa Clarita, CA 91355. Attending Staff: • Peter Henne --Administrator, Public Works • Kurt Oman — General Maintenance Worker, Public Works • Corie Zamora --Administrative Analyst, !Neighborhood Services • David Mattice — General Maintenance Specialist, Public Works • Danielle Marquez —Buyer, Administrative Services Attending Vendors: • Hass Golshani, Pardess Air Inc • Seth Taylor, AC Pros Inc • Jim Johns, AC Pros Inc • Tim Goodman, Summer Systems • Chris Parrott, Johnson Controls Inc • Erick Meadows, Johnson Controls Inc The following was reviewed: • Project scope of work • Bidding Guidelines II. WORK DAYS AND TIMES The Work is to be done on weekdays only between the hours of 7:00am - 4:00pm (p.139). There is also a list of Agency -designated holidays (p.139) where there will be no Working Day. BID #TMF-21-22-M1033 U0(;U01yi7 L11Ve1ulle IU: D i i! JL'+O- i V i o-'F4uu-DO I C-t i ruUUl'o'yzFH Addendum No.1 April 22, 2022 It. PROJECT CLARIFICATIONS Bidders are to note the following clarifications for this project: They are the following: 1.) Prospective bidders are to disregard Section 230923-Direct Digital Control System for HVAC (WEBs N4) (starting on p.292) where it directs the construction/installation of the 'Programmable IP Control Unit' [PICU] hardware and software. The motor controls for the new (replacement) equipment (p.413 = Plan Sheet M-2 — KEY NOTE 3) shall be required to connect to the existing Carrier BMS with its 'monitoring only' capability. You will notice the aid Schedule (p.26) DOES NOT have a Line Item for a 'new building management system'. 2.) the Temporary Cooling Tower will tie-in to the existing electrical grid (now powering the existing Cooling Tower) (p.413 = Plan Sheet M-2 — PHASING NOTE); 3.) There are (105) Working Days to be prosecute The Work, and "time is of the essence" (p.140) 4.) Remove, protect, and re -install UV light device from existing HP-11 unit to new (replacement) heat pump unit (direction is missing from p.414 = Plan Sheet M-3, KEYNOTE section, top RH corner). 5.) DBE Goal is 1.31% (p.6, 51, 102) 7 Oved: Damon Letz City Engineer DocuSigned by: � � ridug 49 F44C8832AA472... END OF ADDENDUM DocuSigned by: Pcf�v I? 6U"A- 8S5B8299A602486... This addendum must be acknowledged via BidNet and should be included with the response. A! + --Z4 -- 2,;�_ Contractor's Representative Date s� C mpany Name BID # TMF-21-22-M1033 DNII City cif Santa Clarita Pre -Bid Meeting Sign -In Sheet April 21, 2022 at 10:00 AM TMF-27-22-M1033 2020-21 Transit Maintenance Facility Equipment Upgrades - Phases I and III TMF-21-22-M1033,1DUE May 11, 2022, BEFORE 11.00 AM - Questions due by May 3 2022, BEFORE 11:00 AM I hereby waive, release, and hold harmless from any liability or claims for damages for personal injury, including negligence, as well as from claims for property damage which may arise in connection with the above -named activity, against the supervisors, the City of Santa Clarita, and its elected and appointed officials, agents, and employees. My signature below indicates that I have read, understand, and agree to all of the above. Also, by signing this agreement, I acknowledge the contagious nature of COVID-19 and voluntarily assume the risk that I may be exposed to or infected by C-OVID-19 by attending a City event and that such exposure or infection may result in personal injury, illness, permanent disability, and/or death. I understand that the risk of becoming exposed to or infected by COVID-19 at a City event may result from the actions, omissions, or negligence of myself and others, including, but not limited to, City staff, volunteers, and program participants and their families. Company First & Last Name (Must Print ClearI,yj Signature � � Contact Information Or Business Card Provided (write yes) 0Sai Y "R r x ✓'f { S ` i.f- 8 `""... 1 C, it �� o ng & a �°i W` � u'F n iti � n Heafim AC PROS Residential - Commercial .A I PROS Residential - Commercial Inc. Gic 9871201 sic V 8Y 7281 16653 Ventura Blvd. #25 i Tarzana. CA 91356 info@acprosinc.com -f�:e 'Dower behind your mission Tel: 8.18-342-7767 Fax:818-342-7167 Johnson' Controls 18653 Ventura Blvd. 4251 Tarzana, CA 91356 info@acprosinc.com ih. 1,fs'�vo�r ehirtrJ your Wission Tel: 818-342-7767 Fax: S18-342-7167 Johnson Controls Erick Meadows chr=5 Parrott RCCCuii Exa[utv2, "wrcr 3ir4Ci -V1L Fetroiit S;e�aiist - iour 'rern Catrriia ?' a a"yaien S & Se; ice=_; riortit art; ri; a j3hrsonE Consols C;ontm:s 304 E Graham PIOCe, Burbank, CA 91502 USA ! 5%7s1 `R rland Or€; , 5i: i'te ; , Q ,tress, CA. 9CC3^ l r:irl-c:' Sta3.Fs Mobile 562 755 19G5 �i ick.i_.�1eacicaysLjci.cnt*t j 2, F i Serrv�t�a. , 1:.,;s; 81�3 ii.%n 'h•'tnvjohnsoncCintrols.com!p!_,E'i7r<; Pardess Air Inc Mg Kelton Ave ,Los Angeles CA 90024 State Uc # 76655.1 , 5 & C-20 HASS Estimating Dept. Email: estimating@pardessair.com Office: 310-477.3628 Fax :310-479-5255 ,�2 SUNNIER SYSTEMS Tim Goodman ;project Manager tgoWmangsummersystems.net MAIN: 866.933.4822 OFFICE: 661.257.4419 ❑REGT: 661,644,9206 FAX: 661,287.2640 28942 i`tANCOCK PARKWAY 4IALEMCU, CA 91 +5`; uocuaign tnvesope iu: u bausvts-vnui,-�ar,r-Dora-au4vsaoor+��e Addendum No. 2 May 5, 2022 Addendum No. 2 BID ## TMF-21-22-M1033 City Project No. M1033 2020-21 Transit Maintenance Facility Equipment Upgrades - Phases I and III City of Santa Clarita, California 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: I. ADDITIONAL JOB -WALK SCHEDULED There will be a non -mandatory job walk for bidders who were not able to attend the Pre -Bid Meeting for this bid. The job walk will be taking place on Monday, May 9, 2022 at 10:00 AM at the Transit Maintenance Facility, 28250 Constellation Road, Santa Clarita, CA 91355. 11. UPDATED PLANS Please see the attached updated plans. III. BID CLOSING DATE The bid closing date has been changed to Wednesday, May 18, 2022 be re 11:00 AM. Appxemed: Eaw 6t& wl� ---------- amort etz City Engineer Lns Lp;(� END OF ADDENDUM This addendum must be a nowledged via Bid Net and should be included with the response. Contractor's Represen ive Date rs� ,Q-1r- Company Name BID #TMF-21-22-M1033 �R�� D `` J DULINE DUCTCT OR PIPE RISE &DROP D SINGLE LINE .� DUCT OR PIPE DROP R SINGLE LINE ,^ DUCT OR PIPE RISE SINGLE LINE DUCT TRANSITION SUPPLY CUTLET RETURN/FXH INLET LINEAR DIFFUSER SUPPLY DUCT RISE RETURNIEXHAUST DUCT RISE ROUND DUCT RISE EX j�� SUPPLY DUCT DROP L- v, RETURN/EXHAUST DUCT DROP ROUND DUCT DROP DUCT MOUNTED SMOKE DETECTOR {#)TYPE- FCC M AIR INLET AND OUTLET LABEL SIZ jam_ ('FM OUTL1wT CLASSIFICATION INLETIOUTLET SIZE (IF NOT SCHEDULED) QUANTITY 701.�{X EQUIPMENTTAG PRESSURE & TEMPERATURE GAUGE CONNECTOR PLUGS I PRESSURE GAUGE FLOW DIRECTION ARROW FC FLOW CONTROL VALVE FM WATER FLOW MEASURING STATION M METER C DROP IN PIPE Q..-.-.-- - RISE IN PIPE PIPE CONNECTION EXPANSION JOINT BACKFLOW PREVENTER A AUTO AIR VENT M MANUAL AIR VENT RELIEF VALVE O3" FD FLOOR DRAIN (SIZE AS INDICATED) AIR INLET AND OUTLET ABBREVIATIONS CD CEILING SUPPLY DIFFUSER CR CEILING RETURN 7 EXHAUST REGISTER EG EXHAUST GRILLE RLD RETURN LINEAR DIFFUSER RG RETURN GRILLE SG SUPPLY GRILLE SR SUPPLY REGISTER SLID SUPPLY LINEAR DIFFUSER EQUIPMENT ABBREVIATIONS AC AIR CONDITIONING UNIT F FURNACE ACC AIR COOLED CONDENSER FCU FAN COIL UNIT AMU AIR HANDLING UNIT GEF GARAGE EXHAUST FAN CU CONDENSING UNIT GRV GRAVITY ROOF VENTILATOR GUH CABINET UNIT HEATER HX HEAT EXCHANGER DC DUCT MOUNTED COIL HPU HEAT PUMP UNIT RCP DOMESTIC, WATER CIRCULATING PUMP PRV POWER ROOF VENTILATOR EF EXHAUST FAN SF SUPPLY FAN EDC ELECTRIC DUCT COIL TEE TOILET EXHAUST FAN ET EXPANSION TANK WH WATER HEATER ----''----� voopnu FLEXIBLE CONNECTION Y TYPE - STRANIER P�'F Sara, SYSTEM. AIR SEN"—NA ] JK BOILER COPPER TYPE L CONTROL VALVE CONDENSER WATER PUMP CONDENSER WATER RETURN CONDENSER WATER SUPPLY EXPANSION TANK HAND ACTUATED FLUID COOLER FLOW METER GROOVED PIPE 150 PUIViP jh" T"O"e Cyd,;,j Cnncesr si,g[Hin 1011 -Ili" n41-11 :Check the b 9 if t1. Prole: Ib­I Liti-I 02 03 i C4 Na t RPted C­ditib 1: PA,4 in r Hem ",.rn ­ou... 07 CS C-d,ictilit, M.NkPvnitv F: -1:1 12 13 14 I whitw ce, a y, rpm SaT­timit T. eU �.a 1 T.,getcyde, w C�.. , ulet6lad PH! - - - - - - - - - - - - - - - - - - - - 2WO cad FO IA Mechanical SyStiBMS P. DECLARATION OF REQUIRED CERTIFICATES OF VERIFICATION. r — Tlb'e 5eWfl-s hove be- made-- te be ah-gad, please explain Wy e TWe FL ddtWF R­ktTh.. d­ t,­It be ­Pleted byaHFAS nvto dproodudatheN11dirgFA59�tad'-9 cof$twtcmTh'fnnldncvr­r­1 b Fie'd Irspedor ; FOi ml Title r It sIRcV-IVCH-D4-H L),cZ LcalkAgl Test Li NIRUd, MCF-24 E IACF 24 rdmwe Ai, Wkw.e IMfthW h1 the _11.11 oy a HEAS Rater - - - ------------- ?JRCI'_NICH-77 H gh r Res del t4 I 4C)Ty t.RC­yl',EH lvhichiill-k -1,11tll �TA,c 0, _r.WA Mechanical Systems FA-WiTy —MEASURES EXICUMENTATtON LOCATIGN -.WN,suh ,cL, Mit, mar,&ta,v Measures KI I ­Vto,y M­,ird$ N.Iiii BIOV: Vv(N:Flax Stardisn6-2a19 Non,eS ,rdvre!. - 2019 N,,­SidIItbI C1110-1 F 5ANT9 CL Ca' -- t GL oFb �5 GECEM��`Y}94 Addendum No. 3 May 13, 2022 Addendum No. 3 PROPOSAL # TMF-21-22-M1033 City Project No. M1033 2020-21 Transit Maintenance Facility Equipment Upgrades - Phases I and III City of Santa Clarita, California 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: I. JOB -WALK There was a non -mandatory, job -walk meeting on May 9, 2022 beginning at 10:00 AM. The meeting was located at Transit Maintenance Facility, 28250 Constellation Road, Santa Clarita, CA 91355. Attending Staff: • Peter Henne —Administrator, Public Works • Danielle Marquez — Buyer, Administrative Services • David Mattice — General Maintenance Specialist, Public Works • Kurt Oman — General Maintenance Worker, Public Works Attending Vendors: Erick Meadows, Johnson Controls, Inc. Charles Thompson, Johnson Controls, Inc. The following was reviewed: • Project scope of work • Bidding Guidelines H. REVISED ANSWER TO QUESTION #11 IN BIDNET &A The answer to question #11 in the BidNet Q&A portal is being revised to the following: The intention of the plans and specifications are to provide greater details of The Work required to construct the project as intended. The goal is to replace the existing original equipment supplying the heating, ventilation, and air- conditioning to the administration building (Building A) with new equipment that is properly sized, configured, designed, and installed to achieve equal or improved performance. PROPOSAL # TMF-21-22-M1033 Addendum No. 3 May 13, 2022 Therefore, providing and installing HVAC system equipment in a manner similar to the methods used during the original construction, being mindful of current codes, would provide the expected outcome of the project. For example, those construction details would include (but not limited to): • Vibration isolation methods • Anchorage methods • Configuration for ease of maintenance Attachments: • Sign -In Sheet Approved; Damon Letz City Engineer END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. Contractor's Representative A_1� jAlc Company Name 5 -A� Date PROPOSAL # TMF-21-22-M1033 4 SANTA 0t� City of Santa Clarta Pre -Sid Meeting Sign -In Sheet May 9, 2022 °� 2020-21 Transit Maintenance Facility Equipment Upgrades - Phases I and III ,,,reel" TMF-21-22-M1033 BID # TMF-21-22-M1033 DUE Ma 18 2Q22 BEFUIZE 11:Q0 AM f I hereby waive, release, and hold harmless from any liability or claims for damages for personal injury including negligence, as well as from claims for property damage which may arise in connection with the above -named activity, against the supervisors, the City of Santa Clarita, and its elected and appointed officials, agents, and employees My signature below.indicates that I have read, understand, and agree to all of the above. Also, by signing this agreement, I acknowledge the contagious nature of COVID-19 and voluntarily assume the risk that I may beexposed to or infected by COVID-19 by attending a City event and that such exposure or infection may result in personal injury, illness, permanent disability, and/or death. I understand that the risk of becoming exposed to or infected by COVID-19 at a City event may result from the actions, omissions, or negligence of myself and others, including, but not limited to, City staff, volunteers, and program participants and their families. Company First & Last Name Signature Contact Information Must Print Clean Or Business Card Provided (write yes) The power behind your mission Johnson *f Controls Erick Meadows Account Executive, Owner Direct HVAC Retrofit Specialist - Southern Cakfornia Johnson Controls 104 E Graham Place, Burbank, CA 91502 USA Mobile 562 755 1965 Erick. L.Mea dews@jei. tom www,johnsonccntrols.com A o� SAi3TA 0 �oG Ma ¢ e }6 RLCEN'ID� Addendum No. 4 May 16, 2022 Addendum No. 4 BID # TMF-21-22-M1033 City Project No. M1033 2020-21 Transit Maintenance Facility Equipment Upgrades - Phases I and III City of Santa Clarita, California 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: I. BID CLOSING DATE The bid closing date has been changed to Thursday, May 19, 2022 be ore 2:00 PM (PDT). END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. 1 b1 'Zw- Contractor`s Rep ntative Date J, Company Name B 1 D # TMF-21-22-M 1033