HomeMy WebLinkAbout2024-02-27 - AGENDA REPORTS - 2022 23 PASEO BRIDGE MAINT PROJ M1038Agenda Item: 11
1. CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL: '
DATE: February 27, 2024
SUBJECT: 2022-23 PASEO BRIDGE MAINTENANCE AND PAINTING
PROGRAM, PROJECT M1038, PLANS, SPECIFICATIONS, AND
CONSTRUCTION CONTRACT
DEPARTMENT: Public Works
PRESENTER: Shannon Pickett
RECOMMENDED ACTION
City Council:
1. Approve the plans and specifications for the 2022-23 Paseo Bridge Maintenance and Painting
Program, Proj ect M 103 8.
2. Find the 2022-23 Paseo Bridge Maintenance and Painting Program exempt from review
under the California Environmental Quality Act pursuant to Title 14 of the California Code
of Regulations, Article 19, Section 15301.
3. Award the construction contract to Slater Waterproofing, Inc., in the amount of $272,660 and
authorize a contingency in the amount of $27,266, for a total contract amount not to exceed
$299,926.
4. Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
The annual Paseo Bridge Maintenance and Painting Program addresses necessary repairs to
paseo bridges to maintain them in good serviceable condition. In 2017, inspections were
performed on each of the 34 paseo bridges within the City of Santa Clarita (City) to prepare a
five-year plan to identify the ongoing maintenance and painting needs of the bridges. Each
bridge received an overall condition rating based upon the condition of its major components,
including deck surface, superstructure (all exposed metalwork), substructure (bridge footings and
mounting attachments/bearing pads), and approaches.
Page 1
Packet Pg. 63
Eighteen of the 34 bridges have previously been repaired as part of the Paseo Bridge
Maintenance and Painting Program. The 2022-23 Paseo Bridge Maintenance and Painting
Program includes three bridges, located at McBean Parkway at Sunset Hills Drive, McBean
Parkway at the Mall Entrance, and El Paseo Drive at Alberto Court, as shown on the attached
location map. These bridges require new joint seals, repair of cracks in the approach slab, repair
of stucco finishes, cleaning and painting of bearing pad assemblies, painting of bottom side of
structural steel deck, painting of steel truss members, painting of steel roof members, and other
minor work. This program is an integral part of maintaining the City's paseo bridges, and
supports the Sustaining Public Infrastructure theme of the City of Santa Clarita's five-year
strategic plan, Santa Clarita 2025.
The 2022-23 Paseo Bridge Maintenance and Painting Program is not subject to California
Environmental Quality Act (CEQA) review pursuant to Title 14 of the California Code of
Regulations, Article 19, Section 15301, which exempts from CEQA review projects that consist
of the operation, repair, maintenance, permitting, leasing, licensing, or minor alteration of
existing public or private structures, facilities, mechanical equipment, or topographical features,
involving negligible or no expansion of existing or former use. Examples include, but are not
limited to, existing highways and streets, sidewalks, gutters, bicycle and pedestrian trails, and
similar facilities. This project meets the criteria for this exemption because it will be performing
repairs and maintenance to the existing bridges.
An invitation to bid was prepared and published twice in The Signal newspaper, on December 13
and 20, 2023, and was posted on BidNet. A total of four bids were submitted to the City and
opened by Purchasing on January 17, 2024. Each of the bids included a base bid and five
alternate bid items. The basis for award was the total for the base bid. The results of the total
base bids are shown below:
Company Location Bid Amount
Slater Waterproofing, Inc. Montclair, CA $235,985
Color New Co. Woodland Hills, CA $259,450
AJ Fistes Corporation San Pedro, CA $361,314
Harbor Coating & Restoration Orange, CA $380,600
Staff recommends awarding the construction contract to Slater Waterproofing, Inc., the lowest
responsive and responsible bidder, in the amount of $272,660, which includes $235,985 for the
base bid, $36,675 for alternate bid items one through three, and authorizing a contingency in the
amount of $27,266 for a total contract amount not to exceed $299,926. This 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. The bid proposal adheres to the project's plans and specifications
and is available in the City Clerk's Reading File.
The requested construction contingency will cover the cost of unforeseen site conditions such as
potential utility conflicts and fees, abandoned utilities not shown in record drawings, field
adjustments, additional work requested by the City, and unanticipated costs associated with
nighttime work.
Page 2
Packet Pg. 64
ALTERNATIVE ACTION
Other action as determined by the City Council.
FISCAL IMPACT
Adequate funds are available in the project expenditure account M1038357-516101 (Landscape
Maintenance District Fund) to support the recommended contract and project administrative
costs.
ATTACHMENTS
Location Map
Bid Proposal for Slater Waterproofing, Inc. (available in the City Clerk's Reading File)
Page 3
Packet Pg. 65
— y
ctcy or SANTA CLARITA N
Location Map
2022-23 Paseo Bridge Feet
Maintenance and Painting Program 0 1,500 3,000
Project M 1038
Legend Street centerlines developed & maintained'
by City of Santa Clarita GIS` I
Paseo The City of Santa Clarita does not warrant T iy
the accuracy of the data and assumes no Y
pMcBean Pkwy at Sunset Hills Drive ability for any errors or omissions. mod+
Map prepared by: City of Santa Clarita ? f
O McBean Pkwy at Mall Entrance GIS Division"`
O El Paseo Drive at Alberto Court
Q:\PROJECTS\PW\240205a1\Project M1038\Project M1038
•. _ R
R
, T
o
A' r + w. o
,5 .�",� j✓+ram � � y -t .. �i a ... -. �.,+.fr�'`
9,0
IN-
Packet Pg. 66 1
PROPOSAL FORM
Bid ##CIP-23-24-M1O38
2022-23 Paseo Bridge Maintenance and Painting Program
City Project No. M1038
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 overextended 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: Slater Waterproofing, Inc.
Company Address: 5577 Arrow Hwy.
Montclair, CA 91763
Phone:
909-985-9100
Email:
mark@sfaterwaterproofing.com
By:
Mark McCauley
Print Name
Title:
Sr. Project Manager / Estimator
Signature:
)99�� —
Date:
1 I (o 4t> 1
BID SCHEDULE
Bid #CIP-23-24-M1038
2022-23 Paseo Bridge Maintenance and Painting Program
City Project No. M1038
City of Santa Clarita, California
Fill out this form completely and submit with the bid response. 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.
1
2
3
DESCRIPTION
Mobilization (not to exceed 3% of base bid
total)
Traffic Control
Best Management Practices jBMP1 Plan
UNIT
LS
LS
LS
QTY.
1
1
1
UNIT PRICE
$ 10,000.00
$ 36,000.00
$ 2,000.00
TOTAL
$ 10,000.00
$ 36,000.00
$ 2,000.00
Surface Preparation and Paint Existing Steel
4
Roof Members, Truss Members (verticals,
diagonals, top chord members) — McBean
SF
3,820
$ 18.00
$ 68,760.00
Parkway @ Mall Entrance
Surface Preparation and Paint Existing Steel
5
Roof Members, Truss Members (inside face of
verticals, diagonals, top chord members) —
SF
3,000
$ B.OD
$ 54 OOO.QO
McBean Parkway @ Sunset Hills
6
Surface Preparation and Paint Bottom Side of
Structural Steel Deck
SF
1,550
$ 21.00
$ 32,550.00
7
Remove debris, Wire Brush and Paint Bearing
Assemblies
SF
18
$125.00
$ 2,250.00
8
Remove and Replace Type A Joints
LF
30
$ 75.00
$ 2,250.00
9
Remove and Replace Type B Joints
LF
52
$ 125.00
$ 6,500.00
10 Repair Cracked Stucco Finish
SF
75
$
65.00
$
4,875.00
11 Repair Defaminated Stucco Finish
SF
110
$
60.00
$
6,600.00
12 Repaint Stucco Finish
SF
420
$
20.00
$
8,400.00
13 Repair Cracked Concrete Approach Slab
LF
9
$
200.00
$
1,800.00
GRAND
TOTAL:
$
$
235,985.00
TOTAL BASE BID AMOUNT IN WORDS: Two hundred thirty five thousand, nine hundred eight five dollars and zero cents.
ALTERNATE BID SCHEDULE
Bid #CIP-23-24-M1038
2022-23 Paseo Bridge Maintenance and Painting Program
City Project No. M1038
City of Santa Clarita, California
Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with
your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit
price shall govern. Do NOT enter this pricing on BidNet.
The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the
AGENCY.
The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the
entire bid item if they are found not required by the Agency during the course of the construction, or
add new bid items or scope of work by Contract Change Order at any time during the project up to the
last contract working day.
The BIDDER agrees to hold all unit prices in this Alternate Bid Schedule constant throughout the
duration of the project up to the last contract working day.
ITEM NO.
NO.
DESCRIPTION
UNIT
CITY.
UNIT PRICE
TOTAL
1
Wire Brush Areas of Corrosion and Repaint White
LF
825
$ 19.00
$15,675.00
Railing— McKean Parkway @Mall Entrance
Wire Brush Areas of Corrosion and Repaint Steel
2
Mesh at Approach Guardrails — McBean Parkway @
SF
600
$ 20.00
$ 12,000.00
Mall Entrance
Repaint Blue Handrails — McBean Parkway @ Mall
3
LF
200
$ 45.00
$ 9,000.00
Entrance
4
Pressure -wash Stucco Finish — McBean Parkway @
SF
3,400
$ 50
$ 25,5aa.aD
Mall Entrance
Mobilization, Demobilization, Pressure -wash,
5
Prepare, Primer, and Paint Corrugated Steel
LS
1
$ 36,000.00
$ 36,000.00
Surface (Interior) of Box Tunnel under Avenida
Rotella [1,800 SF]
ALTERNATEITEMS GRANDTOTAL:
$ 98,175.00
TOTAL ALTERNATE BID AMOUNT IN WORDS: Ninety-eight thousand, one -hundred seventy-five dollars and zero cents.
Bond No. CSBA-25871
PROPOSAL GUARANTEE BID BOND
Bid #CIP-23-24-M1038
2022-23 Paseo Bridge Maintenance and Painting Program
City Project No. M1038
City of Santa Clarita, California
KNOW ALL PERSONS BY THESE PRESENTS that Slater Waterproofing, Inc. , as BIDDER, and
U.S. Specialty Insurance Company as SURETY, are held and firmly bound unto the
City of Santa Clarita, as CITY, in the penal sum of 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.
*Ten Percent of the Amount Bid
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to CITY For the
above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into
by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in
full force and effect in favor of CITY.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
11th Day of January J2024.
CONTRACTOR:
SURETY*:
Legal Name of Bidder
5577 Arrow Hwy., Montclair, CA 91763
Bidder Address
909) 985-9100 �11 5 3427 D '2 C, f 5
Telephone Number Federal Tax I.D. No.
U.S. Specialty Insurance Company
Name Dwight Reilly, Attorney -in -Fact 1411 N. Batavia St„ Suite 201, Orange, CA 92867, (714) 516-1232
(714) 740-7000 1 PDito@tmhcc.com
Phone Number and Email
1 MacArthur Place, Suite 550, Santa Ana, CA 92707
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.
Surety signature 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 Orange
On
01 /11 /2024
before me, Melissa Ann Vaccaro, Notary Public
(insert name and title of the officer)
personally appeared Dwight Reilly
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. 4 1�1 corr, "2401942
r�
Notary Ptftilic-CrIkfornia
013ANGE COUNTY u
Y Cnirun. Exp�rs;^„i; 12. 202i;
Signature (Seal)
Melissa Ann Vaccaro
r TOKIOMARINE
�4 H C C
POWER OF ATTORNEY
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
KNOW ALI_ MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding
Company; an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation
and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute
and appoint.
Daniel Huckabay, Arturo Ayala, Dwight Reilly, Shaunna Rozelle Ostrom, Michael D. Stong,
Ben Stong, Frank Morones, Adrian Lang rel[,Chelsea Liberatore and Benjamin Wolfe of Orange, California
its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority
hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances,
undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety,
providing the bond penalty does not exceed _ _ *""*** Seventy Five Million and 001100 `..— Dollars
( "$75,000.000.00— ). This Power of Attorney shall expire without further action on January 3151, 2024. This Power of Attorney is
granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies:
Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby
vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the
Company subject to the following provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any
and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents
for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents
canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be Minding upon
the Company as if signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attomey or any
certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding
upon the Company with respect 10 any bond or undertaking to which it is attached.
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
23rd day of September, 2021.
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
State of California n �*
County of Los Angeles HNC° 1i�1` By:.
Daniel P. Aguilar, Vice President
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
On this 23rd day of September, 2021, before me, D. Littlefield, a notary public, personally appeared Daniel P. Aguilar, Vice
President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty
Insurance Company 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 he executed the same in his authorized capacity, and that by his 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.
0. L£i7CEFIEi,O
WITNESS my hand and offi i sea[, y otary PuClic. CairfurOfa�
- 401An9eleecounty
com nl5slcn 11 232OW7
MY Gamin. £xafres Jan 11, 2024
Signature �' (seal)
I, Kip Lo, Assistant Secretary J American Contractors Indemnity Company, Texas Bonding Company, United States Surety
Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power
of Attorney, executed by said Companies, which is still in full force and effect, furthermore, the resolutions of the Boards of Directors,
set out in the Power of Attorney are in full force and effect.
in Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this
I I th day Of January 2024
Corporate Seals °�gneeogyy o r M1kg supFr} \E'
Bond No. CSBA-25871
o
i °n r b y ✓
Agency NO. 8472 Kio Le, Assi Secretary
*,,.
HCCSMANPOA090021
visit tmhcc.comisurety for more information
CALIFORNIA 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",t;i1_��'
On �Zls.�i—w t �`�1� before me, 'bl4
Date Here Insert Name and Title of the Officer
personally appeared
Name(s) of Sign
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,
*VANNESSA EUL48ErN MORALES
Notary Public - Ca!ifarnia
San Bernardfno CountyCommission 9 2332405
y Comm. Expires Aug 25, 2024
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
Signature of Notary Pub
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 o Attorney in Fact
Q Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
Cc)2019 National Notary Association
Number of Pages:
Signer's Name:
Corporate Officer— Title(s):
Partner — a Limited ❑ General
❑ Individual ❑ Attorney in Fact
g Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
BIDDER'S INFORMATION AND CERTIFICATION
Bid #CIP-23-24-M1038
2022-23 Paseo Bridge Maintenance and Painting Program
City Project No. M1038
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: Slater Waterproofing, Inc.
Business Address: 5577 Arrow Hwy., Montclair, CA 91703
Telephone No.: 909-985-9100
State CONTRACTOR`s License No. & Class: 373368 Class A,B, C33, C61051, C61/D6, C61/D12
DIR No.: 1000000939
Original Date:
08/21 /2014
Expiration Date: 06/30/2024
The following are the names, titles, addresses, and phone numbers of all individuals, firm members,
partners, joint ventures, and/or corporate officers having a principal interest in this proposal:
Larry McCauley; President/Owner-, 5577 Arrow Hwy., Montclair, CA 91763; 909-985-9100
Merle Slater Jr.; Sr. Vice President/Owner; 5577 Arrow Hwy., Montclair, CA 91763; 909-985-9100
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 1 Z day of 3�A 20X�.
BIDDER: TV 10
Signature
Mark McCauley - Sr. Project Manager / Estimator
Name and Title of Signatory
Slater Waterproofing, Inc.
Legal Name of Bidder
5577 Arrow Hwy., Montclair, CA 91763
Address
909-985-9100 95-3352055
Telephone Number Federal Tax I.D. No.
BIDDER'S QUESTIONNAIRE
Bid #GIP-23-24-M1038
2022-23 Paseo Bridge Maintenance and Painting Program
City Project No. M1038
City of Santa Clarita, California
1. Submitted by: Mark McCauley Telephone: 909-985-9100
Principal Office Address: 5577 Arrow Hwy., Montclair, CA 91763
2. Type of Firm:
29 C Corporation
❑ 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: 11/29/1978 State of Incorporation:
President's Name: Larry McCauley
Vice -President's dame: Merle Slater Jr.
Secretary or Clerk's Name: Larry McCaul
Treasurer's Name: Larry McCauley
3b. If a partnership, answer these questions:
Date of organization:
California
State Organized in:
Name of all partners holding more than a 10% interest:
Designate which are General or Managing Partners.
BIDDER'S QUESTIONNAIRE (cont'd)
Bid #CIP-23-24-M1038
Type text her,- 2022-23 Paseo Bridge Maintenance and Painting Program
City Project No. M1038
City of Santa Clarita, California
4.
Name of person holding CONTRACTOR'S license: Merle Slater Jr.
Class A,B, C33, C611D51, C611D6, C61/D12
License number: 373368 Class: Expiration Date.
D.I.R, Registration # 1000000939
5. CONTRACTOR's Representative: Mark McCauley
Title: Sr. Project Manager / Estimator
Alternate: Chad Gamell
Title: vice President
Exp. 04/30/2025
6. List the major construction projects your organization has in progress as of this date:
A.
Owner: City of San Luis Obispo
Project Location: 919 & B42 Palm Street; San Luis Obi
Type of Project: Parking Structure Repair
B.
Owner: City of Duarte
Project Location:
CA
1600 Huntington Drive, Duarte, CA 91010
Type of Project: Deck Repair/Coating
C.
Owner: Alhambra High School
Project Location: Alhambra High School; 101 South 2nd St; Alhambra, CA 91082
Type of Project: CFRP Reinforcement
NON -COLLUSION AFFIDAVIT
(Title 23 United States Code Section 112 and Public Contract Code Section 7106)
Bid #CIP-23-24-M1038
2022-23 Paseo Bridge Maintenance and Painting Program
City Project No. M1038
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.
NON -COLLUSION AFFIDAVIT
Bid #CIP-23-24-M1038
2022-23 Paseo Bridge Maintenance and Painting Program
City Project No. M1038
City of Santa Clarita, California
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA )
COUNTY OF LQCY-� )
San Bernardino
Mark McCauley being first duly sworn deposes and says that he/she is
the Sr. erom0ct Manager/ Estimator (sole owner, a partner, president, etc.) of
Slater Waterproofinq, 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: pcc�
Signature
Title Sr. Project Manager / Estimator
M DESIGNATION OF SUBCONTRACTORS
Bid # CIP-23-24-M1038
2022-23 Paseo Bridge Maintenance and Painting Program
City Project No. M1038
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 Yz of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid. If no Subcontractors will be used fill out the form
with NA. Add addt. sheets if needed.
Subcontractor
DIR Registration No,* Dollar Value of Work
Location al of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
Subcontractor
DIR Registration No.*
Dollar Value of Work
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
Location and Place of Business
Bid Schedule Item No's:
Description of Work
License No.
Exp. Date: / /
Phone ( )
NOTE: A BIDDER or subcontractor shall rat 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 publlc work, as defined in this chapter, unless currently registered and
qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to
submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract
Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 of the Labor Code at the time the contract is
awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code.
CERTIFICATION OF NON -SEGREGATED FACILITIES
Bid #CIP-23-24-M1038
2022-23 Paseo Bridge Maintenance and Painting Program
City Project No. M1038
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.
Slater Waterproofing, 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).
REFERENCES
Bid #CIP-23-24-M1038
2022-23 Paseo Bridge Maintenance and Painting Program
City Project No. M1038
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 City of Santa Clarita; 23920 Valencia Blvd, Ste 300; Santa Clarita, CA 91355
Name and Address of Owner / Agency
Nima Khaknejad / 661-255-4341
Name and Telephone Number of Person Familiar with Project
$375,120.00 Bridge Repair March 2023
Contract Amount Type of Work Date Completed
Z City of Beverly Hills; 345 Foothill Rd.; Beverly Hills, CA 90210
Name and Address of Owner / Agency
Eli Benitez / 310-288-2851
Name and Telephone Number of Person Familiar with Project
$2,920,407.41 Parking Structure- Waterproofing & Concrete Repair June 2022
Contract Amount Type of Work Date Completed
3 City of Cerritos; PO Box 3130; Cerritos, CA 90703-3130
Name and Address of Owner / Agency
Amandeep Mann / 562-916-1219
Name and Telephone Number of Person Familiar with Project
$1,438,469.05 Parking Structure Repair January 2024
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:
Commercial Surety Bonding Agency / U.S. Specialty Insurance Co
Agent Dwight Reilly; 1411 N. Batavia St., Suite 201; Orange, CA 92867; 714-516-1232
$tea. a
Top
Addendum No.1
BID # CIP-23-24-M1038
2022-23 Paseo Bridge Maintenance and Painting Program
City of Santa Clarita, California
Addendum No. 1
January 5, 2024
This addendum must be acknowledged via BidNet and should be included with the bid response.
There was a non -mandatory, pre -bid meeting on January 4, 2024 beginning at 2:00 PM (PT). The
meeting was located at the Paseo Bridge at Mall Entrance and McBean Parkway.
Attending Staff:
• Peter Henne—Administrator, Public Works
• Mariela Delgado — Buyer, Administrative Services
• Michele Arima —Administrative Assistant, Administrative Services
Attending Vendors:
• Martin Kamenos, Prime Painting Contractors Inc.
• M a h m a u d Merzi, Harbor Coating
• Mark McCauley, Slater Waterproofing
• Miguel Gastelum, Painters and Allied Trades
The following questions were asked and answered:
Q1) Is providing traffic control the responsibility of the contractor?
Al) Yes, please include it in your bid response. Traffic control plans must be approved by the City prior
to the start date of the project.
Q2) How many bridges are part of this project?
A2) There are four bridges included in the scope of work.
Q3) Will any of the bridges require working after hours and/or night work?
A3) Yes, two of the four bridges require night work. Please see the Special Provisions in the Bid package
for more details.
Q4) Will the underside of the bridge McBean Parkway at Mall Entrance need to be painted again?
A4) No. This Line Item #6 in the Base Bid Schedule will adjust down from 2,990 SF to 1,550 SF. Only the
paseo bridge deck underside surface at McBean Parkway at Sunset Hills will be painted, 1,550 SF.
Q5) What is to be painted on the White Handrails?
A5) The white handrails are found along the walk path leading to the McBean Parkway at Mall Entrance
paseo bridge. The handrail surface, and all the attached painted metal supports, shall have the corrosion
abated, have an application of metal rust -inhibitor primer, and all the metal surfaces painted -to -match
the current color on the handrail.
BID # C I P-23-24-M1038
Addendum No.1
January 5, 2024
Q6) Which chain link mesh panels are to be painted?
A6) There are chain link mesh panels along the walkway approached to the McBean Parkway at Mall
Entrance paseo bridge, identified on the Plan Sheet 04, with a picture on Plan Sheet 06. Please note
there are no chain link mesh panels at the McBean Parkway at Sunset Hills paseo bridge; Line Item #4 on
the Alternate Bid Schedule will be removed.
Q7) Where is the 'White Railing' on the McBean Parkway at Sunset Hills paseo bridge?
A7) There is no white railing at the McBean Parkway at Sunset Hills paseo bridge. Line Item #2 on the
Alternate Bid Schedule will be removed.
The following was reviewed:
• Project scope of work
• Bidding guidelines
Base Bid Schedule Modification:
• The quantity in Line Item #6 has been revised from 2,990 SF to 1,550 SF. Please fill out the updated
Base Bid Schedule on page 5.
Alternate Bid Schedule Modification:
• Line Items #2 and #4 have been removed from. the Alternate Bid Schedule. Please fill out the
updated Alternate Bid Schedule on page 7.
I19r<Lld lO W a.ki 11 N
This addendum must be acknowledged via BidNet and should be included with the response.
21q4:� Y
_(O!!An Mack a2-Cau1e-Y [ 11&12q
Contractors RepresentatAis Date
slayer ll�aterroo�'�Na, �n�.
Company Name
BID # CIP-23-24-MI038