Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2025-01-14 - AGENDA REPORTS - POOL DECK REPAIR CONTR PROJ P0027
Agenda Item• 11 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: Li ' DATE: January 14, 2025 SUBJECT: NORTH OAKS PARK POOL AND SANTA CLARITA PARK POOL DECK REPAIR AND REPLACEMENT PROJECT P0027, AND CONSTRUCTION CONTRACT DEPARTMENT: Neighborhood Services PRESENTER: Susan Nelson RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the North Oaks Park and Santa Clarita Park Pool Deck Repair and Replacement Project P0027. 2. Find the North Oaks Park and Santa Clarita Park Pool Deck Repair and Replacement Project 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 Estate Design & Construction in the amount of $424,092 and authorize a contingency in the amount of $63,613, for a total contract amount not to exceed $487,705. 4. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The North Oaks Park pool was built in 1969 and has a total of 6,355 square feet of concrete pool decking. During the summer months, the pool provides swim lessons and recreational swimming for the community and is used by high school swim teams for training during the off-season. The pool deck concrete surface has deteriorated, resulting in cracking and pocking, leaving an extremely rough deck surface. The Los Angeles County Health Department (LACHD) oversees all Los Angeles County public pools and has cited the pool deck for failing to meet regulatory requirements. Over the years, City staff has applied temporary coating to help prolong the life of Page 1 Packet Pg. 85 the existing deck surface to the maximum extent possible The Santa Clarita Park pool was built in 1973 and has 8,353 square feet of concrete pool decking. The pool is used year-round for swim lessons, recreational swimming, and high school swim team training. Portions of the pool deck's concrete surface have cracked, causing fragments of material to break off, resulting in a rough and uneven surface. Over the years, City staff has completed small repairs to the pool deck, which now needs substantial repairs to further extend its lifespan. This project will replace the entire 6,355 square feet of concrete decking at the North Oaks Park pool and 1,400 square feet of identified concrete decking sections at the Santa Clarita Park pool with new concrete. New deck drains, equipment anchors, and pool deck hardware will be replaced where needed. New tile pool depth markers and "No Diving" graphics will also be replaced at both sites to meet the current LACHD code. This project supports the Sustaining Public Infrastructure theme of the City's five-year strategic plan, Santa Clarita 2025. The North Oaks Park and Santa Clarita Park Pool Deck Repair and Replacement project 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 existing pool decks. An invitation to bid was published and circulated via the City's e-procurement system, BidNet, on November 1, 2024. The City transmitted the solicitation to 1,457 vendors on BidNet, of which 38 vendors downloaded materials. Five bids were submitted and opened on December 4, 2024. Each of the bids included a base bid and three 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 Estate Design & Construction Los Angeles, CA $364,088 Ramsa Construction Inc. Sherman Oaks, CA $373,800 Zuma Construction Group Inc. Thousand Oaks, CA $374,715 National Pools Inc. Sylmar, CA $399,430 Coastal Pool Construction Inc. El Cajon, CA $519,000 Staff recommends the project be awarded to Estate Design & Construction (Estate Design), the lowest responsive bidder, in the amount of $424,092, which includes $364,088 for the base bid, $60,004 for alternate bid items one through three, and authorizing a contingency in the amount of $63,613 for a total contract amount not to exceed $487,705. The standard practice for capital improvement projects is 10 percent; however, a 15 percent contingency is being proposed due to the age of the infrastructure and the shallow subsurface pool plumbing located underneath the deck. These challenges were previously discovered during the pool deck replacement at the Aquatics Center in 2022, which allowed a 20 percent contingency due to similar project components and unknowns of this project. Page 2 Packet Pg. 86 The contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. The contractor's bid was reviewed for accuracy and conformance to the contract documents and was found to be complete. The bid proposal adheres to the project's plans and specifications. ALTERNATIVE ACTION Other actions as determined by the City Council. FISCAL IMPACT Adequate funds are available in project expenditure account P0027601-516101 to support the recommended contract and all anticipated project costs. ATTACHMENTS North Oaks Park and Santa Clarita Park Site Map Estate Construction Bid (available in the City Clerk's Reading File) Invitation to Bid CIP-24-25-P0027 (available in the City Clerk's Reading File) North Oaks Pool Approved Plans (available in the City Clerk's Reading File) Santa Clarita Pool Approved Plans (available in the City Clerk's Reading File) Page 3 Packet Pg. 87 Santa Clarita Park and North Oaks Park 12/13/2024, 2:43:49 PM 1:18,056 Parks Street Centerlines 0 0.17 0.35 0.7 mi Schools Minor Unpaved Primary Railroad Santa Clara River 0 0.3 0.6 1.2 kn City Park Secondary Bureau of Land Management, Esri, HERE, Garmin, INCREMENT P, NGA, USGS Packet Pg. 88 Data layers that appear on this map mayor may not be accurate, current, or otherwise reliable. The City of Santa Clarita does not warrant the accuracy of the data and assumes no liability for any BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Santa Clarito, 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: Estate Desiqn and Construction Business Address: 1902 Westwood blvd #200 Los Angeles , CA 90025 Telephone No 310-810-7319 State CONTRACTOR's License No. & Class: Class A + B No: 1075658 DIR No.: 1001158686 Original Date: 4/16/2024 Expiration Date: 6/30/2026 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: Benjamin S. Tvizer - CEO address: 1902 Westwood blvd #200 Los Angeles , CA 90025 Phone number: (408) 707-6974 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 27 day of 11 2024. BIDDER: b4L Signature Jaylen Tomas Office Manager Name and Title of Signatory Benjamin S. Tvizer Legal Name of Bidder 1902 Westwood blvd #200 Los Angeles , CA 90025 Address (408) 707-6974 86-3261690 Telephone Number Federal Tax I.D. No. BID SCHEDULE Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, 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. BIDDER must hold pricing for one hundred twenty (120) days following the bid due date. In the event a final contract has not been awarded within this period, the City reserves the right to negotiate extensions to this period. 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 CITY UNIT UNIT PRICE TOTAL 1 Mobilization/Demobilization 1 LS $ 72,000 $ 72,000 2 Demolition of existing concrete 1 LS $15,500 $ 15,500 Install concrete, dowel, reinforcing and 3. bonding per plans 7759 SF $ 22 $170,698 Install tile depth markers and tile graphics per 4. plans 1 LS $17,500 $17,500 Install Lift anchors, grab rails, stanchion 5. sockets, wedge anchors per plan 1 LS $ 28 500 $ 28,500 6 Expansion joint Sealant per plans 537 LF $ 10.00 $ 5,370 Drain grate/ trench and piping installation per 7. plans 1 LS $ 54,520 $ 54,520 TOTAL BASE BID AMOUNT. $364, 088 TOTAL BASE BID AMOUNT IN WORDS: Three hundred sixty four thousand and eighty eight dollars ALTERNATE BID SCHEDULE #1 Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, California Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. Do NOT enter this pricing on BidNet. ITEM NO. DESCRIPTION CITY UNIT UNIT PRICE TOTAL 1 Concrete saw cut and removal per plans 1 LS $ 5,500 $ 5,500 2 Install concrete, dowel, reinforcing and bonding per plans 26 SF $ 22 $ 572 3 Drain grating and piping per plans 1 LS $15,000 $ 15,000 TOTAL ALTERNATE BID AMOUNT: $ 21,072 TOTAL BID AMOUNT IN WORDS: Twenty one thousand seventy two dollars 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. BIDDER must hold pricing for one hundred twenty (120) days following the bid due date. In the event a final contract has not been awarded within this period, the City reserves the right to negotiate extensions to this period. 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. ALTERNATE BID SCHEDULE #2 Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, California Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. Do NOT enter this pricing on BidNet. ITEM NO. DESCRIPTION CITY UNIT UNIT PRICE TOTAL 1 Concrete saw cut and removal per plans 1 LS $5,500 $ 5,500 Install concrete pedestal, dowels, reinforcing 2 and bonding per plans 10 SF $22.00 $ 220 Install diving board stand, anchors and 3 bonding per plans 1 LS $8,000 $8,000 TOTAL ALTERNATE BID AMOUNT: $13,720 TOTAL BID AMOUNT IN WORDS: Thirteen thousand seven hundred and twenty dollars 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. BIDDER must hold pricing for one hundred twenty (120) days following the bid due date. In the event a final contract has not been awarded within this period, the City reserves the right to negotiate extensions to this period. 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. ALTERNATE BID SCHEDULE #3 Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, California Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. Do NOT enter this pricing on BidNet. ITEM DESCRIPTION CITY UNIT UNIT PRICE TOTAL NO. 1 Concrete saw cut and removal per plans 1 LS $5,500 $5,500 Install concrete, dowels, and reinforcing per 2 plans 896 SF $22.0019,712 TOTAL ALTERNATE BID AMOUNT: $25,212 TOTAL BID AMOUNT IN WORDS: Twenty five thousand two hundred and twelve dollars 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. BIDDER'S QUESTIONNAIRE Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, California 1. Submitted by: Benjamin s. Tvizer Telephone: 310-810-7319 Principal Office Address: 1902 Westwood blvd #200 Los Angeles , CA 90025 2. Type of Firm: ❑ C Corporation Ed 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: 4/7/2021 State of Incorporation: California President's Name: Benjamin S. Tvizer Vice -President's Name: Benjamin S. Tvizer Secretary or Clerk's Name: Benjamin S. Tvizer Treasurer's Name: Benlamin S. Tvizer 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. BIDDER'S QUESTIONNAIRE (cont'd) Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, California 4. Name of person holding CONTRACTOR's license: Benjamin S. Tvizer License number: 1075658 Class: A + B Expiration Date: 9/30/2025 D.I.R. Registration #1001158686 5. CONTRACTOR's Representative: Benjamin S. Tvizer Title: Alternate: Jaylen Thomas Title: Office Manager 6. List the major construction projects your organization has in progress as of this date: A. City of Signal Hill Owner: Project Location: City of Signal Hill City Hall 2175 Cherry Ave, Signal Hill, CA 90755 Type of Project: Carpeting City of Signal Hills Historic City Hall B. City of Norco Owner: Project Location: 2870,Clark Ave, NORCO, CA, 928601903, USA, Type of Project: CITY HALL LOBBY AND SECURITY UPGRADE PROJECT C. City of Montebello Owner: Project Location: 1600 W Beverly Blvd MONTEBELLO, California 90640 Type of Project: Construction and establishment of a 20,000 sqft dog park at Acuna Park in the City of Montebello PROPOSAL FORM Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Santa Clorito, 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: Estate Design and Construction Company Address: 1902 Westwood blvd #200 Los Angeles, CA 90025 Phone: 310-810-7319 Email: mshahnovich@estatednc.com By: Benjamin S. Tvizer Print Name Title: Signature: CEO 947 Date: 11 /27/2024 REFERENCES Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, 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: i. Middle School Manhattan Beach Name and Address of Owner / Agency Paul Ruta (310) 748-5601 Name and Telephone Number of Person Familiar with Project $238,880 Deck Coating Repair and Replacement 7/26/2024 Contract Amount Type of Work Date Completed 2 California State University, Dominguez Hills Name and Address of Owner / Agency Alicia Amerson (310) 243-3083 Name and Telephone Number of Person Familiar with Project $176,605 Students showers remodel and addition 8/9/2024 Contract Amount Type of Work Date Completed 3 PAULFRANK Name and Address of Owner / Agency 4133 MILDRED AVE LOS ANGELES, CA 90066 Name and Telephone Number of Person Familiar with Project $65,020 Pool and deck construction 05/21/2024 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: Shay Phipps 818/715-7133 S Philips Surety & Insurance Services Inc 22647 Ventura Blvd #349 Woodland Hills, CA 91364 DESIGNATION OF SUBCONTRACTORS Bid # CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, 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) ofthe prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor Fine Builders �2000005420 DIR Registration No.* Dollar Value of Work $ 43,000 Location and Place of Business 5924 Beckford Ave, Tarzana, CA 91356 Bid Schedule Item No's: 2 + 3 Description of Work Demolition, Install concrete License No. 1008803 Exp. Date: / / 11 /30/2025 Phone ( ) 818-200-3747 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 not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 ofthe Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 ofthe Labor Code. It is not a violation ofthis section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 ofthe Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) ofthe California Labor Code. NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, California SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS 1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Purchasing Agent. 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 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 limitthe liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. II. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liabilitv 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. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coveraee Insurance (Services involvine real orooertv 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. Pollution Liabilitv and/or Asbestos Pollution Liabilitv and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. 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 Purchasing Agent 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 Purchasing Agent, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Purchasing Agent. 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: e Date: 1 1 /27/2024 Printed Name: Benjamin S. Tvizer v�o4 �MTA �1C DECEMB` Addendum No. 1 November 12, 2024 Addendum No. 1 Invitation For Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Desk Repair and Replacement Project City of Santa Clarita, California This addendum must be acknowledged via BidNet and should be included with the bid response. There was a non -mandatory, pre -bid meeting on November 12, 2024 beginning at 10:00 a.m. The meeting location started at the North Oaks Park on 27824 Camp Plenty Road, Santa Clarita, CA 91351 and ended at the Santa Clarita Park on 27285 Seco Canyon Road, Santa Clarita, CA 91354. Attending Staff: • Michele Arima — Buyer, Administrative Services • Kathy Alfaro — PTS Office Clerk, Administrative Services • Glen Durfee — Project Development Coordinator, Neighborhood Services • Doug Jones — Architect, Jones & Madhavan Attending Vendors: • Marcos Chastang — Coastal Pool Construction, Inc. • Carlos Quirarte — National Pools Inc. • Dean Matthews — KNK Construction Corp • M ike Sadat — RAMSA Construction Inc. I. The following questions were asked and answered: (North Oaks Pool location) Q1) Is there an existing storm drain line? Al) Yes, there is an existing storm drain line that runs underneath. Existing deck drainpipe to be reused if not damaged. May need to add new sections of pipe for drain relocation. Q2) When is the Start Date and End Date? A2) Start Date will be in January 2025 and End Date will be by the end of May 2025. Q3) Are there restrooms available nearby to use? A3) Yes, public restrooms are available near the site. Q4) Will there be a provided space for an office trailer to be set-up? A4) An office trailer is not required. There will be a staging area available -approximately a truck width. BID # CIP-24-25-P0027 b�O4 S�MTA cL�r7 �P DEGEMB` Q5) New anchors needed? A5) Yes, new anchors to be installed. Existing equipment to be reused, as per plans. Addendum No. 1 November 12, 2024 Q6) Will the pool be filled or covered during the resurfacing? A6) The pool will not be covered. Contractor will need to protect debris from entering pool. Q7) Will the pool be cleaned out? A7) Contractor to clean any debris from site including inside pool. (Santa Clarita Pool location) Q8) Are both locations Bids together? A8) Yes, both pool locations, North Oaks and Santa Clarita pools, will be bid together. Q9) For ADA compliance, is that why the slope needs to be redone? A9) Yes, the slope dropped too low out of compliance, therefore, needs to be resurfaced. This is part of bid alternate #3. Q10) ADAAccess: ramp included in requested work? A10) Yes, the ramp will need to be resurfaced. Part of bid alternate #3. Q11) Does flooring need to match? A11) Yes, flooring does need to match for consistency and match up to drain level. Q12) Are permit contracts required? Al2) Yes, permit contracts are required and this needs to be coordinated with the inspectors. Building and Safety will have permits. Q13) ADA Access Signs? A13) No Access Signage will be installed by City staff. Q14) Titled depth markers need to be redone? A14) Tile depth markers are to be replaced per plans. Q15) The drain/diving board are separate alternative work? A15) Yes. Please see bid alternate schedule #2. II. ATTACHMENT A: Pre -Bid Sign -In Sheet The following was reviewed: • Project scope of work • Bidding Guidelines BID # CIP-24-25-P0027 b�O4 S�MTA cL�r7 �P DEGEMB` END OF ADDENDUM Addendum No. 1 November 12, 2024 This addendum must be acknowledged via BidNet and should be included with the response. Maya shahnovich Contractor's Representative Estate Design and Construction Company Name 11 /27/2024 Date BID # CIP-24-25-P0027 04 SANTq C� City of Santa Clarita Pre -Bid Meeting Sign -In Sheet November 12, 2024 at 10:00 AM (PT) Invitation for Bid #CIP-24-25-P0027 OLNOfQ'6.[GEM1�BEP 044 Santa Clarita and North Oaks Pool Desk Repair and Replacement Project Bid Closing: December 4, 2024 BEFORE 11:00 AM (PT) Questions Due by November 19, 2024 BEFORE 11:00 AM (PT) I hereby waive, release, and hold harmless from any liability or claims for damages for personal injury, including negligence, as well which may arise in connection with the above -named activity, against the supervisors, the City of Santa Clarita, and its elected employees. My signature below indicates that I have read, understand, and agree to all of the above. Company First & Last Name Must Print Clead Signature Con Or Business 1 cst, �_ C T I of 4,) (, 5 G� h4 5 Tm A4 i1M �f IJ.p-T 10JJ M-?001 S 10 6A Rw.s �O NA)R �v ►1 %�G� an Zn i �� 5 a �e 5 S�r(iQ00 C Project Manager IVlehdi Sadat Akhavi 3-Geyer al -3o�tr aor ON��A (_Ufl S.lU,_,I�t` IBC Lic. 9608307 00 .00 ■^ I - I: (818)27V_24`.- CONSTRUCTION ® www.ram saconst.cem Dean Matthews 0 into`parnsacunst com General Contractor s n Mo •ark r a `_,uearnn B-1, C-20, C-27,C-33, C-38, C-60 V a Since 1990 661-755-0028 16612 Gazeley St. Canyon Country, CA 91351 deanmatthensknk0yahoo.cum Mectkari;caa Heating & Air Conditioiung Specialist LIce ll"et uvaJV 1 G U, C 333, B-1 ..� vv i — ■ .ice.—.,.,..., d ea n matt 11ewsknk@ynll0o.00m V 41" LICH957531 MARCOSCHASTANG 0 (858)202 9546 C (619)4543682 E Marcos@SDCoastalinc.com W coastafeoncreteconcepts.com Addendum No. 2 November 26, 2024 Addendum No. 2 BID # CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project 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 Request for Bids: I. Q&A: Clarification on Bid Amount Question: The bid amount should include all the project amounts including all the 3 alternates? or should it refer only to the amount of the bid schedule? Answer: The Bid will be awarded off the Bid Schedule only. Complete but do not include the Bid Alternates with the Bid Schedule total with your submission. END OF ADDENDUM This addendum must be acknowledged via BidNet and should be included with the response. Maya Shahnovich 11/27/2024 Contractor's Representative Date Estate Design and Construction Company Name BID # CIP-24-25-P0027 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, 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. Estate Design and Construction 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). 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 l County of Los Angeles Jj On V::6 before me, Kim Steil, Notary Public Date '_1�xe Insert Name and Title of the Officer personally appeared �11I I V i 7A11— Nome(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. KIM STEIL Notary Public • California ' Ventura County commission # 2387741 comm. Expires Dec 21, 2025 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 Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: 0c2019 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator n nthar- Signer is Representing: NON -COLLUSION AFFIDAVIT Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) Benjamin S. Tvizer being first duly sworn deposes and says that he/she is the President (sole owner, a partner, president, etc.) of Estate Design and Construction 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: 6L Signature Title C;En F�P,P'SNNT,4 oGyO�D �s nE��snsE4, `�� Santa Clarita and North Oaks Pool Deck Repair and J Replacement Project Bid # CIP-24-25-P0027 TABLE OF CONTENTS Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Santa Clarita, California SECTION A CITY OF SANTA CLARITA - APPROVAL TO BID NOTICE INVITING BIDS DOCUMENT CHECKLIST SECTION B BID INSTRUCTIONS BID CLAUSES SECTION C PROPOSAL FORM NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS BID SCHEDULE ALTERNATE BID SCHEDULES #1, #2, AND #3 BIDDER'S INFORMATION AND CERTIFICATION BIDDER'S QUESTIONNAIRE CERTIFICATION OF NON -SEGREGATED FACILITIES DESIGNATION OF SUBCONTRACTORS REFERENCES PROPOSAL GUARANTEE BOND/BIDDER'S BOND NON -COLLUSION AFFIDAVIT SECTION D SUBCONTRACTOR CLAUSES SECTION E CAPITAL IMPROVEMENT PROJECT AGREEMENT LABOR AND MATERIAL BOND FAITHFUL PERFORMANCE BOND FRINGE BENEFIT STATEMENT SECTION F SCOPE OF WORK EXHIBIT A POOL DRAWINGS EXHIBIT B TECHNICAL POOL SPECIFICATIONS EXHIBIT C C&DMMP FORM SECTION A Solicitation Information CITY OF SANTA CLARITA NOTICE INVITING BIDS Project Name: Santa Clarita and North Oaks Pool Deck Repair and Replacement Project BID #: CIP-24-25-P0027 City Project Number: P0027 Dates Published: November 1, 2024 & November 8, 2024 Pre -Bid Meeting: November 12, 2024 at 10:00 AM (PT) Last Day for Questions: November 19, 2024 before 11:00 AM (PT) Bid Closing: December 4, 2024 before 11:00 AM (PT) Engineer's Estimate: $472,000 License(s) Required: Either A, B, C-8 or C-53 (or combination) Project Description: The objective of this solicitation is to obtain the services of a contractor to replace the complete concrete pool deck at North Oaks Pool and identified damaged sections of pool deck at Santa Clarita Pool. The project includes the demolition of existing concrete and the installation of new concrete at both sites. Project also includes new tile depth markers and graphics, deck drains, stanchion sockets and anchors. The work at the two sites must be done sequentially and the first site must be complete and fully operational before work at the next location may begin. Order to be determined by City. Bond Requirements: Yes Contact Information: Michele Arima 1 (661) 286-4066 1 marima@santaclarita.gov Prevailing Wage Monitoring: This Project is subject to prevailing wage compliance monitoring and enforcement by the Department of Industrial Relations. Required Contractor & Subcontractor Registration: Only bids submitted by bidders (along with all listed subcontractors) that are currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5 will be accepted. Specifications for this bid may be downloaded from the City's Purchasing website at: www.bidnetdirect.com//cityofsantaclarita. Please refer to specifications for complete details and bid requirements. The specifications in this notice shall be considered a part of any contract made pursuant thereto. A paper copy of the bid documents is available upon request in the City Clerk's office, suite 120. Bid Questions should be submitted electronically via BidNet "Question and Answer" tab. Addenda, if issued by the CITY, will be transmitted on BidNet. Addenda must be digitally acknowledged via BidNet in addition to a printed and signed version submitted with the bid. If addenda are not signed and submitted with the bid proposal, the bid may be deemed non -responsive and rejected. DOCUMENT CHECKLIST Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Santa Clarita, California The following documents must be completed and submitted by the bidder as per the outlined timeframes. The following documents must be provided by ALL bidders: Uploaded via BidNet (see Section C) ❑ Proposal Form ❑ Notice to Bidders Regarding Contractual Requirements ❑ Bid Schedule ❑ Alternate Bid Schedule ❑ Bidder's Information and Certification ❑ Bidder's Questionnaire ❑ Certification of Non -Segregated Facilities ❑ Designation of Subcontractors ❑ References ❑ Non -Collusion Affidavit ❑ All signed addendums (if any) — Digitally acknowledged on BidNet in addition to uploaded via BidNet Delivered to City Hall, Attn: Purchasing, Suite 120 prior to bid closing: ❑ Proposal Guarantee Bond/Bidder's Bond (Notarized) The following documents must be provided by the AWARDEE ONLY (With Agreement) Delivered to City Hall, Attn: Glen Durfee ❑ Capital Improvement Project Agreement ❑ Faithful Performance Bond (Notarized) ❑ Labor & Material Bond (Notarized) ❑ Insurance Required by Contract ❑ W9 ❑ Fringe Benefit Statement SECTION B Bid Instructions and Bid Clause BID INSTRUCTIONS Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, California 1. SUBMITTING BIDS. The bid response must be submitted on this form and include all forms provided or information requested or required by the scope of work or specifications, (uploaded via BidNet): www.bidnetdirect.com//citvofsantaclarita 1.1. Proposals/corrections received after the bid closing time will not be accepted. The City will not be responsible for bids not properly or timely, uploaded. Upon award, all submissions become a matter of public record. 1.2. Notarized Forms - An original, notarized Proposal Guarantee Bid Bond and Bid Security Form for Check or Bond to Accompany Bid must be submitted as a hard -copy original. This document must be received at the address specified below no later than the bid due date and time for the vendor to be considered responsive. This document is to be received in a separately sealed envelope clearly marked with title of content, vendor's name and address, and bid number. City of Santa Clarita ATTN: Purchasing 23920 Valencia Blvd, Suite 120 Santa Clarita, CA 91355 1.3. Pricing must be entered into line items section of BidNet. All documentation of unit pricing or other cost breakdowns as outlined in this bid shall be submitted to support the total bid price. All bid amounts will be deemed to include any applicable taxes (Sales Tax, Use Tax, or any other tax). In the case of any pricing entered elsewhere that conflicts with what is entered on BidNet, the numbers entered on BidNet shall govern. 2. BID OPENING. The City publicly opens bids online via BidNet at the time shown on the "CITY OF SANTA CLARITA NOTICE INVITING BIDS." 3. PRE -BID MEETING AND JOBWALK. A non -mandatory, pre -bid meeting to discuss the required scope of work will be held at 10:00 AM (PT) on November 12, 2024, at North Oaks Park - 27824 Camp plenty Road, Santa Clarita, CA 91351 then to Santa Clarita Park — 27285 Seco Canyon Road, Santa Clarita, CA 91354. 4. BID QUESTIONS. Questions shall be submitted and responses provided electronically through the BidNet platform in accordance with the date and time shown on the "CITY OF SANTA CLARITA NOTICE INVITING BIDS." 5. BONDS. Bid bonds shall be furnished by all Bidders in the amount of at least 10% of the total value of the bid to guarantee that Bidders will enter into contract to furnish goods or services at prices stated. The bonding company must be listed on Treasury Circular 570 and licensed to operate in the state of California. Likewise, a Faithful Performance Bond and a Labor and Material Bond shall be required of the successful Bidder when stated in the specification. 6. ADDENDA. The City will not accept responsibility for incomplete packages or missing addenda. All addenda will be issued through the BidNet platform, and it is the Bidder's responsibility to monitor BidNet for release of the addenda prior to submission of the quote to make certain the package is complete and all required addenda are included. All official information and guidance will be provided as part of this solicitation or written addenda and Bidders are cautioned against relying on verbal information in preparation of the bid response. Addenda must be digitally acknowledged through BidNet in addition to a printed and signed version submitted with the bid. If addenda are not signed and submitted with the quote response, the bid may be deemed non -responsive and rejected. 7. INSPECTION OF WORKSITE. Bidders are encouraged to inspect the worksite, by personal examination or by such other means, of the location of the proposed work and the actual conditions of the worksite. If, during the course of examination, a Bidder finds facts or conditions which conflict with the bid documents, he/she shall submit questions for clarification via BidNet. The submission of any received bid shall constitute an acknowledgement that any necessary site inspection has taken place. No claim for additional compensation will be allowed which is based upon lack of knowledge of the work site. 8. INTERPRETATION OF CONTRACT DOCUMENTS. Errors, omissions, or discrepancies found in the plans, specifications, or other contract documents shall be called to the attention of the City and clarified by the last day for questions. No oral interpretation will be made to any Bidder as to the meaning of the Contract Documents. All questions should be submitted via BidNet platform. 9. BRAND NAMES, ALTERNATIVES, OR EQUIVALENTS. In the bid documents, the use of a specific manufacturer, brand or make does not restrict Bidders in their proposed solution. When brand names are used, it indicates the quality and utility of the article desired; thus, the bids submittal shall in all cases propose goods equal in quality and utility. If Materials differing from stated specifications may be considered, provided such differences are clearly noted and described. The City shall make the final determination of compliance with the specifications. If proposing an alternative or equivalent product, the Bidder shall provide the cut sheet/spec sheet or detailed product description for the proposed product via email to purchasing@santa-clarita.com prior to the last day for questions. For each product proposed documentation provided must include a description reflecting the characteristics and level of quality that will satisfy the salient physical, functional, or performance characteristics of "equal" products specified in the solicitation. The proposal must clearly identify the item by brand name (if any), and make/model number, and may include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the City. The proposal shall clearly describe any modifications the Bidder plans to make in a product to make it conform to the solicitation requirements. The City has the option of accepting or rejecting any alternative or equivalent product. Exception is made on those items wherein identical supply has been determined a necessity and the notation NO SUBSTITUTE has been used in the specification section. 10. NON-DISCRIMINATION. In the performance of this Contract, Bidder shall not discriminate in recruiting, hiring, promotion, demotion, or termination practices on the basis of race, religious creed, color, national origin, ancestry, sex, age, or physical handicap and shall comply with the provisions of the California Fair Employment & Housing Act (Government Code Section 12900, et seq.), the Federal Civil Rights Act of 1964 (P.L. 88-352) and all amendments thereto, Executive Order No. 11246 (30 Federal Register 12319), and all administrative rules and regulations issued pursuant to said Acts and Order. Bidder shall likewise require each subcontractor to comply with this paragraph and shall include in each such subcontract language similar to this paragraph. 11. PROTECTION OF RESIDENT WORKERS. The City actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and I-9 employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Bidder shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 12. AWARD OF CONTRACT. If the City awards the contract, the award is made to the lowest responsible and responsive Bidder. This is determined solely by the City. Additionally, the City reserves the right to reject any or all bids, to waive (or not waive) any irregularity, and to take the bids under advisement for a period of ninety (90) days, all as may be required to provide for the best interests of the City. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the Bidder to whom the award is contemplated. All bids will be compared with the Engineer's Estimate. The acceptance of a bid will be evidenced by a Notice of Award of Contract in writing, delivered to the Bidder whose bid is accepted. All other unsuccessful Bidders will also receive notification. This correspondence may be issued via BidNet. No other act of the City shall constitute acceptance of a bid. The award of contract shall obligate the Bidder, whose bid is accepted to furnish all required bonds, as well as evidences of insurance and execute the contract set forth herein. The successful Bidder will be required to furnish a Labor and Material Bond in an amount equal to one hundred percent (100%) of the Contract price and a Faithful Performance Bond in an amount equal to one hundred percent (100%) of the Contract price. Also, the successful Bidder will be required to submit worker's compensation insurance, and liability insurance with the contract. Surety bonds shall be signed by a guaranty or surety company listed in the latest issue of the U.S. Treasury Circular 570 and satisfactory to the City. The determination of lowest bid shall be based upon: Base bid only The City reserves the right to add any applicable additive or deductive alternates via change order at any time during the project up to the last contract working day. The bidder agrees to hold all unit prices bid for alternates constant throughout the project's duration up to the last contract working day. No additional compensation for alternates added by change order will be allowed beyond the amount shown on the original bid. Increases or decreases in work quantities within the specified limits shall not invalidate the unit bid or contract prices. The bidder shall not claim any loss of anticipated profits because of any alteration or variation between the approximate quantities and the quantities of work as done. The City reserves the right to increase or decrease the amount of any or all of the approximate quantity shown in the Bid Schedule and to add or delete the type and extent of work identified and summarized. Bidders are also directed to the provisions in "Award and Execution of Contract" of the Standard Specification of Public Works Construction (SSWPC) latest edition, and in the General Provisions of this document. Finally, the City reserves the right to reject any and all bids, or delete portions of any and all bids, or waive any informality in the bid not affected by law. 13. WITHDRAWAL OF BIDS PER PUBLIC CONTRACT CODE. A bid may be withdrawn by a written request signed by the Bidder. Such requests must be delivered by certified mail to the Purchasing Agent to the address below. Failure to comply may result in forfeit of bid bond. City of Santa Clarita ATTN: Purchasing 23920 Valencia Blvd, Suite 120 Santa Clarita, CA 91355 14. ASSIGNMENT OF CONTRACT. The Contract may not be assigned without the written consent of the City, provided that this shall not preclude the assignment of the Contract as security or the assignment of the whole or any part of the proceeds of the Contract including monies, assessment, partial assessment, reassessment, or any bonds which may be issued and represent any assessment or reassessment due or to be due under the Contract. Before entering into a Contract, the successful Bidder shall furnish a statement of the company's financial condition and previous construction experience or such evidence of his qualifications as may be required by the City. 15. CONTRACTOR LICENSE. The successful Bidder shall provide the required license(s) listed on the Notice Inviting Bids, at the time of bid closing. The successful Bidder must be properly licensed as a contractor from contract award through contract completion (Public Contract Code § 10164). Bidders shall be licensed in accordance with the provisions of Chapter 9, Division 3, of the Business and Professions Code. 16. DEPARTMENT OF INDUSTRIAL RELATIONS REQUIREMENTS. No Bidder or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code Section 1771.1(a)]. No BIDDER or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 17. REQUIRED CONTRACTOR AND SUBCONTRACTOR REGISTRATION. 17.1. Owner shall accept Bids only from Bidders that (along with all Subcontractors listed in Document 00 4330 (Subcontractors List) are currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5. 17.2. Subject to Labor Code Sections 1771.1(c) and (d), any Bid not complying with paragraph A. above shall be returned and not considered; provided that if Bidder is a joint venture (Business & Professions Code Section 7029.1) or if federal funds are involved in the Contract (Labor Code Section 1771.1(a)), Owner may accept a non -complying Bid provided that Bidder and all listed Subcontractors are registered at the time of Contract award. 17.3. Pursuant to Labor Code Section 1771(a), Contractor represents that it and all of its Subcontractors are currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5. Contractor covenants that any additional or substitute Subcontractors will be similarly registered and qualified. 18. PREVAILING WAGES. This contract is subject to the State prevailing wage requirements of the California Labor Code including, but not limited to, Sections 1770, 1771.5, 1773, 1776 and 1777.5. Contractor shall comply with California prevailing wage laws including, to the extent applicable, Labor Code Section 1720.9. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet web site at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. A copy of the prevailing rate of per diem wages shall be posted at the job site. The Contractor is responsible for obtaining a current edition of all California statutes and regulations, and adhering to the latest editions of such. 19. SCOPE OF WORK/SPECIFICATION MODIFICATIONS. The right is reserved, as the interest of the City may require, to amend the specifications or drawings before the bid closing date. Such revisions and amendments, if any, will be announced by an addendum or addenda. Copies of such addenda as may be issued, will be furnished to all prospective Bidders. If the revisions and amendments require material changes in quantities or price bid, or both, the date set for bid closing may be postponed by such number of days as, in the opinion of the City, will enable Bidders to revise their bids. In such cases, the addendum will include an announcement of the new date for bid closing. The Bidder is required to acknowledge all issued addendums at the time of bid closing. Please sign and return all submitted addendums to avoid disqualification of the submitted bid. It is the Bidder's responsibility to ensure all addendums have been received before the bid closing. 20. SUBCONTRACTORS REQUIREMENTS. Each Bidder must submit the Designation of Subcontractors form with their bid. No bid shall be considered unless it is included with the bid submission. Please see Section D: Subcontractor Information for more information. 21. MANDATORY REQUIREMENTS. All requirements, submittals, or subsequent communications shall be considered mandatory. 22. EXAMINATION OF CONTRACT DOCUMENTS. 22.1. Bidder shall scrutinize the entire site of work, including but not restricted to any corresponding or associated conditions and encumbrances related, the plans and specifications, bid documents, and contract forms therefore. The submission of a bid shall be conclusive evidence that Bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and scope of the work to be performed, the quantities of material to be furnished, and as to the requirements of the proposal, plans, specifications, and other contract documents. 22.2. Bidders must satisfy themselves by examining the work site, plans, specifications, and other contract documents, and by any other means as they may believe necessary, as to the actual physical conditions, requirements, and difficulties under which the work must be performed. No Bidder shall at any time after submission of a proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or amount of work necessary for the satisfactory completion of the job. Errors, omissions, or discrepancies found in the plans, specifications, or other contract documents shall be called to the attention of the City as instructed and with the date and time given for Bidders' questions in the most current CITY OF SANTA NOTICE INVITING BIDS or as updated in any addenda. 23. PROTEST PROCEDURES. Any person or entity may present a formal protest to the City concerning solicitations being conducted by staff. 23.1.1. Definitions "Bidder" means any person or firm providing a timely, written response to the City solicitation. "Bid Protest" means any protest with regard to the response submitted by another Bidder. "Response" means the written response to the City solicitation provided by a person or firm. "Solicitation Protest" means a statement of protest, dispute, challenge, disagreement, disapproval or other objection regarding documents, determinations or actions taken or contemplated by the City with respect to a solicitation. "Solicitation" means the document by which the City identifies goods, equipment, services or public construction projects for which it seeks a response. 23.1.2. Format- The protest must be in writing and include the following information at a minimum: 23.1.2.1. The name, address and phone number of the protester, or the authorized representative of the protester; 23.1.2.2. The signature of the protester or authorized representative of the protester; 23.1.2.3. The solicitation number and title under which the protest is submitted; 23.1.2.4. A detailed description of the legal or factual grounds for the protest and all supporting documentation. For protests containing elements not based on publicly released information the protest must have documentation clearly showing the date on which the protester received the information; and 23.1.2.5. The form of relief requested. 23.1.3. Solicitation Protests- Protests of any kind regarding the solicitation including, but not limited to, specifications, scope of work or process, must be received by the City's Purchasing Agent not more than five calendar days after the last day for questions or the last addendum is issued, whichever is later. The decision by the Purchasing Agent on any solicitation protest shall be final. 23.1.4. Bid Protest and Review 23.1.4.1. The protest, in the Format specified above, must be submitted to the City Manager by email or by personal delivery or overnight mail (to City Hall, 23920 Valencia Boulevard, Suite 120, Santa Clarita, CA 91355) so that it is received by the City no later than seven calendar days after the bid closing. 23.1.4.2. A copy of the protest must be served upon the Bidder subject to the protest in the same manner by which the protest was submitted to the City Manager. Failure to serve the protest upon the Bidder subject to the protest is grounds upon which the City may deny the protest. 23.1.4.3. A Bidder whose bid has been protested by another bidder may submit to the City Manager a written response to the protest by email or by personal delivery or overnight mail (to City Hall, 23920 Valencia Boulevard, Suite 120, Santa Clarita, CA 91355) so that it is received by the City no later than seven calendar days after the protesting Bidder has served the protest. 23.1.4.4. The City Manager or designee shall have up to ten calendar days to decide whether to approve or reject the protest. The written decision of the City Manager or designee on the protest shall be served upon the protesting Bidder and any Bidder subject to the protest within 14 calendar days of receipt of the bid protest. The City Manager or designee may extend the 10 calendar days if necessary to review additional information requested from any Bidder. 23.1.4.5. The decision of the City Manager or designee on the bid protest shall be final with no further review. 23.1.5. State or Federal Funding 23.1.5.1. If the subject matter of the solicitation or project is receiving any State or Federal funds which requires a protest procedure different than the procedures stated above, then that protest procedure shall control. 23.1.5.2. In the event there is any lawsuit filed against the City relating to any federally funded project, the City will provide prompt notice of that lawsuit to all agencies who participated in the funding of the project. 23.1.6. Mandatory Procedure- This administrative procedure and the time limits set forth herein are mandatory. Failure to comply with these mandatory procedures shall constitute a waiver of any right to pursue the bid protest, including filing a Government Code claim or any legal proceedings or actions. The City of Santa Clarita's "Terms and Conditions" is found on a separate attachment in BidNet. BID CLAUSES Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, California 1. BID RIGGING. The U.S. Department of Transportation (DOT) provides a toll -free hotline to report bid rigging activities. Use the hotline to report bid rigging, Bidder collusion, and otherfraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. 2. DISQUALIFICATION OF BIDDERS. In the event that any Bidder acting as a prime contractor has an interest in more than one bid, all such bids will be rejected, and the Bidder will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one Bidder and, while doing so, may also submit a formal bid as a prime contractor. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor 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 contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. Labor Code Section 1771.1(a) requires contractors and their subcontractors to possess and maintain such registration with DIR in order to be awarded and to perform on public works projects (regardless of funding source). Any Bidder which has been debarred by any PUBLIC City in the last ten (10) years is deemed not to be a qualified Bidder for the purposes of this project. The City may conduct investigations as it deems necessary to assist in the evaluation of any bid and to establish the responsibility, qualifications and financial ability of the Bidder to do the work in accordance with the Contract Documents to the City's satisfaction within the prescribed time. To determine the degree of responsibility to be credited to the Bidder, the City will weigh any evidence including but not limited to evidence of suspension, debarment, exclusion, or determination of ineligibility by any other City. Any Bidder which is currently debarred by any public agency is deemed not to be a qualified Bidder for the purposes of this project. If in the opinion of the City, a Bidder is determined to be insufficiently qualified, then that bid will not be considered for award of the contract. DEBARMENT AND SUSPENSION. Certification Regarding Debarment, Suspension, and Other Responsibility Matters- Lower Tier Covered Transactions. Instructions for Certification: 3.1.1.By signing and submitting this bid, the prospective lower tier participant is providing the signed certification set out below. 3.1.2.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the City may pursue available remedies, including suspension and/or debarment. 3.1.3.The prospective lower tier participant shall provide immediate written notice to the City if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 3.1.4.The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "persons," "lower tier covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 [49 CFR Part 29]. You may contact the City of Santa Clarita for assistance in obtaining a copy of those regulations. 3.1.5.The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized in writing by the City. 3.1.6.The prospective lower tier participant further agrees by submitting this bid that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction", without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 3.1.7.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non - procurement List issued by U.S. General Service Administration. 3.1.8.Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 3.1.9.Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the Federal government, the City may pursue available remedies including suspension and/or debarment. 3.2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction 3.2.1.The prospective lower tier participant certifies, by submission of this bid, that neither it nor its "principals" as defined at 49 C.F.R suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 3.2.2.When the prospective lower tier participant is unable to certify to the statements in this certification, such prospective participant shall attach an explanation to this bid. 4. LEGAL RESPONSIBILITIES. Proposals must be submitted, filed, made, and executed in accordance with State and Federal laws relating to bids for contracts of this nature, whether the same are expressly referred to herein or not. Bidders submitting a proposal shall, by such action thereby, agree to each and all of the terms, conditions, provisions, and requirements set forth, contemplated, and referred to in the plans, specifications, and other contract documents, and to full compliance therewith. UNFAIR BUSINESS PRACTICES CLAIMS: ASSIGNMENT TO AWARDING BODY. Pursuant to Section 7103 of the Public Contracts Code, the contract to be awarded will be defined as a "public works contract." In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the Bidder or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or under the Cartwright Act (Chapter 2 commencing with B-12 Section 16700, of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the Bidder, without further acknowledgment by the parties. 6. CHANGED CONDITIONS. 6.1. Differing Site Conditions 6.1.1. During the progress of the work, if subsurface or latent physical conditions are encountered at the site differing materially from those indicated in the contract or if unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing conditions before the site is disturbed and before the affected work is performed. 6.1.2.Upon written notification, the engineer will investigate the conditions, and if it is determined that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding anticipated profits, will be made and the contract modified in writing accordingly. SSPWC (Standard Specifications for Public Works Construction) of the contract is warranted. 6.1.3.No contract adjustment which results in a benefit to the contractor will be allowed unless the contractor has provided the required written notice. 6.1.4.No contract adjustment will be allowed under this clause for any effects caused on unchanged work. (This provision may be omitted by the Local Agency, at their option.) 6.2. Suspensions of Work Ordered by the Engineer 6.2.1.If the performance of all or any portion of the work is suspended or delayed by the engineer in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and the contractor believes that additional compensation and/or contract time is due as a result of such suspension or delay, the contractor shall submit to the engineer in writing a request for adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment. 6.2.2.Upon receipt, the engineer will evaluate the contractor's request. If the engineer agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the contractor, its suppliers, or subcontractors at any approved tier, and not caused by weather, the engineer will make an adjustment (excluding profit) and modify the contract in writing accordingly. The contractor will be notified of the engineer's determination whether or not an adjustment of the contract is warranted. 6.2.3.No contract adjustment will be allowed unless the contractor has submitted the request for adjustment within the time prescribed. 6.2.4.No contract adjustment will be allowed under this clause to the extent that performance would have been suspended or delayed by any other cause, or for which an adjustment is provided or excluded under any other term or condition of this contract. 6.3. Significant Changes in the Character of Work 6.3.1.The engineer reserves the right to make, in writing, at any time during the work, such changes in quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such changes in quantities and alterations shall not invalidate the contract nor release the surety, and the contractor agrees to perform the work as altered. 6.3.2.If the alterations or changes in quantities significantly change the character of the work under the contract, whether such alterations or changes are in themselves significant changes to the character of the work or by affecting other work cause such other work to become significantly different in character, an adjustment, excluding anticipated profit, will be made to the contract. The basis for the adjustment shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an adjustment will be made either for or against the contractor in such amount as the engineer may determine to be fair and equitable. 6.3.3.If the alterations or changes in quantities do not significantly change the character of the work to be performed under the contract, the altered work will be paid for as provided elsewhere in the contract. 6.3.4.The term "significant change" shall be construed to apply only to the following circumstances: 6.3.4.1. When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or 6.3.4.2. When a major item of work, as defined elsewhere in the contract, is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed. 7. QUALITY ASSURANCE. The Agency uses a Quality Assurance Program (QAP) to ensure a material is produced to comply with the Contract. You may examine the records and reports of tests the Agency performs if they are available at the job site. Schedule work to allow time for QAP. 8. TAXES. No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts bid will be deemed and held to include any such taxes which may be applicable. 9. NONDISCRIMINATION. In the performance of this Contract, Bidder shall not discriminate in recruiting, hiring, promotion, demotion, or termination practices on the basis of race, religious creed, color, national origin, ancestry, sex, age, or physical handicap and shall comply with the provisions of the California Fair Employment & Housing Act (Government Code Section 12900, et seq.), the Federal Civil Rights Act of 1964 (P.L. 88-352) and all amendments thereto, Executive Order No. 11246 (30 Federal Register 12319), and all administrative rules and regulations issued pursuant to said Acts and Order. The contractor shall carry out applicable requirements of Title 49 CFR (Code of Federal Regulations) part 26 in the award and administration of US DOT assisted contracts. Bidder shall likewise require each subcontractor to comply with this paragraph and shall include in each such subcontract language similar to this paragraph. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. 10. SPECIAL PROVISIONS. Failure of the Bidder to fulfill the requirements of the Special Provisions for submittals required to be furnished after bid closing, including but not limited to escrowed bid documents, where applicable, may subjectthe Bidder to a determination of the Bidder's responsibility in the event it is the apparent low Bidder on future public works contracts. SECTION C Bid Submittals PROPOSAL FORM Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Santa Clorito, 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: Company Address: Phone: Email: By: Print Name Title: Signature: Date: NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, California SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS 1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. If any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Purchasing Agent. 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 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 limitthe liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. II. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liabilitv 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. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coveraee Insurance (Services involvine real orooertv 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. Pollution Liabilitv and/or Asbestos Pollution Liabilitv and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,000] combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. 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 Purchasing Agent 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 Purchasing Agent, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Purchasing Agent. 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: Printed Name: Date: BID SCHEDULE Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, 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. BIDDER must hold pricing for one hundred twenty (120) days following the bid due date. In the event a final contract has not been awarded within this period, the City reserves the right to negotiate extensions to this period. 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 DESCRIPTION CITY UNIT UNIT PRICE TOTAL NO. 1 Mobilization/Demobilization 1 LS $ $ 2 Demolition of existing concrete 1 LS $ $ Install concrete, dowel, reinforcing and 3. bonding per plans 7759 SF $ $ Install tile depth markers and tile graphics per 4. plans 1 LS $ $ Install Lift anchors, grab rails, stanchion 5. sockets, wedge anchors per plan 1 LS $ $ 6 Expansion joint Sealant per plans 537 LF $ $ Drain grate/ trench and piping installation per 7• plans 1 LS $ $ TOTAL BASE BID AMOUNT. $ TOTAL BASE BID AMOUNT IN WORDS: ALTERNATE BID SCHEDULE #1 Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, California Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. Do NOT enter this pricing on BidNet. ITEM NO. DESCRIPTION CITY UNIT UNIT PRICE TOTAL 1 Concrete saw cut and removal per plans 1 LS $ $ 2 Install concrete, dowel, reinforcing and bonding per plans 26 SF $ $ 3 Drain grating and piping per plans 1 LS $ $ TOTAL ALTERNATE BID AMOUNT: $ TOTAL BID AMOUNT IN WORDS: 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. BIDDER must hold pricing for one hundred twenty (120) days following the bid due date. In the event a final contract has not been awarded within this period, the City reserves the right to negotiate extensions to this period. 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. ALTERNATE BID SCHEDULE #2 Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, California Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. Do NOT enter this pricing on BidNet. ITEM DESCRIPTION CITY UNIT UNIT PRICE TOTAL NO. 1 Concrete saw cut and removal per plans 1 LS $ $ Install concrete pedestal, dowels, reinforcing 2 and bonding per plans 10 SF $ $ Install diving board stand, anchors and 3 bonding per plans 1 LS $ $ TOTAL ALTERNATE BID AMOUNT: $ TOTAL BID AMOUNT IN WORDS: 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. BIDDER must hold pricing for one hundred twenty (120) days following the bid due date. In the event a final contract has not been awarded within this period, the City reserves the right to negotiate extensions to this period. 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. ALTERNATE BID SCHEDULE #3 Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, California Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price shall govern. Do NOT enter this pricing on BidNet. ITEM DESCRIPTION CITY UNIT UNIT PRICE TOTAL NO. 1 Concrete saw cut and removal per plans 1 LS $ $ Install concrete, dowels, and reinforcing per 2 plans 896 SF $ $ TOTAL ALTERNATE BID AMOUNT: $ TOTAL BID AMOUNT IN WORDS: 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. BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Santa Clarito, CA Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. Bidder's Name: Business Address: Telephone No.: _ State CONTRACTOR's License No. & Class: DIR No.: Original Date: Expiration Date: 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: 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: All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this day of 20_ BIDDER: Signature Name and Title of Signatory Legal Name of Bidder Address Telephone Number Federal Tax I.D. No. BIDDER'S QUESTIONNAIRE Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, California 1. Submitted by: Principal Office Address: Telephone: 2. Type of Firm: ❑ 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: President's Name: Vice -President's Name: Secretary or Clerk's Name: Treasurer's Name: State of Incorporation: 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. BIDDER'S QUESTIONNAIRE (cont'd) Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, California 4. Name of person holding CONTRACTOR's license: License number: Class: Expiration Date: D.I.R. Registration # 5. CONTRACTOR's Representative: Title: Alternate: Title: 6. List the major construction projects your organization has in progress as of this date: A. Owner: Project Location: Type of Project: _ B. Owner: Project Location: Type of Project: _ C. Owner: Project Location: Type of Project: _ CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, 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. 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 # CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, 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) ofthe prime contractor's total bid. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor DIR Registration No.* Dollar Value of Work 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 ( ) 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 not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 ofthe Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 ofthe Labor Code. It is not a violation ofthis section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1725.5 ofthe Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) ofthe California Labor Code. REFERENCES Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, 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. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 2. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 3. Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project 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: BIDDER'S BOND Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words "BID BOND FOR" and the bid #, no later than the bid closing date and time, for the BIDDER to be considered responsive. NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: dollars ($ ), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said CITY provided this Proposal shall be accepted by said CITY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: Santa Clarita And North Oaks Pool Deck Repair And Replacement Project Bid No. CIP-24-25-P0027 Project No. P0027 Bidder's Signature CONTRACTOR/BIDDER Address City, State, Zip Code * Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. PROPOSAL GUARANTEE BID BOND Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, California KNOW ALL PERSONS BY THESE PRESENTS that , as BIDDER, and as SURETY, are held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of dollars ($ _), which is ten percent (10%) of the total amount bid by BIDDER to CITY for the above -stated project, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. 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 Day of 20_ CONTRACTOR: Name and Title of Signatory Signature Legal Name of Bidder Bidder Address Telephone Number Federal Tax I.D. No. SURETY*: _ Name Phone Number and Email 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 signatures must be notarized prior to submittal. NON -COLLUSION AFFIDAVIT (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, 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-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES ) the being first duly sworn deposes and says that he/she is (sole owner, a partner, president, etc.) of 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: Signature Title SECTION D Subcontractor Information SUBCONTRACTORS Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, California 1. SUBCONTRACTORS. The BIDDER performs not less than fifty (50%) percent of the original contract work with the bidder's own organization. 2. LIST OF SUBCONTRACTORS. No more than fifty (50%) percent of the work, as defined by the contract price, may be done by subcontractors. Copies of subcontracts will be provided to the City Engineer upon his request. 2.1. Each BIDDER must submit with his bid the following: 2.1.1.The Full name of each subcontracting firm as required by Government Code, Sec. 4201, typed or legibly printed. 2.1.2.The address of each firm. 2.1.3.The telephone number at the place of business. 2.1.4.Work to be performed by each subcontracting firm. 2.1.5.Total approximate dollar amount of each subcontract. 2.2. Submit the "Designation of Subcontractors" form enclosed herewith. No Contract shall be considered unless such list is submitted as required. PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS. A prime contractor or subcontractor shall pay to any subcontractor, not later than seven days after receipt of each progress payment, unless otherwise agreed to in writing, the respective amounts allowed the contractor on account of the work performed by the subcontractors, to the extent of each subcontractor's interest therein in accordance with the provision in Section 7108.5 of the California Business and Professions Code concerning prompt payment to subcontractors. In the event that there is a good faith dispute over all or any portion of the amount due on a progress payment from the prime contractor or subcontractor to a subcontractor, the prime contractor or subcontractor may withhold no more than 150 percent of the disputed amount. Any violation of this section shall constitute a cause for disciplinary action and shall subject the licensee to a penalty, payable to the subcontractor, of 2 percent of the amount due per month for every month that payment is not made. In any action for the collection of funds wrongfully withheld, the prevailing party shall be entitled to his or her attorney's fees and costs. The sanctions authorized under this section shall be separate from, and in addition to, all other remedies, either civil, administrative, or criminal. 4. CALIFORNIA DEBARRED CONTRACTORS AND SUBCONTRACTORS. Sections 1720 et seq. of the Labor Code and Section 6109 of the Public Contract Code apply to the Contract, and each potential bidder and Subcontractor is responsible to be in full compliance with those laws. If a potential bidder or subcontractor has been found by the California Labor Commissioner to be in violation of Section 1720 et seq. of the Labor Code, in accordance with Section 1777.1of the Labor Code, the potential bidder shall be ineligible to bid or be awarded a contract or to perform work on any City public works project. In accordance with Section 6109 of the Public Contract Code any subcontractor who is ineligible to perform work on a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code is prohibited from performing work on any City public works project. Pursuant to Section 6109(b) of the Public Contract Code, any contract on a City public works project entered into between a bidder and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any City money for performing work as a subcontractor on a City public works contract, and any City money that may have been paid to a debarred subcontractor by a bidder on the project shall be returned to the City. The bidder shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the City project. S. PERFORMANCE OF SUBCONTRACTORS. 5.1. The subcontractors listed by the Contractor in conformance with Section 3-3, "Subcontracts" of the (SSPWC), shall perform the work and supply the materials for which they are listed, unless the Contractor has received prior written authorization to perform the work with other forces or to obtain the materials from other sources. 5.2. The subcontractors listed by you in the Contract Documents shall list therein the name and address of each subcontractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. The bidder's attention is invited to other provisions of the Act related to the imposition of penalties for a failure to observe its provisions by using unauthorized subcontractors or by making unauthorized substitutions. SECTION E Awardee Sample Forms SAMPLE AGREEMENT CON-9 Council Approval Date: Agenda Item: Contract Amount: CAPITAL IMPROVEMENT PROJECT AGREEMENT (STATE) BETWEEN THE CITY OF SANTA CLARITA AND <CONTRACTOR NAME> FOR <FULL PROJECT NAME> <PHASE NUMBER AND PHASE DESCRIPTION (AS APPLICABLE)> <CITYBID NO. (AS APPLICABLE) OR CITY PROJECT NO. (ONLYIF BID No. is NIA)> <FEDERAL PROJECT/ID NUMBER (AS APPLICABLE)> <BRIEF DESCRIPTION OF SERVICES> This AGREEMENT is made and entered into for the above -stated project BY AND BETWEEN the CITY OF SANTA CLARITA, as CITY, and as CONTRACTOR. CITY and CONTRACTOR have mutually agreed as follows: ARTICLE I That contract documents for the aforesaid project shall consist of the Notice Inviting Bids, Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special Provisions, Plans, and all referenced specifications, details, standard drawings, special drawings, and appendices; together with this AGREEMENT and all required bonds, insurance certificates, permits, notices, and affidavits; and also including any and all addenda or supplemental agreements clarifying or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said AGREEMENT documents are made a part hereof as though fully set forth herein. ARTIC'ILF TT For and in consideration of the payments and agreements to be made and performed by CITY, CONTRACTOR agrees to furnish all materials and perform all work required for the above -stated project, and to fulfill all other obligations as set forth in the aforesaid contract documents. ARTICLE III CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. Except for defaults of subcontractors at any tier, CONTRACTOR shall not be liable for any excess costs if the failure to perform the Agreement arises from causes beyond the control and without the fault or negligence of CONTRACTOR, including without limitation failure to reasonably mitigate any adverse impacts (Force Majeure). Force Majeure events include the following: Acts of God, fires, floods, earthquake, other natural disasters, epidemics and pandemics (other than COVID-19 or variants), abnormal weather conditions beyond the parameters otherwise set forth in this Article, nuclear accidents, strikes, lockouts, freight embargos, interruptions in service by a regulated utility, or governmental statutes or regulations enacted or imposed after the fact (together, "force maj eure events"). ARTICLE IV CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the contract documents. ARTICLE V City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be 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. ARTICLE VI The provisions of this section are provided in compliance with Public Contract Code Section 9204; they provide the procedures for any claims related to the Work performed under this Agreement. Claim Definition. "Claim" means a separate demand by CONTRACTOR sent by registered mail or certified mail with return receipt requested, for one or more of the following: a. A time extension, including, without limitation, for relief from damages or penalties for delay assessed by CITY. b. Payment by CITY of money or damages arising from the Services performed by, or on behalf of, CONTRACTOR pursuant to the Agreement and payment for which is not otherwise expressly provided or to which CONTRACTOR is not otherwise entitled. c. Payment of an amount that is disputed by CITY. 2. Claim Process. a. Timing. Any Claim must be submitted to CITY in compliance with the requirements of this section no later than fourteen (14) days following the event or occurrence giving rise to the Claim. This time requirement is mandatory; failure to submit a Claim within fourteen (14) days will result in its being deemed waived. b. Submission. The Claim must be submitted to CITY in writing, clearly identified as a "Claim" submitted pursuant to this Article VI and must include reasonable documentation substantiating the Claim. The Claim must clearly identify and describe the dispute, including relevant references to applicable portions of the Agreement, and a chronology of relevant events. Any Claim for additional payment must include a complete, itemized breakdown of all labor, materials, taxes, insurance, and subcontract, or other costs. Substantiating documentation such as payroll records, receipts, invoices, or the like, must be submitted in support of each claimed cost. Any Claim for an extension of time or delay costs must be substantiated with schedule analysis and narrative depicting and explaining claimed time impacts. c. Review. Upon receipt of a Claim in compliance with this Article VI, CITY shall conduct a reasonable review of the Claim and, within a period not to exceed 45 days from receipt, shall provide CONTRACTOR a written statement identifying what portion of the Claim is disputed and what portion is undisputed. Upon receipt of a Claim, CITY and CONTRACTOR may, by mutual agreement, extend the time period provided in this paragraph 2. d. If CITY Approval Required. If CITY needs approval from its governing body to provide CONTRACTOR a written statement identifying the disputed portion and the undisputed portion of the Claim, and CITY' S governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a Claim sent by registered mail or certified mail, return receipt requested, CITY shall have up to three days following the next duly publicly noticed meeting of CITY after the 45-day period, or extension, expires to provide CONTRACTOR a written statement identifying the disputed portion and the undisputed portion. e. Payment. Any payment due on an undisputed portion of the Claim shall be processed and made within 60 days after CITY issues its written statement. If CITY fails to issue a written statement, paragraph 3, below, shall apply. 3. Disputed Claims a. Meet and Confer. If CONTRACTOR disputes CITY' S written response, or if CITY fails to respond to a Claim submitted pursuant to this Article within the time prescribed, CONTRACTOR may demand in writing an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return receipt requested, CITY shall schedule a meet and confer conference within 30 days for settlement of the dispute. Within 10 business days following the conclusion of the meet and confer conference, if the Claim or any portion of the Claim remains in dispute, CITY shall provide CONTRACTOR a written statement identifying the portion of the Claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the Claim shall be processed and made within 60 days after CITY issues its written statement. b. Mediation. Any remaining disputed portion of the Claim, as identified by CONTRACTOR in writing, shall be submitted to nonbinding mediation, with CITY and CONTRACTOR sharing the associated costs equally. CITY and CONTRACTOR shall mutually agree to a mediator within 10 business days after the disputed portion of the Claim has been identified in writing by CONTRACTOR. If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the disputed portion of the Claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. If mediation is unsuccessful, the parts of the Claim remaining in dispute shall be subject to any other remedies authorized by the Agreement and laws. For purposes of this paragraph 3.13, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. ii. Unless otherwise agreed to by CITY and CONTRACTOR in writing, the mediation conducted pursuant to this section shall excuse any further obligation, if any, under Public Contract Code Section 20104.4 to mediate after litigation has been commenced. 4. CITY'S Failure to Respond. Failure by CITY to respond to a Claim from CONTRACTOR within the time periods described in this Article or to otherwise meet the time requirements of this Article shall result in the Claim being deemed rejected in its entirety. A Claim that is denied by reason of CITY' S failure to have responded to a Claim, or its failure to otherwise meet the time requirements of this Article, shall not constitute an adverse finding with regard to the merits of the Claim or the responsibility or qualifications of CONTRACTOR. 5. Interest. Amounts not paid in a timely manner as required by this section shall bear interest at seven (7) percent per annum. 6. Approved Subcontractor Claims. If an approved subcontractor or a lower tier subcontractor lacks legal standing to assert a Claim against CITY because privity of contract does not exist, CONTRACTOR may present to CITY a Claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor, that CONTRACTOR present a Claim for work which was performed by the subcontractor or by a lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the Claim be presented to CITY shall furnish reasonable documentation to support the Claim. Within 45 days of receipt of this written request, CONTRACTOR shall notify the subcontractor in writing as to whether CONTRACTOR presented the claim to CITY and, if CONTRACTOR did not present the claim, provide the subcontractor with a statement of the reasons for not having done so. Waiver of Provisions. A waiver of the rights granted by Public Contract Code Section 9204 is void and contrary to public policy, provided, however, that (1) upon receipt of a Claim, the parties may mutually agree to waive, in writing, mediation and proceed directly to the commencement of a civil action or binding arbitration, as applicable; and (2) CITY may prescribe reasonable change order, claim, and dispute resolution procedures and requirements in addition to the provisions of Public Contract Code Section 9204, so long as the contractual provisions do not conflict with or otherwise impair the timeframes and procedures set forth in this Article. ARTICLE VII CONTRACTOR affirms that the signatures set forth hereinafter in execution of this AGREEMENT represent all individuals, firm members, partners, joint venturers, or corporate officers having principal interest herein. ARTICLE VIII Nature of Relationship CONTRACTOR shall not be subject to day-to-day supervision and control by CITY employees or officials. CONTRACTOR shall perform services in accordance with the rules, regulations and policies of CITY respecting such services, and in accordance with appropriate standards of professional conduct, if any, applicable to the services provided. CITY shall not be responsible for withholding any payroll or other taxes on behalf of CONTRACTOR. It is understood and agreed that the CONTRACTOR is, and at all times shall be, an independent CONTRACTOR and nothing contained herein shall be construed as making the CONTRACTOR, or any individual whose compensation for services is paid by the CONTRACTOR, an agent or employee of the CITY, or authorizing the CONTRACTOR to create or assume any obligation of liability for or on behalf of the CITY. ARTICLE IX CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liability Insurance During the entire term of this agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability, and property damage insurance shall be maintained in full force and effect throughout the term of the AGREEMENT and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than $2,000,000.00 per occurrence, $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. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the AGREEMENT. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita, its officers, directors, officials, agents, and employees. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this AGREEMENT, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub - limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub - limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR also agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. Pollution Liabilitv and/or Asbestos Pollution Liabilitv and/or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability (if Design -Build) Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than $2,000,000 combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of Insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. Pass Through Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self -insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. Primary and Additional Insured All of such insurance shall be primary insurance and, shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be submitted to City prior to execution of this Agreement on behalf of the City. Risk Course of Construction Insurance (Including damage to property owned by CITY, CONTRACTOR or third parties caused by fire) Insurance shall be in the amount of 100 percent of the completed value of the Work to be performed under this Contract. Deductible shall not exceed $25,000.00. Each loss shall be borne by CONTRACTOR. 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 section 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. All policies of insurance described shall be placed with insurers acceptable to CITY. The insurance underwriter(s) for all insurance policies except Workers' Compensation shall have an A.M. rating of [A-, VIII] or better, unless otherwise specified in Contract Documents. ARTICLE X Pursuant to Senate Bill 542, chaptered in 1999, the Employment Development Department (EDD) of the State of California requires that a W-9 Form be filed by all vendors for all AGREEMENTS entered into with the City. CONTRACTOR agrees to complete all required forms necessary to comply with EDD regulations. ARTICLE XI Term This AGREEMENT shall be effective for a period beginning on the date shown in the Notice to Proceed, and ending on 35 days after the date of recordation of the Notice of Completion unless sooner terminated. Liquidated Damages 1. Time is of the essence. Execution of this CIP Agreement by CONTRACTOR shall constitute acknowledgement by CONTRACTOR that CONTRACTOR understands, has ascertained and agrees that CITY will actually sustain damages in the amount fixed in the Contract Documents for each and every Day during which completion of Work required is delayed beyond expiration of time fixed for completion or extensions of time allowed pursuant to provisions hereof. CONTRACTOR and CITY agree that specified measures of liquidated damages shall be presumed to be the damages actually sustained by CITY as defined below, and that because of the nature of the Project, it would be impracticable or extremely difficult to fix the actual damages. 2. Liquidated damages shall be considered not as a penalty but as agreed monetary damage sustained by CITY for increased Project administration expenses, including extra inspection, construction management and architectural and engineering expenses related to the Project and Contract Documents because CONTRACTOR failed to perform and complete Work within time fixed for completion or extensions of time allowed pursuant to provisions hereof. Liquidated damages shall not be deemed to include within their scope additional damages or administrative costs arising from Defective Work, lost revenues, interest expenses, cost of completion of the Work, cost of substitute facilities, claims and fines of regulatory agencies, damages suffered by others or other forms of liability claimed against CITY as a result of delay (e.g., delay or delay related claims of other contractors, subcontractors or tenants), and defense costs thereof. CONTRACTOR shall be fully responsible for the actual amount of any such damages it causes, in addition to the liquidated damages otherwise due CITY. 3. CITY in its sole discretion may deduct from any money due or to become due to CONTRACTOR subsequent to time for completion of entire Work and extensions of time allowed pursuant to provisions hereof, a sum representing then -accrued liquidated damages. Should CONTRACTOR fall behind the approved Progress Schedule, CITY may deduct liquidated damages based on its estimated period of late completion. CITY need not wait until Final Completion to withhold liquidated damages from CONTRACTOR's progress payments. Should money due or to become due to CONTRACTOR be insufficient to cover aggregate liquidated damages due, then CONTRACTOR forthwith shall pay the remainder of the assessed liquidated damages to CITY. 4. CONTRACTOR acknowledges that the quality and qualifications of the key personnel are important factors in this Agreement. CONTRACTOR and CITY agree that the services of the key personnel are a material term of this Agreement. CONTRACTOR and CITY agree further that the substitution or removal or change in role or level of effort of such key personnel may result in damages to the CITY, the measure of which would be impractical or extremely difficult to fix. In lieu such damages, CITY and CONTRACTOR have agreed to liquidated damages as described below: a. For any substitution of any key personnel individual before the end of the individual's Project commitment period provided in CONTRACTOR'S key personnel staffing schedule, CITY may assess once, and CONTRACTOR shall accept, liquidated damages in the amount of six (6) times the gross monthly salary for each substituted key personnel. b. Liquidated damages for substitution of key personnel shall be deducted from the next applicable Application for Payment or, if insufficient, shall be paid by CONTRACTOR upon CITY's written demand c. No liquidated damages shall be due under this section for any substitution required due to death, incapacity or employment termination of a key personnel. COVID-19 Prior to execution of the Agreement, the State of California declared a state of emergency and issued a stay at home order in connection with the COVID-19 pandemic, and the County of Los Angeles ("County") issued numerous orders relating to COVID-19, including without limitation an Order to Shelter in Place, originally dated March 17, 2020 (as subsequently extended and amended, including after the date of the Agreement, the "County Order"). In no event shall CONTRACTOR be entitled to any additional compensation in connection with any delay or costs associated with the COVID 19 pandemic, the County Order, or any other governmental requirements or regulations in connection therewith, whether currently existing or hereinafter enacted. In the event of any conflict between the terms of this Section and any other provision of the Agreement, in all events, the terms of this Section shall control. CONTRACTOR's safety and logistics plans prepared in connection with this Contract specifically takes into account the COVID-19 Pandemic, the County Order, and all other governmental requirements or regulations regarding COVID-19 as of the date of the Contract, including without limitation all safety measures required. Safety of Persons and Property. CONTRACTOR shall comply with, and give notices required by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities, bearing on safety of persons or property or their protection from damage, injury, or loss, including without limitation the County Order and all other governmental requirements or regulations regarding COVID-19, all as may be amended from time to time. Modification/Termination No modification, amendment or other change in this AGREEMENT or any provision hereof shall be effective for any purpose unless specifically set forth in writing and signed by duly authorized representatives of the parties hereto. This AGREEMENT maybe terminated with or without cause by CITY giving CONTRACTOR thirty (30) days advance written notice. Any reduction of services shall require thirty (30) days advance written notice unless otherwise agreed in writing between CONTRACTOR and CITY. In the event of termination, CONTRACTOR shall be entitled to compensation for all satisfactory services completed and materials provided to the date of the notice of termination. Non -Effect Waiver CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terms, covenants, or conditions of this Agreement, or failure to exercise any rights or remedies hereunder, shall not be construed as a waiver or relinquishment of the future performance of any such terms, covenants, or conditions, or of future exercise of such rights or remedies, unless otherwise provided for herein. Severability In the event that any one or more of the provisions contained in this AGREEMENT shall for any reason be held to be unenforceable in any respect by a court of competent jurisdiction, such holding shall not affect any other provisions of this AGREEMENT, and the AGREEMENT shall then be construed as if such unenforceable provisions are not a part hereof. Governing Law This AGREEMENT shall be construed and interpreted and the legal relations created thereby shall be determined in accordance with the laws of the State of California. Compliance with Law CONTRACTOR shall comply with all applicable laws, ordinances, codes, and regulations of the federal, state, and local government. CONTRACTOR shall comply with all aspects of the National Pollutant Discharge Elimination System (NPDES) in order to prevent pollution to local waterways. Failure to implement NPDES Requirements shall result in project delays through City issued Stop Work Notices and/or fines levied against the CONTRACTOR. CONTRACTOR represents that the CONTRACTOR agrees to comply with all applicable federal and state workplace and employment laws including those that relate to minimum hours and wages, occupational health and safety, workers compensation insurance and state, county and local orders. Conflict of Interest CONTRACTOR will comply with all conflict of interest laws and regulations including, without limitation, CTTY's conflict of interest regulations. Prevailing_ Wages CONTRACTOR's work is considered a "Public Works project" subject to the payment of prevailing wages. CONTRACTOR stipulates that it shall comply with all applicable wage and hour laws, including without limitation, California Labor Code §§ 1776 and 1810-1815. Failure to so comply shall constitute a default under this Contract. Further, all public works projects valued at $30,000 or more must include an obligation to hire apprentices, unless the craft or trade does not require the use of apprentices, as indicated in the corresponding prevailing wage determination. This duty applies to all contractors on a public works project, even if their part of the project is less than $30,000. CONTRACTOR and its Subcontractors shall pay to persons performing labor in and about the project provided for in the Contract Documents an amount equal to or more than the general prevailing rate of per diem wages for (1) work of a similar character in the locality in which the Work is performed and (2) legal holiday and overtime work in said locality. The per diem wages shall be an amount equal to or more than the stipulated rates contained in a schedule that has been ascertained and determined by the Director of the State Department of Industrial Relations and Owner to be the general prevailing rate of per diem wages for each craft or type of workman or mechanic needed to execute this Contract. The prevailing wage rates are available online at http://www.dir.ca.gov/dlsr. CONTRACTOR shall also cause a copy of this determination of the prevailing rate of per diem wages to be posted at each Site. CONTRACTOR shall insert in every subcontract or other arrangement which CONTRACTOR may make for performance of Work or labor on Work provided for in the Contract, provision that Subcontractor shall pay persons performing labor or rendering service under subcontract or other arrangement not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the Work is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work fixed in the California Labor Code. CONTRACTOR and its Subcontractors shall keep an accurate record showing the name of and actual hours worked each calendar day and each calendar week by each worker employed by him or her in connection with the Project. The record shall be kept open at all reasonable hours to the inspection Owner and to the Division of Labor Standards Enforcement. CONTRACTOR and its Subcontractors must keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the Work of the Contract Documents. Each payroll record shall contain or be verified by a written declaration as required by Labor Code Section 1776. With each application for payment, CONTRACTOR shall also deliver certified payrolls directly to the Labor Commissioner in the format prescribed by the Labor Commissioner. CONTRACTOR shall indemnify, hold harmless and defend (with counsel reasonably acceptable to CITY) CITY against any claim for damages, compensation, fines, penalties or other amounts arising out of the failure or alleged failure of any person or entity to pay prevailing wages as required by law or to comply with the other applicable provisions of Labor Code Sections 1720 et seq. and implementing regulations of the Department of Industrial Relations in connection with execution of the improvements or any other work undertaken or in connection with the Public Works project. PROTECTION OF RESIDENT WORKERS. The City of Santa Clarita actively supports the Immigration and Nationality Act (INA), which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. ELECTRONIC TRANSMISSION OF CONTRACT AND SIGNATURE. The Parties agree that this Agreement may be transmitted and signed by electronic mail by either/any or both/all Parties, and that such signatures shall have the same force and effect as original signatures, in accordance with California Government Code section 16.5 and Civil Code section 1633.7. (SIGNATURES ON NEXT PAGE) The parties hereto for themselves, their heirs, executors, administrators, successors, and assigns do hereby agree to the full performance of the covenants herein contained and have caused this AGREEMENT to be executed in duplicate by setting hereunto their names and titles on this date of CONTRACTOR: CONTRACTOR Name: CITY: Address: Phone & Fax No. Signed By: Print Name & Title: CONTRACTOR's License No. Class City Manager of the City of Santa Clarita Date: Approved as to Form: Date: City Attorney of the City of Santa Clarita LABOR AND MATERIALS BOND Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No. P0027 City of Son to Clorito, California KNOW ALL PERSONS BY THESE PRESENTS that as CONTRACTOR AND held and firmly bound unto the City of Santa Clarita, as CITY, in the penal sum of as SURETY, are dollars ($ ), which is one -hundred (100%) percent of the total amount for the above stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with CITY for the above -stated project, if CONTRACTOR or any subcontractor fails to payfor any labor or material of any kind used in the performance of the workto be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of .20 CONTRACTOR: SURETY*: Name and Title of Signatory Signature Legal Name of Bidder Bidder Address Telephone Number Federal Tax I.D. No. Name Phone Number and Email Address Surety signatures must be notarized prior to submittal. FAITHFUL PERFORMANCE BOND Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No.P0027 City of Son to Clorito, California KNOW ALL MEN BY THESE PRESENTS that as CONTRACTOR, AND as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is one -hundred (100%) percent of the total amount for the above -stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. For service contracts of a continuing nature, the bond shall be in the amount equal to the amount of the initial contract term. Thereafter, the bond shall be in an amount equal to the annual value of such contract. The term of the bond shall cover the initial contract term. Thereafter, CONTRACTOR and SURETY must submit a new or renewed bond covering each subsequent annual renewal of the contract. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above -stated project, if CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY, provided that any alterations in the obligation or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, thisday of 20_ CONTRACTOR: Name and Title of Signatory Signature Legal Name of Bidder Bidder Address Telephone Number Federal Tax I.D. No. SURETY*: _ Name Phone Number and Email Address Surety signatures must be notarized prior to submittal. Fringe Benefit Statement Contract/Proposal No: Project Name: Date: INSTRUCTIONS: Fringe Benefit rates can be used for checking payrolls or applied to Force Account work which may be done on the above contract the hourly rates for fringe benefits, subsistence and/or travel allowance payment (as required by collective bargaining agreements) made for employees on the various classes of work are tabulated below. THIS DOCUMENT CONTAINS PERSONAL INFORMATION AND, PURSUANT TO CIVIL CODE 1796.21, IT SHALL BE KEPT CONFIDENTIAL IN ORDER TO PROTECT AGAINST UNAUTHORIZED DISCLOSURE. Classification: Effective Date: Subsistence or Travel Pay: Health and Welfare $ Trust Fund Paid to:(Name) Address: Pension $ Trust Fund Paid To:(Name) Address: Vacation/Holiday $ Trust Fund Paid to:(Name) Address: Training $ Trust Fund Paid To:(Name) Address: Other $ Trust Fund Paid To:(Name) Address: Classification: Effective Date: Subsistence or Travel Pay: Health and Welfare $ Trust Fund Paid to:(Name) Address: Pension $ Trust Fund Paid To:(Name) Address: Vacation/Holiday $ Trust Fund Paid to:(Name) Address: Training $ Trust Fund Paid To:(Name) Address: Other $ Trust Fund Paid To:(Name) Address: Classification: Effective Date: Subsistence or Travel Pay: Health and Welfare $ Trust Fund Paid to:(Name) Address: Pension $ Trust Fund Paid To:(Name) Address: Vacation/Holiday $ Trust Fund Paid to:(Name) Address: Training $ Trust Fund Paid To:(Name) Address: Other $ Trust Fund Paid To:(Name) Address: Supplemental statement must be submitted during the progress of work should a change in rate of any of the classifications be made. I CERTIFY THAT THE FRINGE BENEFIT PAYMENTS ARE MADE TO THE APPROVED PLANS, FUND OR PROGRAMS LISTED ABOVE (Contractor/Subcontractor) By (Name and Title) Signature City of Santa Clarita Form HC-50 FBS SECTION F SCOPE OF WORK SCOPE OF WORK Bid #CIP-24-25-P0027 Santa Clarita and North Oaks Pool Deck Repair and Replacement Project City Project No.P0027 City of Son to Clorito, California 1. BACKGROUND/OBJECTIVE Santa Clarita Pool is a 175,000-gallon pool with several damaged sections of concrete decking to be replaced. North Oaks Pool is a 175,000-gallon pool with severely damaged concrete surfacing requiring complete deck replacement. The addresses are: Santa Clarita Aquatics 27285 Seco Canyon Road Santa Clarita, CA 91354. North Oaks Aquatics 27824 Camp Plenty Road Santa Clarita, CA 91351 The objective of this solicitation is to obtain the services of a contractor to complete the pool deck repair and replacement at two separate pool sites. This project requires replacing the complete 6,355 square feet of concrete deck at North Oaks Pool and 1,404 square feet of identified concrete deck at Santa Clarita Pool. This includes saw cutting, demolition and disposal of the existing concrete, new doweling, rebar, bonding, new concrete, drain pipes, deck drains, stanchion sockets, wedge anchors, new tile depth markers with "No Diving" graphics and expansion joint sealant. The project also includes the installation of benches, grab rails, start platforms, diving boards and access lift anchors. Also included are three bid alternates to receive pricing to potentially replace additional decking, dive platform and 896 square feet of sidewalk at Santa Clarita Pool site. See Exhibit A for plans and Exhibit B for technical specifications. 2. SUPPLIER RESPONSIBILITIES 2.1. Contractor shall be responsible for final field investigations, measurements, and construction area management. 2.2. Contractor shall follow the plans included in this packet. 2.3. All construction work related to this project shall be performed during weekdays, between the hours of 7:00 a.m. and 5:00 p.m. 2.4. Contractor shall coordinate all inspections with the appropriate agencies. 2.5. Contractor shall avoid damage to surrounding structures, landscape and hardscape. Any damage caused by contractor shall be remedied at contractor's own expense. 2.6. Contractor must ensure all precautions for public safety are implemented. Any conditions that may pose a hazard shall be addressed immediately. 2.7. Contractor shall dispose of all removed materials in accordance with local, state and federal regulations, adhering to best management practices for waste recycling and disposal. 2.8. Final cleanup shall include removal of any markings, debris or residue. 2.9. Work is to be done at each site sequentially and to be fully operational before starting the next location. Order to be determined by City. 3. DELIVERABLES 3.1. Quality assurance will be reviewed and accepted by the Project Manager or their designee. 3.2. Contractor shall provide a one-year warranty period for all labor and materials relating to this project. 4. DUE DATES/SCHEDULES/TIMELINES 4.1. Within five days of contract award, contractor shall supply a schedule of work and materials including completion dates. 4.2 Liquidated damages in the amount of $250 per day will be assessed for days exceeding completion date. S. REPORTS AND MEETINGS 5.1. Contractor and City project manager shall perform job walk prior to commencing work. The purpose of this job walk is to identify the surrounding work areas and document the existing condition of those areas. It is expected that the surrounding work areas shall be the in the same condition or better at the completion of this project. 5.2. Contractor and City Project Manager shall perform weekly construction meetings. Meeting will be on job site and to discuss construction progress, schedule and upcoming work. 6. ATTACHMENTS 6.1. Exhibit A - Pool drawings 6.2. Exhibit B —Technical Pool specifications EXHIBIT A POOL DRAWINGS GHADWAY STREET SITE PLAN NORTH OAKS PARK POOL DECK REPAIR PROJECT # P0023 41 O� 9 .NTA �L 9 G haFO '/5 OECEN`bE� Aa ol.l REFERENOE TO DETAIL wineeR REeEA— TO SELIO LIT O KEYED NOTE NUMBER DRAFTING 5YMBOL5 AT �w� �Eoos N..vu IA IAII -1 I'll 11 IT 11 Al ABBREVIATIONS -III -11AII SGOPE D� WORK BLD6 GORE DATA �E, sw�MM��6 Pool ArA ITT 1a111a IT a_ ,vatio�R w.re - soo 1`— �6 houxs� HEALTH GORE DATA TI.I TITLE SHEET OI.I DEMOLITION PLAN 22.I DEMOLITION DETAILS 1-112.2 DEMOLITION DETAILS SPI.I POOL DECK PLAN 5P2.I OEOK DETAILS SP2.2 DECK DETAILS 5P2.3 OEOK DETAILS SHEET INDEX of G.�F ]ONES & ,x ?HAV XN City of SANTA GLARIT d2 Q 00 [If LL J < Q c Z U O_ W O J Q u)�aaEi Y Y d Q,* < U 0 c) C) U W J �OOz 0 OO[if Q Q' ZO_O_N(n a LU Lu LU J LU 2 � U) PLAN CHECK SET SHEET 10 BL@A 0148 T1.1 1 OF 5YM5OL5 DEMOLITION PLAN GENERAL NOTES F+(E) -To To 5T—Twe w a "oTIFI Iw R IFANC o1xREF-IIEE. cT 1. TE eE REMovEo. KEYED NOTES (D ® rzE a - m EEPw,sEE a 1 a © rzE — (T'IF 6), SEE si�v (-a)� SEE 21 . TI"R E QI) aEMo�, 1 . Re1 s 1 uFeeuaRo 1w O F is 0 cTzo - ei�za 0 rza 1111 0 0 o GE"mP ;� Da ReI Al 0 R 0 PRorecr 5 wer cna" 1wK Face a—P. �enTE ro eE RE„ovEo e. cam SANTA GLARITA U W O cr a W J LU W W U) Q oz 00 �LL J < Q z U d W O J Q u) [Ifd d Y Y d w O�Qa U H � � Q �OO�z OO��a zddN(n z Q J d z O H J O W 0 PLAN CHECK SET PROJECT SHEET o)a ",21 D 1.1 20F8 LIGHT POLE -lillill o v i l l i 11 l i I a a�---__-lir, STANCHION SOCKET n TRENCH DRAIN 3 City of SANTA GLARIT m a ru r�MwEo� "sR ❑ z 1 [if00 coPiNG nlF J 1 = ° rna-1 n� ,warren ewvF �c u) � � Q Y`YQ_dQ o J - Ow — Q U U =oUU Q — — — w H J � V � [If OO�z III III O OO[if Q cr ZddN(n 0- PLATFORM ANCHOR . ercurc«eoN Puss __ sreFs aEOEssEo � GRAB RAILS 4 nECK nRAIN GRATE 2 aET : a , o_.K� raosIr �o� �oP�� TEE _ — i is« rusrsa � aoF° ]ONES & MADHAVAN GUTTER SECTION U) J Q H w w 0 J Z H O_ H � W 0 W W 2 0 Co PLAN CHECK SET SHEET 10 BL@A 0148 D2.1 30F8 POOL LIGHT J-BOX niN DEGK ® ENTiZY &A]TE � Eo�oN� Nr THRE5HOLD 3 sr i�Are ro eE �Mo�o er am o�K sine F w�Kwn, nc DECK ® OATE 2 ]ONES & MADHAVAN HOSE o BIBS DECK DECK ® BLDG 4 FENCE OURB n City of SANTA GLARIT m a ❑z 00 [IfLL J < Q Z. 0 d W 0 Q u) [If d d Y Y d <c) 2,Q U �owajQ W � � < �OO�z O OO[if �Q Q Z d Q_ N n a U) J Q LLU LU 0 J Z H O_ H � W O W W 2 0 Co PLAN CHECK SET SHEET 10 BD240148 D2.2 40F8 NO AGGF-55 51ON "Zil A,— I- o - I- - 099- -III- ono -I- - o-- oe RooM 1 I ID l --'- -®- -------®- ��I- r oD11 r( o o o - 9P I o-- A I I rt I — I I O I u IAL A -A D U � <1 0 0 I � I I I 9I I - _ o -- T — 7 4 AA ----------- �I 9sa� oo.00 I Ioao — — — o T G) o °- trF✓ N Pa Ico. aPs oo.D PIP �" POOL LDEGK PLAN SYMBOLS GENERAL NOTE5 KEYED NOTES O 1 ANT MEDIN, sRDOM FINIS« — — — DI: wNTRDL bINT, SEE IC-1 I K Sus IN AL AT' 5BEN PDu�S. O (ro DSc« I NI � S S - - De�K DDNs WrIDN blNr, s 5)sr .I I NON, 5Iq Ms IINs A E �� 15 sSNTsam IN �N 11-1 a ®(w ��« Danw ® JI� 1— 5E5 eiS 1 DEc 5 oxIMATE a SLO 24o MA, To vRAINS. ®(N) TILE DECK vSPTH MARKER (TYP IS).9EE I5P2 ND (W vEGK REINwRGIN6 To (l PWL SHELL REINwRGIN6 GRID IN EP. SIVE, SEE 9/5P2.I SO (N) TILE NO DIVING 5IGN (jYP 4), 5E ICo.o EINISN 51REAGE ELEVATION 6. (W I— vEPTH MARKER DIMEN5IDN5 ARE AAAI IMATE a THEY SHALL TERED IN (E) WALL MARKERS. E 2/5P22 CENTER IN) STARTM2 PLA.TFaRM ANCHORS oN (E) IA. MARKERS . T'-o" a E ©(W TILE No ftUNNINS SIeN (nP e), 5E5 a)5P22 O O 0 D K PwwN6 5Eo NCE O (E) 6R e R L5 w (w HDR (m s vw. SEE s vaa OB nN STANCHION Posr s-r mP 1 SEE 1 1 51 1 .a 09 M 5TA-INS PLnTFaaM AN— mP aA see e.sPz.I 0 (E) ue— I— O 0 (s PAL PL,aS,ER a TILE FINISHES 0 (s STAR HANDRAIL 14 (� vIVIN6 STAND e GONG T/SP2.I IOS (� LIGHT POLE a FOOTING �DE951L=s E 0 (E� METAL BENCH nYP � On (E) uNDEw�wreR LI6«r , eDxEs 0 (E� «o5E slss5 0 (e) olsASL- Aloes LIHr ee 12 ( (I - All— 51— ewoal<e. clTn. see 111II ]ONES & MADHAVAN Ully of SANTA GLARITA Q 00 [If IL J < Q Z. 0 d W O J Q u) d d of Y Y d U OQ UQ U L l J H J v Q �OO,z O OOP Q cr zddc,i(D 0- z Q w a J .Y U H 0 W J W O 2 In U) PLAN CHECK SET SHEET 10 6L@4 01528 S P 1.1 50F8 BOND WIRE IS PLATFORM ANCHOR n —. - -0 D TRENCH DRAIN �,w s oin orzam 9.ruirvEa (Ei ;w`a`1?"114 oI� 11NsN N""oa;H`— `T To DECK DRAIN GRATE (E, STANI e 11 (W coNc BECK �� MI Po�rSJ�FOE SEALANT �Er conc coP�n6 Hoye s�M ff�Lt DIVING STAND EXPANSION JOINT Y City of SANTA CONSTRUCTION JOINT sa °�°� d Q w 00 �ILL EA r•Ar __ 0_____ J U o Q c z _— ———— d W 0 � Q u) [If d d �eeRAOE Y Y d O D v U W Q O z u. N -1Na —IT o, IIN O Q' 00 � � Q ZddN(n CONTROL JOINT 2 :a e ie cc eA wwn:� �w E;�AnsioN poi"T tE� tout coviNe T1E W J J Q LU 0 Y —_______ vwNe vuevNue�ev W — — NAT- Ne°E n" _ W W I 0 (n wAre�INE r PLAN CHECK SET �(E Pusea 11=III=11 r SHEET ]ONES& MxAD HFAV ���.� BLD24 01528 GUTTER SECTION XN 6 OF 8 4)— ���A��KM6xTM wR -ENO RUNNING ACCESS LIFT ANCHOR � NO RUNNING SION n NO DIVING NO DIVING GRAPHIC 3 E��Sox �xT oA�l, 51 �Pl- ENO DIVING SHALLOW WATER HEM- TTt — STANCHION SOCKET n AN -� e BIF GRAB RAILS 11 FT 0'" 10FT 0'" 5FT 01N 4FT6IN 3FT 0'" NO DIVING SIGN n -AI III - 1-o srzi oecK oerrH naarsR 2FT 6'" 6xe DEPTH MARKERS SANTA GLARITA a 00 J Q Z U d W O J Q U) d d Y Y d U U IE p� U U W F J U Q EnUU z O UU[if Q Of ZddN(n 0- PLAN CHECK SET PROJECT I SHEET EL_"'28 SP2 2 7O1`8 coNc R� F o 1u ° O O O ANCHORS, 9URBWBRn USA ry O O O TRUNCATED DOME5 o�oMESNOAim � i iaOMA�x SLOPE (e/ rREe WELL o � L(W BLUE r�5 �. cuRB� (el GOWAY PRKIWG O ® s Ra vE m Pi wE (N�wwre wHE LEHAiR e a venire BAr.K�RouNo mP� "ems REnovE (E) PAINT e 1-1- (W nAR 1—i s 1Nvi1— ACCE551BLE PARKING (21 n -- ve - EP °wL s�wPsoN ser-sue (E� POLE t FooTl- HOLE �e oo EA wAr III= � , III IIII ,III uowr LIGHT POLE City of Is 11FooriN2o51 `1)101T eOLrs enoomooa services ae +a � c to clans, celii0rnia st�bb " coNc sL/a HV oNc sLAB W/ ® ie oc En WAr � � (E) coNc WALKWAr ie" oc EA wqr � — — — � (el conc wnLKwAv —III No. ICI _III=I - _ - — IIII II III ee xa conr t o o o Rsvison/Issue uate III DECK ® ENTRY GATE n DECK ® OPENING n (ds-11e (�) WALL t FaOTING � (E) GHAiN LINK FENCE (5II-U 5P21 (W Irz WIC GONG CURB (n ❑ GO pN) ®" IB oG EA WAY GONG WALKWAY 00 LL o V III III III O III v o III III . IIIIII rr U J — I' III = � 0 Lu W J �OONz O OO[Q Q Z a_ d N n a DECK ® BLDO PENCE CURB ? 2 J J a ®° F g rw v� wioE EL (siro :L9Ewuw 1e of En � re�eLo�sLAe � vwNS vvrvAvro dv. ~ � n��paoNEEsac�KL � W U TI Ta RniL "" TW w �I v = 0 ur+B - _. (A Hv ov PLAN CHECK SET = = vooz3 SHEET IIII II=III=II r ]ONES & BLD24 Oisz THRESHOLD M DHAV xN CP2.3 7H 4 WEDGE ANCHOR I V 8 OF 8 0 SANTA CLARITA PARK POOL DECK REPAIR PROJECT # P0023 0 ; 0 � PooL o h L L rvRF rJ L-1 LaAT _ J F—i _ I ; Access sATH of �wsse pro rvRF I MA caoEE a % I NNPEpegAccEsse Ee � I � I l a. �EN�R teTMurze P Lo INS SITE PLAN O� 9 .NTA �L 9 G haF0 `6 0ECEN`bE� Aa ol.l REFERENCE TO DETAIL wineeR REFE�RE�NGE TO SEOIO�N LETTER a O REE ERE�c o--Bare I'll DRAPTINO 5YMBOL5 i_ a Na - 111 aP 1111 1E11 SLAE ®SP 11 AREAS cowe[_.T PATH vF TR,4vEL SLOP[5 - >20pvo � v�KWAr ®6Lv� ENTRANCE To SCOPE OF WORK A111 1-1 BLDO CODE DATA teT swlMMws soot aA- sa IT a. rvRNoveR R✓.Te = soo ePM (6 Hourzs) HEALTH CODE DATA TI.I TITLE SHEET DI.I DEMOLITION PLAN D2.I DEMOLITION DETAILS SPI.I POOL DECK PLAN SP2.I DECK DETAILS 5P2.2 DECK DETAILS SHEET INDEX ]ONES & MADHAVAN City of SANTA W LU W W J W 2 � Co PLAN CHECK SET SHEET 10 EL240147 T1.1 1 OF — — — — — — — — — I — L — — — —II — '� — — — -- -- 0 11 I I I I to I - - - - -I ryl I�®o ® I f '_O —————————Ir—— ——�————————�——— — I I I I I DEMOLITION PLAN SYMBOLS GENERAL NOTE5 KEY=® NOTES 11— o (6) —T�a� —IR To IT—, ARK a NonFY owNeR of w. ors REFAN 1- 0 e K ���I oN s� To eE Moo FRIT 1E1 -1- —NOT No11a,m o. RE ®e . E(e v —TER— V TA" 'I I -- Deck IIN—crioN Iowr 0 s a a orriN� sr wo Peoesr- teio.all—I 1), see aio 1 © Re ER tm is� l0 RE 5N f EP I ITA 0 Re . i a Fl- III III 0 a -T 0 R oR 0 Frz"IT oE�K E , z:NT a nrvcHoas s ZIT oI'Aae�Eo ,access uFr 0 FRorecr eweH cHniN uNK RERr+ereR FENCE e eAres FR T s HSH I—N — FENCE ® — — To ee REr+oveo er cim ]ONES & MADHAVAN City of SANTA GLARIT z Q J w d J Z O w O w w 2 0 U) PLAN CHECK SET SHEET 10 BL@A 0147 D 1.1 20F6 Dr7 -K _I = ORAB RAILS n x.a.e. irz = 1-1 J o F�uce a FooriN� r �Mave vrz<.iN srrz<.wErz vecK e� � Pav�rcr cone curse _ nvwrcrz EMA1-e we 1-1 Fil PERIMETER PENCE DIVING STAND (ALT 2) n _.. I' - b DECK DRAIN ORATE n GUTTER SECTION F�ti�e� P��rER ]ONES & MADHAVAN City of SANTA U) J Q H W w 0 J Z H O_ H � WO 73 W W 2 0 Co PLAN CHECK SET SHEET 10 BL@A 0147 D2.1 30F6 THRE5HOLD (,ALL 3) 3 WALKWAY SECT (,ALT 3) 2 M s, WALKWAY SECT (ALT 3) � I � «4. -All ILA ID, a'� n of o _ a� y-- I ® r—--T — — —� o FUNNIIw s 7 ° F- see � (DJ POOL DECK PLAN SYMBOLS OENERAL NOTES KEYED NOTES �T eN �oNs �vTioN wiNrs, awiN6 O �ro s, —No v 1 s� 11-NT �v�uM �oM IINI- s0 )e� Poop'77 �w �No sue Oa �ro veoK vR,.IN 6R,.Te q0 )e� Pov� H�Tea . T o-1 SLne M ALiEBEiWEEN P oTl . ®(© I III sTANo oN M) -AR PPe�esTAL Biv A1111 re 9, see Al —I Oo (e) oeoK ed➢PMeNT . All -RI uNo — — — — �w o' K W� I% MIN . %M x To o� �� �w T� ��K v_TH M R R� P �s� eee �,ePaa o�s a IA11 ��FT coNTRo� .b�NT, see a,sPa v �N)-11-INI—FINI To 1E) -11 RE�NFoao�Nc s ®�. M AREA, SEE e - I— vvNs w T VN INT, —1-2.1 _NCR (1-11-11 M-as IN m) E F « — _ O �ro Tim Nv vNm� si cm A�, see a)sPa.a 0 a s, v _ �T n Iul, © M5RAIIw�wA v e ( OO v I—- sEou Di �w 5TANOHioN vosT sar�T, see s s 4a` a a O 11 �wv�N6� � � � N_1 s�oP 14 IN) No Access s N (vbze er cix)Esee B/9P2.1 (1n Ho l IAio Ao e`sl ]ONES & Mx DHFAV XN U11y of SANTA GLARITA a a� 0 Y 0 O z J Q� OQ a a N z U Q w pO Q Q �Y O< ULUF W Q 0 w� Q 0 a0°zo �a Q' (n d d N (n 0- z Q LU d J U � w w o 0 LU 0 = a PLAN CHECK SET SHEET 10 BLD2401527 SP1.1 40F6 NO ACCESS SIGN aoP4�` MNfNOEAI— = vw/ �oN� E�aF,>GE a eaNv WIRE -- DIVING STAND ANCHOR s - 0Bosse, � FRonr ros Ar 1AIA-R ---- --- �, RPE 111111111-1 Ill DECK DRAIN GRATE CONSTRUCTION JOINT _T �F�oE r f « _oR n n X Form .T 111— MI s" caNc oecrc sV.a � - � oD i A Si�E R p 14 EXPANSION JOINT e CONTROL JOINT 2 srzi ae�Nsrsss t� v�vws , rco�Eo tw s" corvc sine w� Xl— F� GUTTER SECTION n e e. silty or SANTA m Q Q 00 � Y � Z � Q� OQ a a N z U Q LLl pO Q Q 10 Q U U Q 0 U w U w U W Q W Q 0 a0°�< Q' (n 0- d N (n a J vwNS vkrvNkr�dv J � Q LU 0 W Y W W C 0 PLAN CHECK SET „a -^off SHEET ]ONES & MADHAVAN SP2.1 ozn oisn 5 OF 6 BOND WIRE n PM o-r;.srurzFn'roR WEDGE ANCHOR n s�E KsuRF STANCHION SOCKET GRAB RAILS 4 NO DIVING NO DIVING GRAPHIC 3 SANTA GLARITA m a ��eoN oNr 0 e�0 «�� o —IN No dQc+�'U ENO DIVING SHALLOW WATER Qw�o0Q d U — �Y O� ~ U w u w U w <�Lu O Q°o°�a i. snw cur cHiP e 2EnovE (E) tout BECK irz" cEEP ns 2Ea� Foe M) TilE. d d N a NO DIVING SIGN n 10FT OIN �weP o ion J J 9TT 01N �� oF�Koe��R �NT��e w �o � Y vwNSvkrvNkru ev. W U 5FT OIN R = o U2 FT � FT 6 ININ ��6w+Pwo . (n No� k fi�'3 PLAN CHECK SET 4 O � � ���� INI eRN—r- 1.c> —I IN (1) �e� cSHEET ur e aer7ove t� cant vecK �^ ceeP as aea� Foa tw T- 3FT ON IONESp&G MADHAVAN 01121 DEPTH MARKERS SP2.2 I 6 OF 6 EXHIBIT B TECHNICAL POOL SPECIFICATIONS Technical Specifications NORTH OAKS PARK POOL DECK REPAIR PROJECT #P0023 27824 Camp Plenty Road Santa Clarita, California 91351 Jones & Madhavan 100 East Thousand Oaks Boulevard, Suite 211 Thousand Oaks, California 91360 October 15, 2024 PLAN CHECK SET NORTH OAKS PARK POOL DECK REPAIR SECTION 00 01 10 INDEX A. TECHNICAL SPECIFICATIONS 10/15/2024 Section 01 10 00 Basic Requirements 1-6 Section 13 05 05 Selective Demolition 1-2 Section 13 10 10 Pool Concrete 1 - 4 Section 13 11 13 Pool Finishes and Waterproofing 1 - 3 Section 13 11 14 Pool Deck Equipment 1 - 2 B. TECHNICAL DRAWINGS Sheet T1.1 Title Sheet Sheet D1.1 Demolition Plan Sheet D2.1 Demolition Details Sheet D2.2 Demolition Details Sheet SP1.1 Pool Deck Plan Sheet SP2.1 Deck Details Sheet SP2.2 Deck Details Sheet SP2.3 Deck Details END OF SECTION INDEX 0001 10 - 1 NORTH OAKS PARK POOL DECK REPAIR SECTION 01 10 00 BASIC REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS 10/15/2024 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. 1.2 PROJECT DESCRIPTION A. The project consists of replacing a 25-yard swimming pool deck. B. Work Included: Furnish all labor, equipment, appliances, materials, and perform operations required to complete work. 2. Bring questionable or obscure items, apparent conflicts between plans, specifications, governing codes, or utilities regulations to the attention of the Architect and the Owner during bidding period. 3. By submitting a proposal, the Contractor represents that he has made a thorough examination of the site of the work and all existing conditions and limitations and that he has examined the contract documents in complete detail. 1.3 ACCESS ROADS A. Existing on -site roads may be used for construction traffic. 1.4 APPLICATION FOR PAYMENT A. Submit Application for Payment on a monthly basis utilizing the approved Schedule of Values. 1.5 BARRIERS AND FENCING A. Provide barriers and fencing as necessary to prevent unauthorized entry to construction areas and to protect existing facilities and adjacent properties from damage. 1.6 CHANGE PROCEDURE A. The Owner may advise Contractor of minor changes in the Work not involving an adjustment to Contract Sum or Contract Time by issuing Supplemental Instructions. B. The Owner may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications, a change in Contract Time for executing the change with a stipulation of any overtime work required and the period of time during which the requested price will be BASIC REQUIREMENTS 01 10 00 - 1 NORTH OAKS PARK POOL DECK REPAIR 10/15/2024 considered valid. The Contractor shall prepare and submit an estimate within 7 days. C. The Owner may issue a Construction Change Directive, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. Document will describe changes in the Work, and designate method of determining any change in Contract Sum or Contract Time. The Contractor shall promptly execute the change. D. The Contractor may propose changes by submitting a request for change to the Owner, describing the proposed change and its full effect of the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum and contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. E. The Owner will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.7 CONFERENCES A. The Owner will schedule a preconstruction conference after Notice of Award for all affected parties. B. The Owner will schedule and administer meetings throughout progress of the Work at maximum weekly intervals. C. The Owner will preside at meetings, record minutes, and distribute copies to those affected by decisions made. 1.8 CONSTRUCTION SCHEDULES A. Submit initial construction schedule within 15 days after date of Owner -Contractor Agreement. B. Submit revised construction schedule with each Application for Payment, identifying changes since previous schedule. 1.9 CONTRACT CLOSE-OUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and Work is completed in accordance with Contract Documents and ready for Owner's inspection. B. Submit final Application for Payment identifying total adjusted Contract Sum/Price, previous payments, and amount remaining due. C. Submit all maintenance, operation, and warranty information with final Application for Payment. 1.10 CONTRACTOR USE OF PREMISES A. Limited use of premises to allow Owner occupancy and use by the public. 01 10 00 - 2 BASIC REQUIREMENTS NORTH OAKS PARK POOL DECK REPAIR 1.11 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of Specifications to assure efficient and orderly sequence of installation of interdependent construction elements. 1.12 FIELD OFFICE 10/15/2024 A. Existing pool building area may be used. Maintain in a clean and orderly condition. 1.13 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Remove waste and surplus materials, rubbish, and construction facilities from the site. 1.14 INSPECTION AND TESTING LABORATORY SERVICES A. Owner will employ and pay for the services of an independent firm to perform required inspection and testing. B. Contractor shall pay for re -testing required because of non-conformance to specified requirements. 1.15 OPERATION AND MAINTENANCE DATA A. Submit four sets prior to final inspection, bound in 8-1/2 x 11 inch text pages, three side ring binders with durable plastic covers. B. Prepare binder cover with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS" and title of project. C. Internally subdivide the binder contents with permanent page dividers, logically organized, with tab titles clearly printed under reinforced laminated plastic tabs. D. Contents: 1. Part 1: Directory, listing names, addresses, and telephone numbers of Architect/Engineer, Contractor, subcontractors, and major equipment suppliers. 2. Part 2: Operation and maintenance instructions, arranged by system. 3. Part 3: Project documents and certificates. 1.16 PARKING A. Existing on -site parking may be used for construction personnel. 1.17 PROGRESS CLEANING A. Maintain construction area free of waste materials, debris, and rubbish. BASIC REQUIREMENTS 01 10 00 - 3 NORTH OAKS PARK POOL DECK REPAIR 1.18 PRODUCT OPTIONS 10/15/2024 A. Products specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or more Manufacturers: Submit proposed substitution for any manufacturer not named within 14 days of Contract Award. 1.19 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection when required. 1.20 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship. B. Comply with product manufacturers' instructions. C. Comply with specified standards as a minimum quality except when more stringent tolerances or codes indicate higher standards. 1.21 RECORD DOCUMENTS A. Maintain on site, one set of Contract Documents to be utilized for record documents. B. Record actual revisions to the Work. Record information concurrent with construction progress. C. Legibly mark and record at each Product Section a description of actual products installed. D. Legibly mark each item to record actual construction. E. Submit documents to Owner with claim for final Application for Payment. 1.22 REFERENCES A. Conform to reference standard by date of issue current as of the date of the Contract Documents. B. Should specified reference standard conflict with the Contract Documents, the Contractor shall request clarification from Owner before proceeding. 1.23 SCHEDULE OF VALUES A. Submit Schedule of Values within 15 days after date of Owner -Contractor Agreement. 1.24 SECURITY A. Provide security and facilities as necessary to protect Work, existing facilities, and Owner's operations from unauthorized entry, vandalism, or theft. 01 10 00 - 4 BASIC REQUIREMENTS NORTH OAKS PARK POOL DECK REPAIR 1.25 SPARE PARTS AND MAINTENANCE MATERIALS 10/15/2024 A. Provide Products, spare parts, maintenance and extra materials in quantities specified in individual specification sections. B. Deliver to Project site and place in location as directed; obtain receipt prior to final payment. 1.26 STORAGE AND PROTECTION A. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight enclosures. B. For exterior storage of fabricated products, place on sloped supports, above ground. C. Provide off -site storage and protection when site does not permit on -site storage or protection. 1.27 SUBMITTAL PROCEDURES A. Provide submittals as required in each Specification Section. B. Provide submittal data in PDF format. C. The Owner will return reviewed submittals within 14 days. D. Provide cover sheet with each submittal that includes the following information: 1. Project Name. 2. Contractor, subcontractor, and supplier. 3. Appropriate Specification Section reference. 4. Signature of Contractor, certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the Contract Documents. 5. Identify variations from Contract Documents. 6. 4 x 4 inch space for Owner's review stamp. E. Revise and resubmit submittals as required. 1.28 SUBSTITUTIONS A. Document each substitution request with complete data substantiating compliance of proposed substitution with Contract Documents. Submit all proposed substitutions within 14 days of Contract Award. 1.29 TELEPHONE SERVICE A. Provide, maintain, and pay for telephone service. BASIC REQUIREMENTS 01 10 00 - 5 NORTH OAKS PARK POOL DECK REPAIR 1.30 TEMPORARY ELECTRICITY 10/15/2024 A. Connect to existing power services. Power consumption shall not disrupt Owner's need for continuous service. The Owner will pay for power consumed. 1.31 TEMPORARY LIGHTING A. Existing lighting may be used. Provide additional lighting as required. 1.32 TEMPORARY SANITARY FACILITIES A. Existing restroom area may be used. Maintain in a clean and sanitary condition. 1.33 TEMPORARY WATER SERVICE A. Connect to existing water source. Water consumption shall not disrupt the Owners need for continuous service. The Owner will pay for water consumed. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01 10 00 - 6 BASIC REQUIREMENTS NORTH OAKS PARK POOL DECK REPAIR SECTION 13 05 05 SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 RELATED DOCUMENTS 10/15/2024 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Provide, erect and maintain temporary barriers and security devices as necessary. B. Notify and coordinate with owners of adjacent properties if work may affect their property, potential noise, utility outage, or disruption. C. Prevent movement or settlement of adjacent structures. D. Protect existing landscaping materials, structures, building components, and pool components which are not indicated to be demolished 3.2 DEMOLITION REQUIREMENTS A. Conduct demolition to minimize interference with adjacent structures. B. Conduct operations with minimum interference to public or private accesses. C. Maintain protected egress and access at all times. Do not close or obstruct roadways and sidewalks without permits. D. Cease operations and notify Owner immediately if adjacent structures appear to be in danger. 3.3 SELECTIVE DEMOLITION A. Demolish and remove designated pool components in an orderly and careful manner. B. Protect concrete saw cut edges during construction and remove all chips prior to installing new work. C. Remove all abandoned equipment, piping, conduit and wiring. SELECTIVE DEMOLITION 13 05 05 - 1 NORTH OAKS PARK POOL DECK REPAIR D. Backfill excavated areas caused as a result of demolition. 10/15/2024 E. Rough grade and compact areas affected by demolition to maintain existing grades and contours. 3.4 CLEAN-UP A. Remove demolished materials from site as work progresses. 3.5 SCHEDULE OF PRODUCTS TO BE REMOVED AND REUSED A. Remove, store, and protect the following materials and equipment for reuse: 1. Grab rails and escutcheon plates. 2. Lifeguard chair. 3. Benches. END OF SECTION 13 05 05 - 2 SELECTIVE DEMOLITION NORTH OAKS PARK POOL DECK REPAIR SECTION 13 10 10 POOL CONCRETE PART 1 - GENERAL 1.1 RELATED DOCUMENTS 10/15/2024 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. Section includes formwork, reinforcement, accessories, cast -in place concrete, finishing and curing. B. Concrete work shall conform to ACI 301 except as modified below. 1.3 SUBMITTALS A. Product Data: Submit for admixtures, reinforcing steel, and epoxy. B. Design Data: Submit concrete mix design by approved testing laboratory. C. Field Mock -Up: Provide 24 inch square minimum samples of pool deck slab with broom finish and tooled control joint for approval prior to beginning work. 1.4 QUALITY ASSURANCE A. Construct and erect concrete formwork in accordance with ACI 301 and 347. B. Perform concrete reinforcing work in accordance with ACI 301, ACI 318, and Manual of Practice. C. Perform cast -in -place concrete work in accordance with ACI 301. PART 2 - PRODUCTS 2.1 FORM MATERIALS AND ACCESSORIES A. Form Materials: At the discretion of the Contractor. B. Plywood: PS 1, MDO, Douglas Fir species; Structural 1 grade; sound undamaged sheets with clean true edges. C. Lumber: Douglas Fir species; #1 grade. D. Form Ties: Snap -off, glass fiber type of fixed length, or cone type. E. Form Release Agent: Colorless mineral oil which will not stain concrete or impair natural bonding characteristics of coating intended for use on concrete. POOL CONCRETE 13 10 10 - 1 NORTH OAKS PARK POOL DECK REPAIR 10/15/2024 F. Formed Construction Joints for Slab -on -Grade with slip dowels as shown on drawings. 2.2 REINFORCEMENT MATERIALS A. Reinforcing Steel: ASTM A615, 60 ksi yield grade; deformed billet steel bars, plain finish. B. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for support of reinforcing. C. Fabricate concrete reinforcing in accordance with ACI 315. 2.3 CONCRETE MATERIALS A. Cement: ASTM C150, Type II, Normal, Portland type. B. Fine and Coarse Aggregates: Use 1 inch coarse aggregate conforming to ASTM C- 33 Size #5 and comply with Title 24, Section 1903. C. Water: Clean and not detrimental to concrete. D. Air Entrainment Admixture: ASTM C260. 2.4 CONCRETE MIX A. Mix and deliver concrete in accordance with ASTM C94. B. Provide concrete with 4,000 psi compressive strength, 145 pound per cubic foot density, and a maximum slump of 4 inches for all flatwork. C. Select mix design proportions for normal weight concrete. 2.5 COMPOUNDS, HARDENERS AND SEALERS A. Curing Compounds: ASTM C309. B. Absorptive Mats: ASTM C171. 2.6 EPDXY A. Cartridge type two -component 100% solids epoxy based system dispensed and mixed through a static mixing nozzle supplied by the manufacturer and meeting requirements of ASTM C-881 Type I and IV with 13,000 psi minimum compressive strength. The epoxy shall be tested for use in cracked and uncracked concrete per ICC-ES AC308. B. Model SET-3G manufactured by Simpson Strong -Tie. 13 10 10 - 2 POOL CONCRETE NORTH OAKS PARK POOL DECK REPAIR PART 3 - EXECUTION 3.1 FORMWORK ERECTION A. Erect formwork, shoring and bracing to achieve design requirements. B. Provide bracing to ensure stability of formwork. 10/15/2024 C. Apply form release agent to formwork prior to placing form accessories and reinforcement. D. Do not apply form release agent where concrete surfaces will receive special finishes or applied coverings which are affected by agent. E. Clean forms as erection proceeds, to remove foreign matter. 3.2 INSERTS, EMBEDDED COMPONENTS, AND OPENINGS A. Provide formed openings where required for work to be embedded in and passing through concrete members. B. Coordinate work of other sections in forming and setting openings, slots, recesses, chases, sleeves, bolts, anchors, and other inserts. C. Install concrete accessories straight, level, and plumb. 3.3 REINFORCEMENT PLACEMENT A. Place reinforcement, supported and secured against displacement. B. Ensure reinforcing is clean, free of loose scale, dirt, or other foreign coatings. 3.4 PLACING CONCRETE A. Prepare previously placed concrete as indicated. B. Do not break or interrupt successive pours such that cold joints occur 3.5 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads. B. Remove formwork progressively and in accordance with code requirements. 3.6 FLOOR FINISHING A. Finish concrete floor surfaces in accordance with ACI 301 and ACI 302. B. Uniformly spread, screed, and float concrete. C. Provide slip resistant broom finish on pool deck slab. POOL CONCRETE 13 10 10 - 3 NORTH OAKS PARK POOL DECK REPAIR D. Maintain surface flatness, with maximum variation of 1/8 inch in 10 feet. 10/15/2024 E. In areas with drains, maintain level at perimeter and slope surfaces uniformly to drains. 3.7 CURING A. Apply curing compounds on floor surfaces. B. Immediately after placement, protect concrete from premature drying. C. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete for not less than 7 days. 3.8 DEFECTIVE CONCRETE A. Modify or replace concrete not conforming to required lines, details and elevations, as directed by Architect/Engineer. END OF SECTION 13 10 10 - 4 POOL CONCRETE NORTH OAKS PARK POOL DECK REPAIR SECTION 13 11 13 POOL FINISHES AND WATERPROOFING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions apply to this Section. 1.2 SUMMARY A. Section includes pool tile and joint sealant. 1.3 SUBMITTALS A. Product Data: Submit for all products listed in this Section 1.4 QUALITY ASSURANCE 10/15/2024 A. Perform Work in accordance with TCA (Tile Council of America) Handbook and ANSI (American National Standards Institute) A108 Series/Al 18 Series. PART 2 - PRODUCTS 2.1 JOINT SEALANT A. Two part, gun -grade, non -staining, polysulfide sealant, capable of continuous water immersion, 500 percent elongation capability, 80 pounds per square inch tensile strength, and grey color to match existing joints. Provide manufacturer's recommended primer, joint cleaner, joint filler, and bond breaker. B. Elasto-Seal 227 model manufactured by Pacific Polymers or Deck-O-Seal model manufactured by DFC Company. 2.2 POOL TILE A. Porcelain body, square edges, 0 to 0.5 percent moisture absorption, and conforming to ANSI/TCA A137.1. Surface finish, size, and color as scheduled. B. Mortar: ANSI/ACI (American Concrete Institute) A118.1; Portland cement, sand, and water. C. Grout: Cementitious type, resistant to shrinking. 2.3 POOL TILE SCHEDULE A. Tile colors listed in this schedule are from the following manufacturers: 1. Inlays, Inc. (II). B. Deck: POOL FINISHES AND WATERPROOFING 1311 13 - 1 NORTH OAKS PARK POOL DECK REPAIR 10/15/2024 1. Deck Depth Marker - Glazed porcelain, 8 x 8 inch, white background with black 6 inch high text and factory slip resistant surface (11 #C8200xx FT and #8205xx IN Series). 2. No Diving Graphic - Glazed porcelain, 8 x 8 inch, white background with red international "no diving" graphic, black text and factory slip resistant surface (11 #C821500 MG Series). 3. No Diving Shallow Water Sign - Glazed porcelain, 8 x 8 inch, white background with black 6 inch high text and factory slip resistant surface (11 #C822000, C822025, and C822030 MMG Series). 4. No Running Sign - Glazed porcelain, 8 x 8 inch, white background with black 6 inch high text and factory slip resistant surface (11 #C822005 MMG Series). PART 3 - EXECUTION 3.1 INSTALLATION OF JOINT SEALANT A. Verify that joint openings are ready to receive work, and that joint measurements and surface conditions are as recommended by sealant manufacturer. B. Remove loose materials and foreign matter which may impair adhesion of sealant. C. Verify that joint backing and release tapes are compatible with sealant. D. Perform preparation in accordance with ASTM C790 for latex base sealants. E. Install sealants in accordance with manufacturer's instructions. F. Install joint filler to achieve a neck thickness dimension no greater than the joint width. G. Install bond breaker where joint filler is not used. H. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. Tool joints flat. 3.2 INSTALLATION OF POOL TILE A. Verify that surfaces are ready to receive work. B. Beginning of installation means installer accepts condition of existing surfaces. C. Protect surrounding work from damage or disfiguration. D. Vacuum clean existing surfaces and damp clean. E. Seal substrate surface cracks with filler. F. Install mortar bed, tile, and grout in accordance with manufacturer's instructions. 1311 13 - 2 POOL FINISHES AND WATERPROOFING NORTH OAKS PARK POOL DECK REPAIR 10/15/2024 G. Apply mortar bed over concrete surfaces to a minimum thickness of 1/4 inch. H. Lay tile to pattern indicated. Lay tile so upper surface is flush with adjacent finishes. Use trim finishes as indicated at corners. K. Place tile joints uniform in width, subject to variance in tolerance allowed in tile size. Make joints watertight without voids, cracks, excess mortar, or excess grout. Smooth all cut edges. L. Sound tile after setting. Replace hollow sounding units. M. Allow tile to set for a minimum of 48 hours prior to grouting. N. Grout tile joints. END OF SECTION POOL FINISHES AND WATERPROOFING 1311 13 - 3 NORTH OAKS PARK POOL DECK REPAIR SECTION 13 11 14 POOL DECK EQUIPMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions apply to this Section. 1.2 SUMMARY A. Section includes pool deck equipment. 1.3 SUBMITTALS A. Product Data: Submit for all products listed in this Section. PART 2 - PRODUCTS 2.1 DECK DRAIN GRATE 10/15/2024 A. Round 5 inch diameter polished nickel bronze adjustable strainer head and grate, with square openings and 4 inch diameter threaded outlet. B. Model #ZN415B manufactured by Zurn. 2.2 DISABLED ACCESS LIFT ANCHOR A. Stainless steel anchor insert with bonding screw, and bronze bolt for securing existing lift to new deck. B. Model Mighty Voyager by Aqua Creek Products. 2.3 STANCHION POST SOCKET A. Minimum 6 inch high cast bronze body to accept 1.9 inch outside diameter pipe tube and internal threading for bronze closure cap or locking cap. Provide one opening device. B. Model #38201-TC manufactured by Paragon Aquatics or model #AS-100D manufactured by SR Smith. 2.4 STARTING PLATFORM ANCHOR A. Two dual wedge anchors for each platform welded to a stainless steel angle for proper spacing. Anchor body shall be 6 inch deep welded stainless steel with taper lock fit, bronze locking wedge and stainless steel cover with lifting device. Anchor spacing must match leg spacing of existing platform. B. Model #23103DW manufactured by Paragon Aquatics. POOL DECK EQUIPMENT 1311 14 - 1 NORTH OAKS PARK POOL DECK REPAIR 2.5 STORM DRAIN PIPING A. PVC Pipe: ASTM D2665, Schedule 40 DWV with solvent weld joints. B. Manufactured by Charlotte Pipe or Spears Manufacturing. 2.6 TRENCH DRAIN 10/15/2024 A. Molded structural polyethylene channel drain with 39.75 inch long interlocking sections, gray color with UV inhibitors. Grating panels shall withstand loads of 175 psi and be constructed of 3/4 inch thick polyolefin with 3/8 inch openings, light gray color with stainless steel screws. B. Model 5" Pro Series #800 with #814 grate manufactured by NDS. 2.7 WEDGE ANCHOR A. Minimum 4.25 inch long cast bronze body to accept 1.9 inch outside diameter pipe tube with bronze locking wedge and stainless steel set bolt and washer. B. Model #28102 manufactured by Paragon Aquatics or model #IAS-100 manufactured by SR Smith. PART 3 - EXECUTION 3.1 INSTALLATION OF ANCHORS AND SOCKETS A. Install anchors and sockets level and plumb. B. Install anchors and sockets flush with adjacent concrete deck surface. 3.2 INSTALLATION OF DECK EQUIPMENT A. Assemble all components of the following equipment: 1. Existing grab rails and escutcheon plates. END OF SECTION 1311 14 - 2 POOL DECK EQUIPMENT Technical Specifications SANTA CLARITA PARK POOL DECK REPAIR PROJECT #P0023 27285 Seco Canyon Road Santa Clarita, California 91354 Jones & Madhavan 100 East Thousand Oaks Boulevard, Suite 211 Thousand Oaks, California 91360 October 15, 2024 PLAN CHECK SET SANTA CLARITA PARK POOL DECK REPAIR SECTION 00 01 10 INDEX A. TECHNICAL SPECIFICATIONS 10/15/2024 Section 01 10 00 Basic Requirements 1-6 Section 13 05 05 Selective Demolition 1-2 Section 13 10 10 Pool Concrete 1 - 4 Section 13 11 13 Pool Finishes and Waterproofing 1 - 3 Section 13 11 14 Pool Deck Equipment 1 - 2 B. TECHNICAL DRAWINGS Sheet T1.1 Title Sheet Sheet D1.1 Demolition Plan Sheet D2.1 Demolition Details Sheet SP1.1 Pool Deck Plan Sheet SP2.1 Deck Details Sheet SP2.2 Deck Details END OF SECTION INDEX 0001 10 - 1 SANTA CLARITA PARK POOL DECK REPAIR SECTION 01 10 00 BASIC REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS 10/15/2024 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. 1.2 PROJECT DESCRIPTION A. The project consists of repairing a 25-yard swimming pool deck. B. Work Included: Furnish all labor, equipment, appliances, materials, and perform operations required to complete work. 2. Bring questionable or obscure items, apparent conflicts between plans, specifications, governing codes, or utilities regulations to the attention of the Architect and the Owner during bidding period. 3. By submitting a proposal, the Contractor represents that he has made a thorough examination of the site of the work and all existing conditions and limitations and that he has examined the contract documents in complete detail. 1.3 ACCESS ROADS A. Existing on -site roads may be used for construction traffic. 1.4 APPLICATION FOR PAYMENT A. Submit Application for Payment on a monthly basis utilizing the approved Schedule of Values. 1.5 BARRIERS AND FENCING A. Provide barriers and fencing as necessary to prevent unauthorized entry to construction areas and to protect existing facilities and adjacent properties from damage. 1.6 CHANGE PROCEDURE A. The Owner may advise Contractor of minor changes in the Work not involving an adjustment to Contract Sum or Contract Time by issuing Supplemental Instructions. B. The Owner may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications, a change in Contract Time for executing the change with a stipulation of any overtime work required and the period of time during which the requested price will be BASIC REQUIREMENTS 01 10 00 - 1 SANTA CLARITA PARK POOL DECK REPAIR 10/15/2024 considered valid. The Contractor shall prepare and submit an estimate within 7 days. C. The Owner may issue a Construction Change Directive, instructing the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. Document will describe changes in the Work, and designate method of determining any change in Contract Sum or Contract Time. The Contractor shall promptly execute the change. D. The Contractor may propose changes by submitting a request for change to the Owner, describing the proposed change and its full effect of the Work. Include a statement describing the reason for the change, and the effect on the Contract Sum and contract Time with full documentation and a statement describing the effect on Work by separate or other contractors. E. The Owner will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.7 CONFERENCES A. The Owner will schedule a preconstruction conference after Notice of Award for all affected parties. B. The Owner will schedule and administer meetings throughout progress of the Work at maximum weekly intervals. C. The Owner will preside at meetings, record minutes, and distribute copies to those affected by decisions made. 1.8 CONSTRUCTION SCHEDULES A. Submit initial construction schedule within 15 days after date of Owner -Contractor Agreement. B. Submit revised construction schedule with each Application for Payment, identifying changes since previous schedule. 1.9 CONTRACT CLOSE-OUT PROCEDURES A. Submit written certification that Contract Documents have been reviewed, Work has been inspected, and Work is completed in accordance with Contract Documents and ready for Owner's inspection. B. Submit final Application for Payment identifying total adjusted Contract Sum/Price, previous payments, and amount remaining due. C. Submit all maintenance, operation, and warranty information with final Application for Payment. 1.10 CONTRACTOR USE OF PREMISES A. Limited use of premises to allow Owner occupancy and use by the public. 01 10 00 - 2 BASIC REQUIREMENTS SANTA CLARITA PARK POOL DECK REPAIR 1.11 COORDINATION A. Coordinate scheduling, submittals, and Work of the various Sections of Specifications to assure efficient and orderly sequence of installation of interdependent construction elements. 1.12 FIELD OFFICE 10/15/2024 A. Existing pool building area may be used. Maintain in a clean and orderly condition. 1.13 FINAL CLEANING A. Execute final cleaning prior to final inspection. B. Remove waste and surplus materials, rubbish, and construction facilities from the site. 1.14 INSPECTION AND TESTING LABORATORY SERVICES A. Owner will employ and pay for the services of an independent firm to perform required inspection and testing. B. Contractor shall pay for re -testing required because of non-conformance to specified requirements. 1.15 OPERATION AND MAINTENANCE DATA A. Submit four sets prior to final inspection, bound in 8-1/2 x 11 inch text pages, three side ring binders with durable plastic covers. B. Prepare binder cover with printed title "OPERATION AND MAINTENANCE INSTRUCTIONS" and title of project. C. Internally subdivide the binder contents with permanent page dividers, logically organized, with tab titles clearly printed under reinforced laminated plastic tabs. D. Contents: 1. Part 1: Directory, listing names, addresses, and telephone numbers of Architect/Engineer, Contractor, subcontractors, and major equipment suppliers. 2. Part 2: Operation and maintenance instructions, arranged by system. 3. Part 3: Project documents and certificates. 1.16 PARKING A. Existing on -site parking may be used for construction personnel. 1.17 PROGRESS CLEANING A. Maintain construction area free of waste materials, debris, and rubbish. BASIC REQUIREMENTS 01 10 00 - 3 SANTA CLARITA PARK POOL DECK REPAIR 1.18 PRODUCT OPTIONS 10/15/2024 A. Products specified by Reference Standards or by Description Only: Any product meeting those standards or description. B. Products Specified by Naming One or more Manufacturers: Submit proposed substitution for any manufacturer not named within 14 days of Contract Award. 1.19 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection when required. 1.20 QUALITY ASSURANCE/CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship. B. Comply with product manufacturers' instructions. C. Comply with specified standards as a minimum quality except when more stringent tolerances or codes indicate higher standards. 1.21 RECORD DOCUMENTS A. Maintain on site, one set of Contract Documents to be utilized for record documents. B. Record actual revisions to the Work. Record information concurrent with construction progress. C. Legibly mark and record at each Product Section a description of actual products installed. D. Legibly mark each item to record actual construction. E. Submit documents to Owner with claim for final Application for Payment. 1.22 REFERENCES A. Conform to reference standard by date of issue current as of the date of the Contract Documents. B. Should specified reference standard conflict with the Contract Documents, the Contractor shall request clarification from Owner before proceeding. 1.23 SCHEDULE OF VALUES A. Submit Schedule of Values within 15 days after date of Owner -Contractor Agreement. 1.24 SECURITY A. Provide security and facilities as necessary to protect Work, existing facilities, and Owner's operations from unauthorized entry, vandalism, or theft. 01 10 00 - 4 BASIC REQUIREMENTS SANTA CLARITA PARK POOL DECK REPAIR 1.25 SPARE PARTS AND MAINTENANCE MATERIALS 10/15/2024 A. Provide Products, spare parts, maintenance and extra materials in quantities specified in individual specification sections. B. Deliver to Project site and place in location as directed; obtain receipt prior to final payment. 1.26 STORAGE AND PROTECTION A. Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather -tight enclosures. B. For exterior storage of fabricated products, place on sloped supports, above ground. C. Provide off -site storage and protection when site does not permit on -site storage or protection. 1.27 SUBMITTAL PROCEDURES A. Provide submittals as required in each Specification Section. B. Provide submittal data in PDF format. C. The Owner will return reviewed submittals within 14 days. D. Provide cover sheet with each submittal that includes the following information: 1. Project Name. 2. Contractor, subcontractor, and supplier. 3. Appropriate Specification Section reference. 4. Signature of Contractor, certifying that review, verification of Products required, field dimensions, adjacent construction Work, and coordination of information is in accordance with the Contract Documents. 5. Identify variations from Contract Documents. 6. 4 x 4 inch space for Owner's review stamp. E. Revise and resubmit submittals as required. 1.28 SUBSTITUTIONS A. Document each substitution request with complete data substantiating compliance of proposed substitution with Contract Documents. Submit all proposed substitutions within 14 days of Contract Award. 1.29 TELEPHONE SERVICE A. Provide, maintain, and pay for telephone service. BASIC REQUIREMENTS 01 10 00 - 5 SANTA CLARITA PARK POOL DECK REPAIR 1.30 TEMPORARY ELECTRICITY 10/15/2024 A. Connect to existing power services. Power consumption shall not disrupt Owner's need for continuous service. The Owner will pay for power consumed. 1.31 TEMPORARY LIGHTING A. Existing lighting may be used. Provide additional lighting as required. 1.32 TEMPORARY SANITARY FACILITIES A. Existing restroom area may be used. Maintain in a clean and sanitary condition. 1.33 TEMPORARY WATER SERVICE A. Connect to existing water source. Water consumption shall not disrupt the Owners need for continuous service. The Owner will pay for water consumed. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 01 10 00 - 6 BASIC REQUIREMENTS SANTA CLARITA PARK POOL DECK REPAIR SECTION 13 05 05 SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 RELATED DOCUMENTS 10/15/2024 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.1 PREPARATION A. Provide, erect and maintain temporary barriers and security devices as necessary. B. Notify and coordinate with owners of adjacent properties if work may affect their property, potential noise, utility outage, or disruption. C. Prevent movement or settlement of adjacent structures. D. Protect existing landscaping materials, structures, building components, and pool components which are not indicated to be demolished 3.2 DEMOLITION REQUIREMENTS A. Conduct demolition to minimize interference with adjacent structures. B. Conduct operations with minimum interference to public or private accesses. C. Maintain protected egress and access at all times. Do not close or obstruct roadways and sidewalks without permits. D. Cease operations and notify Owner immediately if adjacent structures appear to be in danger. 3.3 SELECTIVE DEMOLITION A. Demolish and remove designated pool components in an orderly and careful manner. B. Protect concrete saw cut edges during construction and remove all chips prior to installing new work. C. Remove all abandoned equipment, piping, conduit and wiring. SELECTIVE DEMOLITION 13 05 05 - 1 SANTA CLARITA PARK POOL DECK REPAIR D. Backfill excavated areas caused as a result of demolition. 10/15/2024 E. Rough grade and compact areas affected by demolition to maintain existing grades and contours. 3.4 CLEAN-UP A. Remove demolished materials from site as work progresses. 3.5 SCHEDULE OF PRODUCTS TO BE REMOVED AND REUSED A. Remove, store, and protect the following materials and equipment for reuse: 1. Grab rails and escutcheon plates. 2. Diving stand base. END OF SECTION 13 05 05 - 2 SELECTIVE DEMOLITION SANTA CLARITA PARK POOL DECK REPAIR SECTION 13 10 10 POOL CONCRETE PART 1 - GENERAL 1.1 RELATED DOCUMENTS 10/15/2024 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections apply to this Section. 1.2 SUMMARY A. Section includes formwork, reinforcement, accessories, cast -in place concrete, finishing and curing. B. Concrete work shall conform to ACI 301 except as modified below. 1.3 SUBMITTALS A. Product Data: Submit for admixtures, reinforcing steel, and epoxy. B. Design Data: Submit concrete mix design by approved testing laboratory. 1.4 QUALITY ASSURANCE A. Construct and erect concrete formwork in accordance with ACI 301 and 347. B. Perform concrete reinforcing work in accordance with ACI 301, ACI 318, and Manual of Practice. C. Perform cast -in -place concrete work in accordance with ACI 301. PART 2 - PRODUCTS 2.1 FORM MATERIALS AND ACCESSORIES A. Form Materials: At the discretion of the Contractor. B. Plywood: PS 1, MDO, Douglas Fir species; Structural 1 grade; sound undamaged sheets with clean true edges. C. Lumber: Douglas Fir species; #1 grade. D. Form Ties: Snap -off, glass fiber type of fixed length, or cone type. E. Form Release Agent: Colorless mineral oil which will not stain concrete or impair natural bonding characteristics of coating intended for use on concrete. F. Formed Construction Joints for Slab -on -Grade with slip dowels as shown on drawings. POOL CONCRETE 13 10 10 - 1 SANTA CLARITA PARK POOL DECK REPAIR 2.2 REINFORCEMENT MATERIALS 10/15/2024 A. Reinforcing Steel: ASTM A615, 60 ksi yield grade; deformed billet steel bars, plain finish. B. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for support of reinforcing. C. Fabricate concrete reinforcing in accordance with ACI 315. 2.3 CONCRETE MATERIALS A. Cement: ASTM C150, Type II, Normal, Portland type. B. Fine and Coarse Aggregates: Use 1 inch coarse aggregate conforming to ASTM C- 33 Size #5 and comply with Title 24, Section 1903. C. Water: Clean and not detrimental to concrete. D. Air Entrainment Admixture: ASTM C260. 2.4 CONCRETE MIX A. Mix and deliver concrete in accordance with ASTM C94. B. Provide concrete with 4,000 psi compressive strength, 145 pound per cubic foot density, and a maximum slump of 4 inches for all flatwork. C. Select mix design proportions for normal weight concrete. 2.5 COMPOUNDS, HARDENERS AND SEALERS A. Curing Compounds: ASTM C309. B. Absorptive Mats: ASTM C171. 2.6 EPDXY A. Cartridge type two -component 100% solids epoxy based system dispensed and mixed through a static mixing nozzle supplied by the manufacturer and meeting requirements of ASTM C-881 Type I and IV with 13,000 psi minimum compressive strength. The epoxy shall be tested for use in cracked and uncracked concrete per ICC-ES AC308. B. Model SET-3G manufactured by Simpson Strong -Tie. PART 3 - EXECUTION 3.1 FORMWORK ERECTION A. Erect formwork, shoring and bracing to achieve design requirements. B. Provide bracing to ensure stability of formwork. 13 10 10 - 2 POOL CONCRETE SANTA CLARITA PARK POOL DECK REPAIR 10/15/2024 C. Apply form release agent to formwork prior to placing form accessories and reinforcement. D. Do not apply form release agent where concrete surfaces will receive special finishes or applied coverings which are affected by agent. E. Clean forms as erection proceeds, to remove foreign matter. 3.2 INSERTS, EMBEDDED COMPONENTS, AND OPENINGS A. Provide formed openings where required for work to be embedded in and passing through concrete members. B. Coordinate work of other sections in forming and setting openings, slots, recesses, chases, sleeves, bolts, anchors, and other inserts. C. Install concrete accessories straight, level, and plumb 3.3 REINFORCEMENT PLACEMENT A. Place reinforcement, supported and secured against displacement. B. Ensure reinforcing is clean, free of loose scale, dirt, or other foreign coatings. 3.4 PLACING CONCRETE A. Prepare previously placed concrete as indicated. B. Do not break or interrupt successive pours such that cold joints occur 3.5 FORM REMOVAL A. Do not remove forms or bracing until concrete has gained sufficient strength to carry its own weight and imposed loads. B. Remove formwork progressively and in accordance with code requirements. 3.6 FLOOR FINISHING A. Finish concrete floor surfaces in accordance with ACI 301 and ACI 302. B. Uniformly spread, screed, and float concrete. C. Provide slip resistant broom finish on pool deck slabs to match adjacent areas. D. Maintain surface flatness, with maximum variation of 1/8 inch in 10 feet. E. In areas with drains, maintain level at perimeter and slope surfaces uniformly to drains. 3.7 CURING A. Apply curing compounds on floor surfaces. POOL CONCRETE 13 10 10 - 3 SANTA CLARITA PARK POOL DECK REPAIR B. Immediately after placement, protect concrete from premature drying. 10/15/2024 C. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete for not less than 7 days. 3.8 DEFECTIVE CONCRETE A. Modify or replace concrete not conforming to required lines, details and elevations, as directed by Architect/Engineer. END OF SECTION 13 10 10 - 4 POOL CONCRETE SANTA CLARITA PARK POOL DECK REPAIR SECTION 13 11 13 POOL FINISHES AND WATERPROOFING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions apply to this Section. 1.2 SUMMARY A. Section includes pool tile and joint sealant. 1.3 SUBMITTALS A. Product Data: Submit for all products listed in this Section 1.4 QUALITY ASSURANCE 10/15/2024 A. Perform Work in accordance with TCA (Tile Council of America) Handbook and ANSI (American National Standards Institute) A108 Series/Al 18 Series. PART 2 - PRODUCTS 2.1 JOINT SEALANT A. Two part, gun -grade, non -staining, polysulfide sealant, capable of continuous water immersion, 500 percent elongation capability, 80 pounds per square inch tensile strength, and grey color to match existing joints. Provide manufacturer's recommended primer, joint cleaner, joint filler, and bond breaker. B. Elasto-Seal 227 model manufactured by Pacific Polymers or Deck-O-Seal model manufactured by DFC Company. 2.2 POOL TILE A. Porcelain body, square edges, 0 to 0.5 percent moisture absorption, and conforming to ANSI/TCA A137.1. Surface finish, size, and color as scheduled. B. Mortar: ANSI/ACI (American Concrete Institute) A118.1; Portland cement, sand, and water. C. Grout: Cementitious type, resistant to shrinking. 2.3 POOL TILE SCHEDULE A. Tile colors listed in this schedule are from the following manufacturers: 1. Inlays, Inc. (II). B. Deck: POOL FINISHES AND WATERPROOFING 1311 13 - 1 SANTA CLARITA PARK POOL DECK REPAIR 10/15/2024 1. Deck Depth Marker - Glazed porcelain, 8 x 8 inch, white background with black 6 inch high text and factory slip resistant surface (11 #C8200xx FT and #8205xx IN Series). 2. No Diving Graphic - Glazed porcelain, 8 x 8 inch, white background with red international "no diving" graphic, black text and factory slip resistant surface (11 #C821500 MG Series). 3. No Diving Shallow Water Sign - Glazed porcelain, 8 x 8 inch, white background with black 6 inch high text and factory slip resistant surface (11 #C822000, C822025, and C822030 MMG Series). PART 3 - EXECUTION 3.1 INSTALLATION OF JOINT SEALANT A. Verify that joint openings are ready to receive work, and that joint measurements and surface conditions are as recommended by sealant manufacturer. B. Remove loose materials and foreign matter which may impair adhesion of sealant. C. Verify that joint backing and release tapes are compatible with sealant. D. Perform preparation in accordance with ASTM C790 for latex base sealants. E. Install sealants in accordance with manufacturer's instructions. F. Install joint filler to achieve a neck thickness dimension no greater than the joint width. G. Install bond breaker where joint filler is not used. H. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. Tool joints flat. 3.2 INSTALLATION OF POOL TILE A. Verify that surfaces are ready to receive work. B. Beginning of installation means installer accepts condition of existing surfaces. C. Protect surrounding work from damage or disfiguration. D. Vacuum clean existing surfaces and damp clean. E. Seal substrate surface cracks with filler. F. Install mortar bed, tile, and grout in accordance with manufacturer's instructions. G. Apply mortar bed over concrete surfaces to a minimum thickness of 1/4 inch. H. Lay the to pattern indicated. 1311 13 - 2 POOL FINISHES AND WATERPROOFING SANTA CLARITA PARK POOL DECK REPAIR Lay tile so upper surface is flush with adjacent finishes. Use trim finishes as indicated at corners. 10/15/2024 K. Place tile joints uniform in width, subject to variance in tolerance allowed in tile size. Make joints watertight without voids, cracks, excess mortar, or excess grout. Smooth all cut edges. Sound tile after setting. Replace hollow sounding units. M. Allow tile to set for a minimum of 48 hours prior to grouting. N. Grout tile joints. END OF SECTION POOL FINISHES AND WATERPROOFING 1311 13 - 3 SANTA CLARITA PARK POOL DECK REPAIR SECTION 13 11 14 POOL DECK EQUIPMENT PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions apply to this Section. 1.2 SUMMARY A. Section includes pool deck equipment. 1.3 SUBMITTALS A. Product Data: Submit for all products listed in this Section. 10/15/2024 PART 2 - PRODUCTS 2.1 DECK DRAIN GRATE A. Round 5 inch diameter polished nickel bronze adjustable strainer head and grate, with square openings and 4 inch diameter threaded outlet. B. Model #ZN415B manufactured by Zurn. 2.2 DIVING STAND ANCHOR A. 4 inch high cast bronze body with 5/8 inch stainless steel bolt and washer. B. Model #70-231-900 manufactured by Duraflex International Corporation. 2.3 STANCHION POST SOCKET A. Minimum 6 inch high cast bronze body to accept 1.9 inch outside diameter pipe tube and internal threading for bronze closure cap or locking cap. Provide one opening device. B. Model #38201-TC manufactured by Paragon Aquatics or model #AS-100D manufactured by SR Smith. 2.4 WEDGE ANCHOR A. Minimum 4.25 inch long cast bronze body to accept 1.9 inch outside diameter pipe tube with bronze locking wedge and stainless steel set bolt and washer. B. Model #28102 manufactured by Paragon Aquatics or model #IAS-100 manufactured by SR Smith. POOL DECK EQUIPMENT 1311 14 - 1 SANTA CLARITA PARK POOL DECK REPAIR PART 3 - EXECUTION 3.1 INSTALLATION OF ANCHORS AND SOCKETS A. Install anchors and sockets level and plumb. B. Install anchors and sockets flush with adjacent concrete deck surface. 3.2 INSTALLATION OF DECK EQUIPMENT A. Assemble all components of the following equipment: 1. Existing diving stand. 2. Existing grab rails. END OF SECTION 10/15/2024 1311 14 - 2 POOL DECK EQUIPMENT EXHIBIT C C&DMMP Form Project Information Project Name: Permit (BLD#): Project Address: CONSTRUCTION AND DEMOLITION MATERIALS MANAGEMENT PLAN FORM For questions, please contact the Environmental Services Division at (667) 286-4098 Contact Information Name: Phone: Email: Construction and Demolition Materials Est. Qty. Franchised Hauler/Self-Haul (wood, metal, drywall, carpet, cardboard, etc.) (tons) Total Inert Materials Est. Qty. Franchised Hauler/Self-Haul/Reuse (concrete, sand, dirt, rock, gravel, clean fill, trees, stumps, etc.)* (tons) Total *Pursuant to 2022 California Green Building Standards Code,100 percent of trees, stumps, rocks, and associated vegetation and soils resulting primarily from land clearing shall be reused or recycled. For a phased project, such material may be stockpiled on site until the storage site is developed. * If contamination by disease or pest infestation is suspected, contact the County Agricultural Commissioner and follow its direction for recycling or disposal of the material. Learn more about Santa Clorita's C&D Ordinance by visiting city.sc%dmpp or by scanning the OR code on the right C 1❑� City of Santa Clarita Franchised Haulers Temporary Bin and Roll -Off Box Service All temporary bin and roll -off box services in the City of Santa Clarita are franchised by the following companies. If you are not self -hauling, you must use one of the haulers listed below: America's Bin Company (888) 500-9007 8832 Bradley Ave, Sun Valley American Reclamation (888)999-9330 4560 Doran St, Los Angeles Athens Services (888) 274-2074 9189 DeGarmo Ave, Sun Valley Burrtec Waste Industries (661) 222-2249 26000 Springbrook Ave, Ste 101, Santa Clarita Consolidated Disposal Service, LLC (562) 360-3932 9200 Glenoaks Blvd, Sun Valley DBA Republic Services Rent -A -Bin (818) 709-5599 20833 Santa Clara St, Santa Clarita Triscenic Production Services, Inc (818) 367-0243 27615 Ave Hopkins, Santa Clarita Waste Management (WM) (661) 259-2398 25772 Springbrook Ave, Santa Clarita For Film and Television Production Services Only Reel Waste and Recycling (877) 588-7335 or 550 Glenoaks Blvd, San Fernando (818) 361-2200 Self -Haul Contractors may self -haul their waste and recyclable materials if they possess a valid California contractor's license for their scope of work. For example, in order for a demolition contractor to self -haul, the demolition contractor shall be licensed with the California State Licensing Board to conduct demolition services. Waste hauling services may not be subcontracted. General contractors who subcontract service shall ensure all subcontractors are either using a City franchised hauler or are eligible to self - haul. If you choose to self -haul, a separate self -haul verification form will be requested upon project finalization and submitted alongside all applicable weight tickets, scale reports and/or diversion reports. The self -haul verification form can be found at city.sc/cdmmp. The City of Santa Clarita's Construction & Demolition Recycling Ordinance (05-09) requires all demolition projects, all commercial construction projects of new construction or additions over 1,000 square feet and all tenant improvements, alterations or new construction valued over $200,000, all new residential construction projects, and all residential additions and improvements that increase building area, volume, or size to recycle a minimum of 65 percent (65%) of all materials. There is a deposit required which is calculated at two percent (2%) of the highest valuation or $15,000 (whichever is less) for construction projects, and ten percent (10%) or $15,000 (whichever is less) for demolition projects. It is the responsibility of the applicant to ensure the recycling requirements are met by working closely with the approved waste hauler(s). Please make sure you keep records from your waste hauler(s) or weight tickets from the C&D recycling center/landfill. These records will be necessary to prove your recycling tonnages and will be required to have your deposit returned at the end of the project. Please note deposits take up to three weeks to be refunded. By signing below, you are certifying you have read and understand this requirement: Applicant Signature Contractor Signature (if different than applicant above) Date Date GHADWAY STREET NORTH OAKS PARK POOL DECK REPAIR PROJECT # P0023 n O or A�E-aEMH OTO n L -1n,«Ho r j nrc-,Rourvo SITE PLAN 41 O� 9 .NTA �L 9 G haFO '/5 OECEN`bE� Aa ol.l REFERENOE TO DETAIL wineeR REeEA— TO SELIO LITeR - O KEYED NOTE NUMBER DRAPTINO 51*rMBOL5 AT IA' lAll �Eoos N..vu IA 11 IT Al ABBREVIATIONS -II -11AII SOOPE OF WORK BLD6 CODE DATA �E, sw�MM��6 Pool ArA sall � IT a_ ,vatio�R w.re - soo ePM �6 houxs� HEALTH CODE DATA TI.I TITLE SHEET OI.I DEMOLITION PLAN 22.I DEMOLITION DETAILS 02.2 DEMOLITION DETAILS SPI.I POOL DECK PLAN 5P2.I OEOK DETAILS SP2.2 DECK DETAILS 5P2.3 OEOK DETAILS SHEET INDEX of G.�F ]ONES & ,x ?HAV XN City of SANTA GLARIT APPROVED ffm t2 0'L � M 00 [If LL J �Qc+1ZU d W O J Q w�aa� Y Y d QOxxgQ U 0 c) C) U W J �OOz 0 OO[if Q Q' ZO_O_N(n a PLAN CHECK SET SHEET 10 BL@A 0148 T1.1 1 OF 5YM5OL5 DEMOLITION PLAN GENERAL NOTES F+(E) -To To 5T—Twe w a "oTIFI Iw R IFANC o1xREF-IIEE. cT 1. TE eE REMovEo. KEYED NOTES O ® rzE a - m EEPw,sEE a 1 © rzE oR tm s�, sEE siov (-a)� SEE 21 . TI"R E QI) aEMo�, 1 . Re1 s 1 uFeeuaRo 1w O F is 0 cTzo - ei�za 0 rza 1111 0 0 o GE"mP ;� Da ReI Al 0 R 0 PRorecr 5 wer cna" 1wK Face a—P. �enTE ro eE RE„ovEo e. cam SANTA GLARITA APPROVER 0"' t� o� c, 00 [IfLL J < Q z U d W u) O J Q [If d d Y Y d QO*7-> U �OLau ajQ W � J � < �OO�z O OO[if Q Q' zddN(n a z Q J W d J z H O_ H � W O W W = o U) PLAN CHECK SET PROJECT I SHEET �_' �.._� D 1.1 20F8 LIGHT POLE STANCHION SOCKET n TRENCH DRAIN 3 Pu w, R .....R..1"-1" PLATFORM ANCHOR . ercurc«eoN Puss __ sreFs aEOEssEo � GRAB RAILS 4 nECK nRAIN GRATE 2 aET : a , o_.K� PaosIr �or'U �oP�� TEE TIT— Pusrsa aoF° ]ONES & MADHAVAN GUTTER SECTION City of SANTA GLARIT MITOF SA ACLABIIA BUILDING & SAFETY APPAOVEU oL c, 00 J �Qcm ZU d LuOJQ u) [If d d — `Y Y 0 [If U O Q U Q U U LLI �OO�z O 0 0 [if < Q' ZddN(n a In J Q H W w 0 J Z H O_ H � LEIO LEIW 2 0 Co PLAN CHECK SET SHEET 10 BL@A 0148 D2.1 30F8 POOL LIGHT J-BOX niN DEGK ® ENTiZY 6A]TE —E 111ANIIINra'111 11- THRE5HOLD 3 T I.- ro ee"`aE` Moro er am o�K sine F w�Kwn, nc DECK ® 0ATE 2 ]ONES & MADHAVAN HOSE o BIBS DECK DECK ® BLDG 4 FENCE CURB n City of SANTA CI'IT OF SAN'IA CLABI'IA BUILDING & SAFETY APPAOVEU 0"' tol o� c, 00 [IfLL J �QcIZU d Lu 0 Q u) [If d d Y Y d <c) 2,Q U �oLau ajQ W � � � < [if 0 2: O 0 0 [if < Q ZddN(n a In J Q LLU Lu 0 J Z H O_ H � W O W W 2 0 Co PLAN CHECK SET SHEET 10 BD240148 D2.2 40F8 NO AGGF-55 51ON "Zil A,— I- o - I- - 099- -III- ono -I- - o-- oe Ro°M 1 I ID ° l --'- -®- -------®- ��I- r oD11 r( o o o - 9P I o-- A I I rt I — I I O I CHEMICAL AREA PPe ° T— \ ° <1 0 0 I � I I I 9I I - _ o -- T — 7 4 AA ----------- �I 9sa� °o.00 I Ioao — — — o T G) o °- trF✓ N Pa Ico. aPs oo.D PIP �" POOL LDEGK PLAN SYMBOLS GENERAL NOTE5 KEYED NOTES O 1 ANT MSDIN, SRD°M FINIS« — — — DI: wNTRDL bINT, SEE IC-1 I K 5l w +lAT' 5ESN Pou�S. O (ro DSc« I NI � 5 5 - - SeSK DDNs WTDN blNr, s 5)sr .I °� N�NT 5Iq MSNSIINs A E �S 55 °SNTSam IN �N 11-1 a ®(w ��« Danw ® JI� 1— 555 eiSPS.I DEc 5 oxIMATE a SLO 24o MA, To vRAINS. ®(N) TILE DECK vSPTH MARKER (TYP IS).9EE I5P2 ND (W vEGK REINwRGIN6 To (l PWL SHELL REINwRGIN6 GRID IN EP. SIVE, SEE 9/5P2.I SO (N) TILE NO DIVING 5IGN (jYP 4), 5E EINISN 51REAGE LLEVATIDN 6. (W I— vEPTH MARKER DIMEN5IDN5 ARE AAAI IMATE a THEY SHALL TERED IN (E) WALL MARKERS. E 2/5P22 1S 1 IN) STARTM2 PLA.TFaRM ANCHORS oN (E) LA. MARKERS . T-o" a E ©(W TILE No ftUNNINS SIeN (nP e), SEE a)5P22 O O 0 D K PwwN6 5Eo N E O (E) 6R e R L5 w (w w HDR (m s vw. SEE s vaa OB nN STANCHION Posr s-r mP 1 SEE 1 1 51 1 .a RTnTF°aM 0 M 5TANS PLAN— mP aA see e.sPz.I 0 (E) ue— I— O 0 (� PAL PL,a«,SR a TINS FINISH55 0 (� STAR HANDRAIL 14 (� vIVIN6 STAND e GONG T/SP2.I IOS (� LIGHT P°LE a EODTIN6 �DE951L=s E 0 (E� METAL eENJH nYP � On (E) uNDEw�wreR LI6«r , e°xEs 0 (E� «°5E elees 0 (e)11-51 D All— LINT e 12 ( (I - All ss 51— ewoal<e. clTn. see 111II ]ONES & MADHAVAN Ully of SANTA GLARITA APPROVER 0"' t� Q 0'L 00 IL J < Q Z U d W O J Q U) Q! d d of Y Y d U OQ UQ U L l J H J v Q [If OO,z O ooI,,< cr Zddc,i(D 0- z Q w a J .Y U H 0 W J W O 2 In U) PLAN CHECK SET SHEET 10 6L@4 01528 S P 1.1 50F8 BOND WIRE IS PLATFORM ANCHOR n —.I - -0 D L-; =NRE� TRENCH DRAIN F,ro s oin orzam s.rzai"Ea DECK DRAIN GRATE (E, STANI e 11 (W coNc BECK MI 1-1- SEALANT �Er conc coP�n6 «ore s�M -as o �w Eonn —inr EiuER DIVING STAND EXPANSION JOINT _ I _ E _ 1 _o Y City of SANTA CONSTRUCTION JOINT sa d S-11. APPROVED ffm t I o� c, 6 1E 1 e1A 00 w �ILL J EA r•Ar < Q c Z U d W 0 Q u) [If d d �eeRAOE Y Y d O D* v U W Q �sE� Pe [if OO�z "o� N rooN oa KaaFr oee= , r«�N rr oaoo.�ER O O O Q Q ZddN(n CONTROL JOINT 2 :a e ie cc eA wwn:� "N E;�Ansion poi"T tE� tout coviNe n�E W J J Q Lu 0 Y —_______ vwNe vuevNue�ev W — — wATea Ne° n" _ W W I 0 (n wAre�INE rE PLAN CHECK SET �(E Pusea 11=III=11 r SHEET ]ONES& MxAD HFAV ���.� BLD2401528 GUTTER SECTION XN 6 OF 8 4)_ ���A��KM6xTM wR -ENO RUNNING ACCESS LIFT ANCHOR � NO RUNNING SION n NO DIVING NO DIVING GRAPHIC 3 E 11 I T oE11 s1E «I, oA�l, 51 �wRE ENO DIVING SHALLOW WATER TTt — STANCHION SOCKET n AN -IF � e B, GRAB RAILS 11 FT 0'" 10FT 0'" 5FT 01N 4FT6IN 3FT 01" NO DIVING SIGN n -AI III - 1-o e;:P.wsioN -wr _ iry Tn srzi oecK oerrH nA, 2FT6" 6xe DEPTH MARKERS SANTA GLARITA APPROVER 0"' t� o0 00 J Q Z U d W O J Q U) d d Y Y d U UD�vU W � J �U � Q U U z O UU[if Q Q' ZddN(n 0- PLAN CHECK SET SHEET eL�`01528 SP2 2 7O1`8 concP o 1u o O O O ANGHOa5, 9UREWERx U5A ry O O O TRUN0ATED DOME5 oZNCAim iacMA�x 5L71e� (EI rrzee w�� (s) si- — ro roes � NO ® PARKING swRa� ve r.rFi we enr.�reourvo mP� F"s� aenove (FJ PAINT a paovive (W nA 1—A5 1Nvi1— AICCE5515LE PAIRKINC ,21a. n -- ve - 1 _o le) Are Poere MI 6" c oc EA WAY � � (E)�NN� �KWAY ANCHaR -11 va � GON �GeA WA=�--a � �(FJ GONC W.ryxWAv DECK ® ENTRY &ATE � DECK ® OPENING n (� wAu , FaoriNo (suv sPzi lN�in" wive e� --- DECK ® BLDO n -- I -,_o lFJ Poke e F nrva F NN v2 WioE E� (SiM) a va v eA ooEp ePox sue'>s' oo nose wi sines N ser-ss <� ®^ c Aew I —Al ie oc sA -� � re� e�oe sue LIGHT POLE THRESHOLD 4 l�) owaN 1— Fence (e1 coNc was uNa®^c oc eA wqr � � � coNc wA�Kv+Ar i=iTi=iTi , , I—IiTilll=i FENCE CURES 2 1r I " viA eer aA11 �9ewuv�w N Pure T�Roa �w wvecK wR .ac�ser -- D WEDGE ANCHOR ]ONES & MADHAVAN City of Is CHT OF SAN'IA CLARI'IA BUILDING & SAFETY APPAOVEU 0"' t� 0'L � M 00 [If LL J �Qc+IZU U 0 Lu U W J Q �OO�z 0 O O Ir Q Q' Z D_ d N (n a W J) J Q W W Y W W = 0 Co PLAN CHECK SET SHEET 10 BLD2401528 SP2.3 80F8 0 SANTA CLARITA PARK POOL DECK REPAIR PROJECT # P0023 0 ; 0 � PooL o h L L rvRF rJ L-1 LaAT _ J F—i _ I cal Access sATH of �wsse pro cRoaa a % I NNPEpegAccEsse Ee � I � I l a. teTMurze P Lo INS SITE PLAN O� 9 .NTA �L 9 G haF0 `6 0ECEN`bE� Aa REFERENCE TO DETIOL� wineeR REFE�RE�NGE TO SEO ION LET- - O ReE �c o ra —Bare I'll DRAPTINO 5YMBOL5 a - as 11 aF POOL OEOK aIAI ® —11AIIAI cowe[�T PATH vF TR,4vEL SLOP[5 - >20pvo � v�KWAr ®6Lv� ENTRANCE To SCOPE OF WORK A111 1-1 BLDO CODE DATA teT swlMMws soot aA- sa IT a. rvRNoveR R✓.Te = soo ePM (6 Hourzs) HEALTH CODE DATA TI.I TITLE SHEET DI.I DEMOLITION PLAN D2.I DEMOLITION DETAILS SPI.I POOL DECK PLAN SP2.I DECK DETAILS 5P2.2 DECK DETAILS SHEET INDEX ]ONES & MADHAVAN City of SANTA --OF. AN'fA LARITI RI �ILDIN6 fr SAFETY APPROVED 0 ;� o. m a o� Y Q� OQ a a N z U Q W O Q Q ra0— �Y O� Q O O Q ~ U w U w U w Q�Lu < O Q°o°�a Q (n d d N (n a LU LU Lu W J LU 2 � Co PLAN CHECK SET SHEET 10 BLD240147 T1.1 1 OF -- -- r� 1 I 0 I I I 0 I y---- I ® I f '_O —————————Ir—— ——�————————�——— — DEMOLITION PLAN 3YM50L3 GENERAL NOTE5 KEY=® NOTES F (6) callo�T�aNI —IR To ITAR ,ARK a Nor�E. ow ER of w. o�x R �Es. O 9Al—K 11— ���I oN E� Tc eE Moo R o T IE) Ms -1- ARE NOT 1-11 o ro EE REMo o. � RE ®9 . rzE 15 v ALTERNATE V — — — — -1K �oN o� 1—T ® R H(,I-r�NArE v -- DECK coNSr ITIN IoiNT 50 s a a oiviNS SrANo PE-T- I—A�rER 11),-14-1 © RE ER t Is l0 RE 5N I- I ITA 0 - . i a —11I s� siaz 0 a 0 R oR 0 Frzorecr oE�K E ,'ZINr a nrvcHoaE s 0 ZIr�orec r oisAe�Eo AccEEs uEr T e weH cHAiN uNK vERi-TER EENCE e —TIS Frz T s HSH —IN — EENCE ® —AREA 15ArE ro eE REr+oveo er cim ]ONES & MADHAVAN silty or SANTA FYOF. 1A ULARITA WILDING & SAFETY APPROVED 0 ,o IM N 21 o. Y �LL O z J Qof OQ a a N z U Q W O Q Q traU— <Y O� U Lu W Q W Q 0 a0[if Q (n d Q- N n a z Q J w d J z 0 w w w 2 0 U) PLAN CHECK SET SHEET 10 BL@A 0147 D 1.1 20F6 Dr7 -K ORAB RAILS n x.a-e.irz =i-o J �l Deck e� � Pao��cr cone curse _ nowrerz en,a_e we 1-1 Fil PERIMETER PENCE DIVING STAND (ALT 2) DECK DRAIN ORATE n GUTTER SECTION F�ti�e� P�AS�R ]ONES & MADHAVAN City of SANTA '1'IT0F. AN'fA LARffA RUII.DING fr SAFETY APPROVED 0 ;� o. m o� "o Y W � Z J Q� z OQ F< a N U Q W O Q Q traU— �Y O� Uw wU U D U (n W Q J W Q O z0sf z Q (n d d N (n a In J Q H W w 0 J Z H O_ H � WO 73 W W 2 0 Co PLAN CHECK SET SHEET 10 BL@A 0147 D2.1 30F6 LJ IN� wALK�. t I - _'_ I I '_ t THRE5HOLD (,ALL 3) 3 WALKWAY SECT (,ALT 3) 2 -1 x w IMA WALKWAY SECT (ALT 3) � I E � 4. —All Ia I I- m �a a8 f7�'Iry o—'I a ae o _ ZI la� ° ® o r—--T — — —� a oA, o al 1s Al I s" Q a N�11g s 7 ° O d POOL DECK PLAN SYMBOLS OENERAL NOTES KEYED NOTES e r eN �oNs vTioN uviNre, awiN6 O Iw s, �No veoK s� e� 11-NT �v�uM �oM IINI- s0 �e� Poop'77 fN) coNc sLne �2 (w owl v IN e T SE q� (e) Poop HvsTe2 . T owK SLne M ALTeBRETWEEN P cTloN5 ®(© I III sTANo oN 11 rzeArz PPED[sTAL Biv A1111 re 9, see Al —I Oo (e) cecK edLPMeNT . All—,1- - — — — W� I% MIN . %M x To o� I� w T� ��K _TH M RI P �s� eee �,ePaa �e� o�s a o �ess ��FT vc—.N: wNrao� .b�Nr, see asPa v Iru-11-IN1 cwa To 1z) -11 ae�NFoauNe swv ®�. M A -A, see eisrz� -- I- vvNs,wKT VN -INT1 —11 M-as IN re� �u APT« ��as_ O Iw T�� Nv vNm� s�� cm A�, see a�sPa.a 0 (w I, v _ �sT.�T wevlum © leiM5aAIIwIwA v e OO OO v ewwNs seoueN� Di Iw 5TANOHioN vosT sar�T, see s s 4a` a a O 11 IANI -� � � N_1 ueoP 14 IN) No Access s N (vbze er cix)Esee B/9P2.1 Ian Ho 1e 1i1 A— - ]ONES & Mx DHFAV XN U11y of SANTA GLARITA :TIT 04 SAFETY RI �II.DING DING & SAFETY APPROVED 0 �G doe o>a. o' Y 'O z J Q� OQ a a N z U Q w pO Q Q ra0= <Y Oof d c) W Q 0 w Q zo O a0of a Q (n d d N (n a z Q W d J U � w w 0 LU 0 = a U) PLAN CHECK SET SHEET 10 BLD2401527 SP1.1 40F6 NO ACCESS SIGN (E) oivirvo 9rAnv eazE ao5re"oAxr �� ;w eaorvzE u+a— vw/ �oN� E�aF,>GE a eaNv WIRE -- DIVING STAND ANCHOR s - n so.a_e. _o I FRonr _1 �swR �IAr l�a — o 1AA- R---- --- Ill �, RPE 111 SPEEDo1-1 DECK DRAIN GRATE CONSTRUCTION JOINT _T �F�oE r f « _oR n v X I— .T 111— MI s" caNc —11 slwa � — � oD i A SiFE I/4'�RPp 14 EXPANSION JOINT e CONTROL JOINT 2 srzi ae�Nsr.v_� t� v�vws , rco�Eo tw E' corvc s�Ae w� s" (E) tout -NI r1E sT� �wR eAse rE/ sae o ro rcH as � ie ac En ;roAN.-41 sri rrP s --71 , �— � I I I IIIIII � � —IIIIII— w,.rEa ues — tsiro 5P21 n�,sx ro rF✓ sue J r-���� NcuoR oiMSNso rcH rE/ sraw DIVING STAND (ALT 2) � GUTTER SECTION n -.>LE. silty or SANTA 'I'ITOF. AN'fA LARI'fA RI �II.DIN6 fr SAFETY APPROVED 0 m 00 [If0 Y L � Z � Q� OQ a a N z U Q LLl pO Q Q traU= �Y 0< Q U U Q ~ U w U w U W Q 0 L L Q 0 a0[if Q' (n d d N n a J vwNS vkrvAkr�dv J � Q LU 0 W Y W W C 0 PLAN CHECK SET „a -^off SHEET ]ONES& MADHAVAN SP2.1 BLD2401527 5 OF 6 e— EEs��.�E� Ps Es —,�p=GE55Eo � NO DIVING °o RLe.NA,FR SANTA GLARITA BOND WIRE n GRAB RAILS 4 NO DIVING GRAPHIC scALeNFs I -- I =1-1 WEDGE ANCHOR n —.e =I_' STANCHION SOCKET WILDING & SAFETY APPROVED 0 ;� o. m a o[If RGEl IN FI- --- 5I- o 0 No POaam� 3"IWNG SHALLOW WATER awoQa traU— �Y O� ~ U w w U w Q�w�Q O Q°o°�a Q' (n 0- d N n I. 5AN GUT.'HIP e REMOVE (E) I/2" DEEP AS TLE. 0- NO DIVING SIGN n 10FT OIN �weE�P o Ion J J 9FT OIN oF'KoePA RR N.Ge w �o H Y vwNS vkrvAkru ev. W U 5FT OLu IN N _ 11 2 FT 61N 4FT IN Nk fi PLAN CHECK SET eR N OEGK r-uR 1 . —I IN (1) nAll— SHEET a sAw 11 INI TEE 3FT ON MADHAVAN IONESp&G 01121 DEPTH MARKERS SP2.2 I 6 OF 6