HomeMy WebLinkAbout1994-01-28 - AGENDA REPORTS - EMERGENCY REPAIR CONTRACTS (2)AGENDA REPORT
Council
Item to be presented by:
n
CONSENT CALENDAR
DATE: - I January 28, 1994
SUBJECT: Emergency Repair Contracts for City Hall Building
DEPARTMENT: Public Works
BACKGROUND:
The City of Santa Clarita faces an emergency situation based upon earthquake
damage which was suffered by the City Hall as a result of the earthquake which
occurred on January 17, 1994 and subsequent aftershocks.
Said damage to the City Hall resulted in a threat to public safety and prevented the
safe use of the City Hall without the accomplishment of urgent repairs.
Upon request by the City, a building contractor, Intertax, has submitted a bid to
complete the urgent repairs which will enable City personnel to carry out the basic
functions of City government. Because of the urgent need to accomplish these repairs
prior to an opportunity for City Council approval, the City Manager (Director of
Emergency Services), under the authority of the California State Public Contract Code,
Section 22055, Emergencies, Procedure (See Attachment 1) entered into this contract
on January 20, 1994. On January 25, 1994, the City Council ratified said contract.
It was staff's original intention to reoccupy the building and begin normal City services
after this initial repair work was complete. However, further inspection revealed
damage to the structural frame, rendering the building unsafe for full occupancy. A
continuation of the interior restoration, previously prescribed to facilitate full occupancy
has stopped until the structural damage can be repaired.
Upon completion of the initial repair work, Intertex diverted their work to exposing the
structure for testing and repairs. Intertex has also completed a structural survey to
determine building deformation and will be sub -contracting a structural steel erector for
frame repairs.
Under the terms and conditions of City Hall Building tenant leases the City must
enable tenants to reoccupy their leased spaces within 90 days of evacuation or the
tenant's obligation to remain in the building and pay rent is void.
In addition, due to the tasks the staff is and will be undertaking because of the
widespread earthquake damage, coupled with their normal daily routines, the City is
unable to provide for it's own project management, engineering design, inspection and
clerical support in facilitating the City Hall Restoration.
CONCLUSION:
The City staff has determined that because of the extent of restoration required prior
to full occupancy and the urgency of completing this work, in order to return to normal
City operations while preserving the current tenant base, a building contract with
Intertex of California, Inc. under sole source, as provided by the State Emergency
Code, to complete all repairs to the building should go forward at this time.
Staff has also enlisted the services of an outside consultant, Willdan Associates to
provide relief to City staff by providing complete project management services.
RECOMMENDATION:
Staff recommends that the Council vote to ratify the contract with Intertex of California,
Inc. under State Emergencies Procedures as approved by the City Engineer and City
Attorney. (See Attachment 1.)
Staff recommends that the Council vote to ratify the contract with Willdan Associates
under State Emergencies Procedures as approved by the City Engineer and City
Attorney. (See Attachment 2)
Attachment 1 - Intertex Contract - Project #9402
Attachment 2 - Willdan Associates - Project #9403
CONTRACT
CITY HALL FACILITY
PROJECT NO. 94-02
EMERGENCY SEISMIC REPAIRS
This Contract is made and entered into for the above -stated .
project this 28th day of January, 1994, by and between the City
of Santa Clarita, as AGENCY, and INTERTEX OF CALIFORNIA, INC., as
CONTRACTOR.
WITNESSETH that AGENCY and CONTRACTOR have mutually agreed as
follows:
ARTICLE I
The AGENCY faces an emergency situation based upon earthquake
damage which was suffered by the City Hall as a result of the
earthquake which occurred on January 17, 1994 together with the
following aftershocks. The City Manager declared a State of
Local Emergency pursuant to the provisions of Section 8558
California Government Code and Chapter 2.40 Santa Clarita
Municipal Code.
Said damage to the City Hall resulted in a threat to public
safety and prevented the safe use of the City Hall without
accomplishment of urgent repairs. The repairs are necessary to
permit the continued conduct of the operation and services of the
City and to avoid danger to life or property. Based upon the
foregoing, this contract is entered into without observation of
the requirements of the California Public Contract Code Section
22035.
The CONTRACTOR has submitted a bid to accomplish the urgent
repairs to enable AGENCY personnel to carry out basic functions
of City government. Because of the urgent need to accomplish
these repairs, the City Manager (Director of Emergency Services)
is authorized to enter into this contract at the earliest
opportunity.
ARTICLE 11
That contract documents for the aforesaid project shall consist
of the Proposal, General Specifications, Standard Specifications,
Special Provisions, Plans, and all reference specifications,
details, standard drawings, special drawings and appendices;
together with this Contract 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
LAX:81906.1
9
provisions of said contract documents are made a part hereof as
though fully set forth herein.
ARTICLE III
For and in consideration of the payments and agreements to be
made and performed by AGENCY, 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 IV
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 include 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.
ARTICLE V
AGENCY 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 VI
CONTRACTOR acknowledges the provision of the State Labor Code
requiring every employer to be insured against liability for
worker's compensation, or to undertake self-insurance in
accordance with the provisions of that Code, and certifies
compliance with such provisions. CONTRACTOR further acknowledges
the provisions of the State Labor Code requiring every employer
to pay at least the minimum prevailing rate of per them wages for
each craft classification or type of workman needed to execute
this contract as'determined by the Director of Labor Relations of
the State of California.
LAX:81906.1 -2-
ARTICLE VII
CONTRACTOR agrees to indemnify, defend and hold harmless AGENCY
and all of its officers and agents from any claims, demands, or
causes of action, including related expenses, attorney's fees,
and costs, based on, arising out of, or in any way related to the
work undertaken by CONTRACTOR hereunder.
ARTICLE VIII
CONTRACTOR affirms that the signatures, titles and seals set
forth hereinafter in execution of this Contract represent all
individuals, firm members, partners, joint ventures, and/or
corporate officers having principal interest herein.
IN WITNESS WHEREOF the parties hereto form themselves, their
heirs, executors, administrators, successors, and assigns do
hereby agree to the full performance of the covenants herein
contained and have caused this Contract to be executed in
triplicate by setting hereunto their names, titles, hands, and
seals this day of 1 1994.
CONTRACTOR:
Contractor's License No. Class
Agency's Business License No.
Federal Tax Identification No.
Subscribed and sworn to this _ day of
1994.
NOTARY PUBLIC:
AGENCY:
Mayor of the City of Santa Clarita
LAX:81906.1 -3-
Attest:
City Clerk oT 'thecity of--santa clariTa Date
Approved as to Form:
City Attorney of the City of Santa Clarita Date
LAX:91906.1 -4-
EXHIBIT A
mN
,N
i
L-1 I I Ut- �>HINI I H ULHKi I H 11) : OUD-.40'1
0
INTERTEX
GENERAL CONTRACTORS
JH61 _/d �011 lllwu_? NO.U.Z1 tl.ul
January 26, 1994
City of Santa Clarita 19
23920 Valencia Blvd Suite 300
Santa Clarita, CA 91355
Attn: Mr. Fred Bonilla
Subj: City Hall Earthquake Restoration
Dear Fred.
We have prepared a preliminary huagat and uchedule. for the City
Hall Earthquake ReEiLoraLluu. PINUUM accept the following as U
lint of Anni2mPtinna And/nr qualifications used in order to maot
the target completion date;
1) We allowed approximately $250,000.00 in overtime costs.
2) We assumed the city would remove all furniture, fixtures
and belongings from the entir building within 7 nalpnd,%r
days.
3) No tenants would be allowed access to the building afttir
7 calendar days.
4) Intertex would.be allowed ample access and staging within
7 calendar daye (parking lot area).
5) City would provide full-time inepection and/or perconnal
to immediately answer questions.
6) "Substantial Completion" would mean that tenants Will be
able to move in and operate. ThQra'may be some items such as
new doors, new marble, new wallpaper, new carpet, and new
brick vonaQv that may need to be installed after the tenant
has MUved iX1. These ItOMB could be installed aftor hours and
they would not disrupt the tenants operations.
7) IntArt.Rx wniild like to submit invoices every 15 daya an4
be paid within 10 days.
0) Intertex would like the City to provide a "Record of As -
Built Conditions" including nomplate material aparifinatinnn
(finish schedule and door and window schedules).
9) Intertex would like to ourround the entire site with a
chain link fence and use night lights for after honrR work.
250,574A ANZA DRIVE
VALENCIA. CALIFORNIA 91355
(006) 295-0215
I
i
I Ur �"H I"
��"M I I"
�v
11W.U.41 r.Q.4
City
of Santh
Clarita latter,
1/26/94
- page
2
10) IntertRx will not be hold rosponsible for jjjAy
City/Tenant furniture, fixtures or belonaingn damaged during
construction nporatione.
11) Intertex will need the hoating ayatom to be o0cratluxtal
by the time the drywall tape Is installed and we will need
security officer to pntrol the site aftor hours.
12) Intertex w111 not bA hold responsible for any unforseen
conditions.
13) Intortax must begin wui:k on Saturday, January 29. 1994.
It has been a pleasure working wlLh you and all the staff at the
CItY Of Santa Clarita over thp YA&rs. W& feel very fortunate to
have such a good working relationship. Intfartex is totally
Committed to meeting your timely COMPIAtion needs.
Ple&58 corltdct me IMMediately to discuan thiR most urgent matter.
Very Truly Y urts,
IntertAx of �aliyornia, Inc.
D�l a It. Donjj
Encloourcs:
1) Preliminary SchaduiA
2) Restoration Repairs Budget
-CESCPZ�-J-W
ET�JCTj::A.LY
Drv" CO-PLETZ
)RY,XL. C]�P---TE
.-!OF
:CM;L=-TIDI
:h7Z41OF )MPL-'=-
"Al E:IR-1 EARL�
.C -T F-, STAR- FIKIS-'
I 3"o
oto
oil
etc
Cic
)EMILIT13k, 'C�;:DCp_C 1 1/0
)EMILITEN FDF. zTEEL
Is/3
XMILIT10r, :K-,�R[CR
I� I
5(-W.'U-r. DEV-' SME
3/i
-CRREC- S -7-L S-R;CT-'.IR7
S: -E
4/5
FrAM:K3, 5T2;lrUEL*
7/--
EX-ERIVt F4�&AG
8/1
3' F:4q4
12FM;4
TrFI*4G
a
DEmOLIM �317
i ELE--R:C 'N �R:%MlkG
-,is
ELEC-R:C, 5V
MC
ELFECTRIC2L -1'CS1
C., 0
Ls F.011.
Cml-:C:L
OEM rw�m
3 1 Jn�'l 94 3C.11114�11
2'FM4 K�EB:14
22F --8q4 21rESq,t
2-cVAPq-' 2281AR414
'6APPc4 154:R44
14 7 1 26
�R).EC- STPR-
5-P.;CTL:Rk-'-Y 5:U4D 3�.G
:Ev- �C�7LZTZA
C:?�W2-L MkIP-E-Eil
a
E.KT-:ZIO:Z :jv;,E-E6 :i
CJFPLETIONL 1,
IN -ER -OR COMPLETZA
-EFJ AT:M
i 3'-P404
CEFE3�4
MOZ22=1 D-E*311T-31,
CCRFI:�OR5
3' F:4q4
12FM;4
DEmOLIM �317
STEEL.
OR7--3A4
21 rEG'14
DE-FOLITHN,
INTER:01
SAW:'.'T, D ---C ZIT=ZZ)-
5-:ZJ�TUI?k- S -EE-
Q
20 -=EC14
C-n:ZPECT STEEL
5 RE
-Ft4rc
C3NC;ZETE
OQPPRq4
m
EITE
-CNrPETE,
FPAV--N3
p
14F-.Eq4
27FEM4
Fq
I . PM7�.j
------ i
R-FEECII
z7rEBq4
I FFZAHP,�, STP:RdE'--
L
?IFEE!C-*
wma:zoz
7YTEP--3R
rP.A�:!Nr
:2--EBa*
M4AL-
ZTCH
2G-EBq4
�7FARq,l
)RYW4L'-;
NE4 oM-LS2��
5-4Pq4
'23MAZ�;41
SLEaRic
-N F:zoe:r-z
E-EC7ZIC, -:GiT5 SE-
C
ELEC-RICCL M:51 -
E.
C
RA PT-. 21,1194. XFIWV�. C7 "-7.. :%C
TK Ct-f 0-
SZ47* X-RIT' ,
SrFQT IA—E 3'-'*IJA 2SW, 1,2 �Zt CRIVE
DAt% )WE 3-J"14
%AL�Qo. CA q12�0-
f-NCSI DA -Z 15AIR-4
CK3 2—,-6215
CEECPIFT:'J�
7:�-,Ly
EARLY
J.jw�-Y IF EE;uARY
APR I
-OT rL-
STAR
F27_11
14
PLJVB:9[G
a
7/"
27--EBI�
7/
?"M:;'
05:P:ZC4
PUIGIN2 F11615-
4vpc
wv4c, :tr-.:s-ERs
7/7
21PARdd
FaET A --AT$
510
02;PM4
�E�-T 7S -TOT
NiCK V E
EQICK V__4EER
I81ARq4
2gvV.q4
I:ZICK �EIFE!Z�
Doc; rciAme, )3cqs
7,
21W-Rc-
D:QR �44MES; DOORSE -----------
4qRNp;c
7/4
SIMF?c�
o6rr:iM4
FC)L5TIC
SAP PEPAIQ
14/'2
22.--EBq4
Cl�nN4
TSA�
TBA;. REV 3P.:C
-."'o
!CM�;44
2 3 PIARCK
N-4 CR!-.
CE.L.�G -:US
Q7rFPC4
03APECK
-EILIVG TI
PA 'ATfNG
14/_'
.1164PRq4
08A�P.q*
m
;;4:NTN-3
F I R E SPR W L EPS
NE 5F:�'NKLEP5 WO:?F.EC
n
FIRE EFRINKLERS WOWED
WWI -Tz
&C
254c��4
nvA;q4
CANNETSE=
S7OR--_F:?3l%T :CPr!P
"i7
21FEB---
XM4Rq�-
c.G;-YPON- REPA:
7�
7.;7
28��=4
0:34�Rn+
I
14MIOR WNDERS
5i2
O+CPRc4E
OCWRq4
w :NTERIOR RI1CCW_<Z1=3--4
WOKE
MORS -E RC41VAL
3/3
22FESO-F
24FEBO-
-�PBLE :ZEM:N�� a
wz;S-E :145MLLED
OSWR-,'-E
'31FRc-
.
A—
MWBLE Ik5r LLED
CZFAHI-- TUE
CERAMIC TILE
14/:c
:7.Mqqq4z-
CERMI� r:_EC=Z:=Z:ZZE=Z3—
LS FLMT
'M
W ' at: 27JAJO�
:N'EP.7EK 0- Cw_:�. . NC
90C
14C c1t, V.01 -A
TAR PA -C 31 tag R,
aswl il: m2p �ft�m
E=
rl:StD"-[:N
C1 Cl�
�1 OUXL:�G
JA'A D.1 ' JANq.
V.L.W:01 CA N ,a
—7
cm _O_s.�_t
c
Zt
DEWR:1- ION
CA:PET
SCAF�OL�I%C- EU.
Cc4"- L)
. I
T:ILET ;CCESSIR:Em-
L-%DSC4FE FEM-F
C UR
S:MME P�-'A�D -Cq
-'P Ly
UR-�
'[MAR
-37
IVIEW-EX Cc CALT, 14C.
STPP.T
FIKIE-4
14 21
MIL.STENT
-�WT O�, rJWA4
2VO57 ',2 A%Z* X411C
Mrx-L
;EET�TIN )� C:Ty OWL 30--CIKS
�Am CWE: 21-%11.
CO '1253
I
��lsf WE ls�
cev-eq2-ws
IN -ER -E)(
31,
CIT- W �T- -L�-.T- M IC
a��
21FEV4
23FEBqA
SCrFFCLD--%G SET= -j
-
-
C--Uc:o
2,1
c
5/0
052cqC4
.1
,rp,�.,
-
TO:L�-T A=ESSORIES�=
5/1
1 rl�:3;04
41'PRq-
-AND$--AP7- R7-PAIP.CZZZH
745!LATrEN
3
22FE6q&
24-;'--p4
;i-tLS=—r-4
a
m
LS -Ac-
1��
S:MME P�-'A�D -Cq
!
CA 04' E 27JU14
IVIEW-EX Cc CALT, 14C.
):
M
14E CM 3� 5MIQ CLAR:70
MIL.STENT
-�WT O�, rJWA4
2VO57 ',2 A%Z* X411C
Mrx-L
;EET�TIN )� C:Ty OWL 30--CIKS
�Am CWE: 21-%11.
CO '1253
I
��lsf WE ls�
cev-eq2-ws
CIT- W �T- -L�-.T- M IC
a��
-
-
Ui[Y U� 'z;HNIH I�LHKiiH ii): JHN 1/1:ull Nfj.u.�l r.uo
INTERTEX OF CALIFORNIAl INC.
COMPLETION TIME: -75 CALENDAR DAYS
CITY HALL RESTORATION REPAIRS BUDGET BREAKDOWN
JOB NAMIE; CITY HALL RESTORATION S.F. 74328
LOCATION: CITY HALL BUILDING 43.067.867.28
DATE., 1/27/94 4/s.r. k4iLn
# DESCRTPTION UNIT QUANTITY IINTT�CE RXTEND
I CORRIDOR PrRAMING
S.F.
2(K)UO.00
SUM
$32,000.00
2 EXTERIOR wALL rRAWN0
G.r.
17500.00
$120
$21,coo.00
3 INTERIOR FRAMING
S.F.
48000.00
$120
$57.5m.00
4 DRYWALL (5M)
S.F.
155000.00
$1.50
$23ZG00.00
5 INSULATION (R-10)
S.F.
30000.00
$0.45
$13,600.00
8 INSULATION (R-1 1)
B.F.
44000.00
$0.38
$15.720.00
7 DRYWALL CEILING
S.F.
16000.00
$2.50
$37,500.00
8 DRYWALL SOFFIT
S.F.
1250.00
$io.00
$12,500.00
D ACOUSTIC CEILING (2/4 FISSURED)
S.F.
30000.00
$1.65
S40,SDO.00
10 ACOUSTIC CEILING CM FISSURED)
O.F.
9750.00
$2.35
$22,912.bU
11 ACOUSTIC CEILING (24-OOK)
S.F.
$1.95
$0.00
12 CARPET (25OZ. OLVE-L)OWN)
S.F.
30000.00
$2.60
$76,000.00
13 MARBLE REPAIR
S.F.
200.00
$85.00
$17.000.00
14 SHEET VINYL (ARMSTRONG)
S.F.
2000.00
$3.20
$a,-400.00
15 VINYL BASE
L.P.
14000.00
$1.35
$10.000.00
10 CERAMIC TILE OVIAT $2.501S.F.)
S.F.
2000.00
$0.95
$1 g'900.00
17 PAINT WALLS (TO COVER)
S.F.
145000.00
$0.65
$94,250.00
18 PAINTISTAIN DOORS
EACH
0.00
$03.00
$0.00
19 WALLCOVERING (MAT 57NARD)
S.F.
40000.00
$2.00
$80,000.DO
20 DOOR$-INTI!RIOR
EACH
90.00
$785.00
$70,650.00
21 DOORS -REUSE
EACH
35.00
$300.00
$10,50000
22 DOORS -PAIR
EACH
6.00
$1,050.00
$0,300.00
23 SPECIAL HARDWARE
EACH
55.00
$226.00
$12,375.00
24 WINDOW UNITS (2/0XV0)
EACH
6.00
$475.00
S2,$S0,00
26 STOREFRONT DOOR
EACH
8.00
$1,500.00
$12.000.00
28 STOREFRONT GLASS REPAIR
EACH
9800.00
$8.00
$76,000.00
27 MULLION/CAULKING REPAIR
S.F,
1410.00
$8.00
$11.280.00
20 TOILET ACCESSORIES
EACH
6.00
$450.00
$2,700.00
20 TOILET PARTITIONS
EACH
6.00
$1,200.00
$7,200.00
30 MARLITI!
S.F,
$3.50
$0.00
31 ROUGH PLUMBING
EACH
6.00
$i,200.0o
$7,200.00
32 LAVATORIES (R&R)
EACH
8.00
$1,000.00
$8,000.00
33 TOILETS (R&R)
EACH
18.00
$350.00
$8,300.00
34 STANDARD SINKS (RAR)
EACH
21.00
$250.00
$5,25o.00
35 SPECIAL SINK
EACH
3.00
$1.400,00
$4,200.00
30 HVAC HOOK -Up
EACH
30.00
5225.00
$8.750.00
37 HOT WATER HEXrER
EACI 1
3.00
$050.00
$1,950.00
PAGE I
LlIY Ul- �;HNIH (�LHVl I H lij : JHN 2V ',j/i 1,1:OS No.U21 P.U�
INTERTEX OF CALIFORNIA. INC.
3a SAWCUTIPATCH CONCRETE
EACH
800.00
$4.50
$3,000.00
39 FIRE SPRINKLER HEX)S
EACH
135.00
S166.00
$20,025.00
40 ' SPRINKLER DESIGN
LOT
5.00
$250.00
$1,6DO.00
41 HVAc DimiaunoN
ar.
0300.00
$3.00
$18.9w.00
42 HVAC SEISMIC STRAPPING
EACH
40.00
$200.00
$8,000.00
43 HVAC REGISTERS
EACH
120.00
$125.00
41 6,000.DO
44 T -STAT
EACH
45.00
S125.00
$5.11125.00
45 EXHAUST FAN
EACH
3.00
V25.00
$Ttb.00
46 FAN/uoKT COMBO
EACH
10.00
$76.00
$70.00
47 LIGHT SWITCHES (2 -POLE)
tACH
60.00
$75.00
$4,500.00
48 LIGHT SWITCHES (3 -WAY)
EACH
30.00
$1)5.()0
$2.850.00
40 OFFICIF LIGHTS C2X4)
EACH
45.00
$145.00
S6,523.00
50 OFME LIGHTS (R&R))
FACH
126.00
$76.00
$9.375.00
51 OFFICE LIGHTS (ZX4 PARABOLIC)
EACH
20.00
S220.0a
$4,400.00
52 OFFICE LIGHTS (2X2 PARABOLIC)
EACH
10.00
$225.00
$2.250.00
53 RECESSED LIC14TS (1-17)
EACH
7.00
$135.00
$945.00
54 RECESSED LIGHTS (SPECIAL)
EACH
21.00
$80.00
$1.080.00
55 CXT LIGHTS W/EBP (Ft&R)
EACH
24.00
5175.00
$4.200.00
56 STRIP LICHTS (IX$)
EACI 1
10.00
$125.00
$1,250.00
57 STRIP LIGHTS 0 X4)
EACH
16.00
si 16.00
$1.040.00
38 DUPLEX OUTLETS
EACH
180.00
$86.00
$11 J00.00
60 TELEPHONE/COMPUTER STUB
EACH
120.00
$35.ou
S4,200.00
60 DEERCATED OUTLET
EACH
12.00
$135.00
$1,620.00
51 GfI OUTLET
EACH
9.00
$126.00
$1,125,00
62 FLOOR OUTLET
EACH
sloo
$175,Go
$876.00
63 VAV/EXHAUST HOOK-UP
EACH
45.00
$ZZ5.00
$10,125.00
64 F -OPT HOOK-UP
EACH
8.00
$300.00
$2.400.00
65 HVAC HOOK-UP
FACH
3.00
$426.00
$1,275.00
00 HOMERUNG (PtL)
EACH
60.00
$125.00
$7,500.00
87 PANEL (I 00AJ50* FEED)
EACH
3.00
$1,2=00
$3,750.00
88 PANEL (200AISO' FEED)
EACH
3.00
$1,500.00
$4,500.00
69 TRANSFORMER 15KVA
EACH
3.00
$1,350.00
$4,060.00
70 ELECTRICAL ENGINEERING
S.F.
0.00
WAS
$0.00
71 MECHANICAL ENGINEERING
S.F.
.0.00
$0.40
$0.00
72 PLANAILW. PERMIT FEES
S.F.
0.00
$0.30
$0.00
73 HANDRAJL/SHELFS
L.F.
65.00
$56.00
$3,S75.00
74 COUNTERTOPS
L.F.
100.00
sas.00
".5w.00
76 LOWER CABINETS
L.F.
150-00
$193.00
$29250.00
78 UPPER CABINETS
L.F.
135.00
$105.00
$22,273.00
77 DEMO WALLS
S.F.
80000.00
$1.25
$100,000.00
70 DEMO OTHER
S.F.
30000.00
$1.00
s3o,owoo
79 SCAFFOLDING
WCEKS
12.00
$3,000.00
$3e.000.uo
80 EXTERIOR BRICK REPAIR
S.F.
13000.00
$12.00
$150,000.00
al STUCCo PATCH
S.F.
130M.00
$2.io
V7,300.00
82 R&P EXTERIOR CONCRETE
&F.
5000.00
$4.50
sm,500.00
PAGE 2
CITY
INTERTEX OF CALIFORNIA. INC.
83 LANDSCAPE REPAIR
84 PARKING LOT REPAIR & W.P. PLNCE
86 STEEL STAIRD nEPAJFt
98 STRUCTURAL PLUM13 L REPAIR
87 OVERTIME PREMIUM
00 GENERAL CONDITIONS
110 K40VE & PROTCCT FURNITURE
00 CLEAN -Up LABOR
91 SUPERVISION LABOR
DID SUMMARY BY TRADE
02 DRYWALL GY3TEM
93 INSULATION
94 CEILING
95 FLOORING
96 PAINTMALLCOVERING
97 DOORS A HARDWARE
98 STOREFRONT& GLASS
99 TOILET ACCESSORIES & PARTITIONS
100 PLUMBING
101 FIRE SPRINKLERS
102 HVAC
103 eLecTRic
lAA m Amo��maj
qlu $0.00
105 FINISH CARPENTRYMABINeTs an.
I vu
$`130,00.00
$048,700.00
$157.Y30.00
$253,542.75
$278,807.03
14,06 No.021 P.08
S.F. 22500.00
$2,10
$47.230.00
S.F. 60000.00
$0-26
$15,000.00
EACH 2.00
$25.0au.00
$50,000.00
S.F. 75000.00
$2.75
$20a,25o.00
HOURS 9000.00
$36.00
$315,000.00
DAYS 120.00
$275.00
$23,000.00
HOURS 640.00
$50.W
$38,400.00
HOURS 1440.00
$42.00
$60,450.00
HOURS 1950,00
W7,250.00
SUB -TOTAL
$2,535,427.50
MARK-UP 10% OVERHEAD
92331,942.70
INTERIk!X3US-TOTAL
$2.788,970.25
MARK-UP 10% PROFIT
$278,597.03
INTERTEX BUDGI:T AMOUNT $3,067,067.28
S303,100.130
$30.220.Oa
$72,412.50
$137,20o.00
$174.250.00
$99,825.00
$102,930.00
$0,000.00
$43,250.00
$22,425.00
$48,200.00
$93,685.00
106 DEMOLITION
107 OTHrR ITEMS OF COST
108 SUPERvisioN/eLFAN-up
109 MARK-UP
110 GENERAL CONDITIONS
PAGE 3
2fflRjEXjBUDGtT AkkQ!LNj $3,067,867,28
CONTRACT
CITY HALL FACILITY
PROJECT NO. 94-03
ENGINEERING AND CONTRACT SUPERVISOR
EMERGENCY SEISMIC REPAIRS
This Contract is made and entered into for the above -stated
project this 28th day of January, 1994, by and between the City
of Santa Clarita, as AGENCY, and WILLDAN ASSOCIATES, as
CONTRACTOR.
WITNESSETH that AGENCY and CONTRACTOR have mutually agreed as
follows:
ARTICLE I
The AGENCY faces an emergency situation based upon earthquake
damage which was suffered by the City Hall as a result of the
earthquake which occurred on January 17, 1994 together with the
following aftershocks. The City Manager declared a State of
Local Emergency pursuant to the provisions of Section 8558
California Government Code and Chapter 2.40 Santa Clarita
Municipal Code.
Said damage to the City Hall resulted in a threat to public
safety and prevented the safe use of the City Hall without
accomplishment of urgent repairs. The repairs are necessary to
permit the continued conduct of the operation and services of the
City and to avoid danger to life or property. Based upon the
foregoing, this contract is entered into without observation of
the requirements of the California Public Contract Code Section
22035.
The CONTRACTOR has submitted a bid to accomplish the urgent
repairs to enable AGENCY personnel to carry out basic functions
of City government. Because of the urgent need to accomplish
these repairs, the City Manager (Director of Emergency Services)
is authorized to enter into this contract at the earliest
opportunity.
ARTICLE IT
That contract documents for the aforesaid project shall consist
of the Proposal, General Specifications, Standard Specifications,
Special Provisions, Plans, and all reference specifications,
details, standard drawings, special drawings and appendices;
together with this Contract 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
LAX:81916.1
to insure its completion in an acceptable manner. All of the
provisions of said contract documents are made a part hereof as
though fully set forth herein.
ARTICLE III
For and in consideration of the payments and agreements to be
made and performed by AGENCY, 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 IV
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 include 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.
ARTICLE V
AGENCY 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 VI
CONTRACTOR acknowledges the provision of the State Labor Code
requiring every employer to be insured against liability for
worker's compensation, or to undertake self-insurance in
accordance with the provisions of that Code, and certifies
compliance with such provisions. CONTRACTOR further acknowledges
the provisions of the State Labor code requiring every employer
to pay at least the minimum prevailing rate of per them wages for
each craft classification or type of workman needed to execute
this contract as determined by the Director of Labor Relations of
the State of California.
LkX:81916-1 -2-
RTICLE VII
CONTRACTOR agrees to indemnify, defend and hold harmless AGENCY
and all of its officers and agents from any claims, demands, or
causes of action, including related expenses, attorney's fees,
and costs, based on, arising out of, or in any way related to the
work undertaken by CONTRACTOR hereunder.
ARTICLE VIII_
CONTRACTOR affirms that the signatures, titles and seals set
forth hereinafter in execution of this Contract represent all
individuals, firm members, partners, joint ventures, and/or
corporate officers having principal interest herein.
IN WITNESS WHEREOF the parties hereto form themselves, their
heirs, executors, administrators, successors, and assigns do
hereby agree to the full performance of the covenants herein
contained and have caused this Contract to be executed in
triplicate by setting hereunto their names, titles, hands, and
seals this day of 1 1994.
CONTRACTOR:
Contractor's License No. Class
Agency's Business License No.
Federal Tax Identification No.
Subscribed and sworn to this day of
1994.
NOTARY PUBLIC:
AGENCY:
Mayor of the City of Santa Clarita
LAX:81916.1 -3-
Attest:
City Clerk of the City of Santa Clarita bate
Approved as to Form:
City Attorney of the City of Santa Clarita Date
LAX:81916.1 -4-
EXHIBIT A
0
a.
LD
CITY OF SANTA CLARITA ID:805-254-3538 JAN 28'94 14:06 No.021 P.09
'A7 WILLLANAssbcwn 0 FNC-,A,,-�S & PLANNFRS
P�Ofcssioncg Conadfing Sorvicos & - nce 1964
January 21. 1994
i
Mr. Anthony J. Nisich, City Engineer
City of Santa Clarita
23920 Valcnck BoWevard, Suite 300
Santa Clarita. California 91355
DearTlony-
'Ibank you for &Rowing us the opportunity to help the (3ty of Santa ClaritA in this time of
Crisis. Duc to the recent earthquake, the City and area wide damago has and will continue to
create a strain on both the City staff and the community. The restoration of the City Hall
facility is a key atep to recovering from this disaster, In allowing the staff to be= facilitate the
City's rebuilding process and help to provide a sense of nnrmak.y to the community.
We understand the urgent nature of this restoration process and the City's opportunity to take
full advantage of federal. state, and Private insurance financial support services. In the past,
our f= has participated in other emergency Projects where federal and state fandings were
involved. We propose to help the City in any or aU tasks required in attaining this end.
7%e City desires a phased approach in the rebuilding process.
Phase I Restore safety and security to the facility by rcestablishing exit ways,
correcting safety hazards. securing the building envelope,
safoty/socurity monitoring systems and sanitary facilities.
Goona-16 Phasell Restore the facility for normal City staff and lessee. function by
reestablishing work areas. communications and environmental
systems.
Phase M Complete restoration of facility including the interior and exterior
finishes and site repairs. This will also include any changes to the
existing design if the staff so desires.
Provided Is a Scope of Work as understood at this time. Our office would be pleased to
perform any additional tasks that the City desises.
Also included Is a Ust of the personnel type and hourly rate for our proJect team.
I
Since Its Stan. we have had a good relationship with the City of Santa Clarita. For ads
reason, I would like to lend some of ray services. where it might be needed to complete this
projem, at no cost for my time,
7bank you for your considenition.
K
Rk
1,7
85a W. IACKMAN SUITE 204 LANCAsTen, CALIFORNIA 93534 (1505) 945-884b - FAX Rulb) 723-0854
CITY OF SANTA CLARITA ID:905-254-353iR JAN 29,94 14,07 N0.021 P.10
SCOPE OF WORK
Establish liaison with both the Federal Emergency Management Agency (FEMA) ard the
State Office Emergency Scrvicc3 (013,S) rcprcscnt&dvc&
Develop construction contract procurement through the City's or State's emergency
procurement procedures and Public Contractor's CMr- If the City's requirements are
not readily available, inforn-Ation should be provided by the City Attorney or referral to
the State Code.
Provide damage assessment and contractor walk through of building and site.
Construction tasks for each phase will be determined based on safety, security and City
Scrvi= needs.
,�Zcject des��
w%ion and cost estimate for FEMA report and damage survey
report. estimate include:
Construction Costs (all phases);
Future and/or additional subsequent costs such as aftm &hock or
undetected damage-,
Costs for temporary relocation of City, services.
Provide construction management as required for all phases of this project. This task
will include:
Provide plans and specifications as required for repairs,
Construction Contract bUnagerocrit:
0versecing of construction proc4ns.
Plan Check and Permit processing:
Design or Contract Management for the design of any desired
changes.
Provide coordinailon with City's Insurance carrier for claim processing and,
reimbursement.
Provide coordination with FRMA and OES for reimbursement cWms.
Provide coordination with existing tenants including review of le4te agreements
(Building Owner obligations).
Assist in any ICUIPOrMY &CifitY nCCdL
CITY OF SANTA CLARITA ID!805-254-3538
COST OF SERVICE SUMMARY
JAN 2!3'94 14:07 No.021 P.11
Servlcc to be provided nay be full or pan drue = desired by the City on a time and materials
basis for in anticipated constraction period of four weas with a contract coat not to exceed
NSl§2: I Srrvim boyoud, the Scope of Work or projected four week construction
e2wZilJPbZe provided for an additional fee as agreed upon by the City. The anticipated
personnel required as undcr;tood at this ti=:
Project CoordinitOr ................................................................. $ 70.00)hour
Adminisuntive Assimn%Cdculator I ............................................ $ 58.00/hour
senior Inspector .................................................................... $ 63-00/hour
4.
CITY OF SANTA CLARITA ID:805-254-3538 JAN 28'94 14:08 No.021 P,12
PROFESSIONAL SERVICES
SCHEDULE OF HOURLY RATES
JULY 1. 1991 - JUNE 30, 12gd
F�a RAW
Clasgifleation Per Hou
ENGINEERIN
Sr. Consultant ....................................................................................... $* 140.00
Principal Engineer .................................................................................. 123.00
Division Manager ................................................................................... 113.00
CityEngineer ........................................................................................ 113.00
Project Director ...................................................................................... 110.00
Supervising Engineer ............................................................................... 102.00
Sr. Engineer ....................................................................... I .................
92.00
Sr. Pmjcm Manager ................................................................................ 92.00
Project Manager ..................................................................................... 94.00
Associate Engineer .................................................................................. 94.00
Sr. Designer (CADD) .............................................................................. 84.00
Designer(CADD) ................................................................................... 76.00
Engineering Associate .............................................................................. 94.00
Si. Dcxigimr ............................ I ..... I ...................................................... 76.00
Sr. r*mn-sign'Engincer ................................................................................ 70.00
Dc Engincor ..................................................................................... 64.00
Sr. ZeT ........................................................................................... 64.00
Designer .............................................................................................. 59.00
Sr. Drafter (CADD) .................................................................................. 64.00
Drafter (CADD) ..................................................................................... 59.00
Drafter................................................................................................ 51.00
Technical Aide ....................................................... I ............................... 43.00
Spvsr.-Public Works Observation ................................................................ 90.00
Sr. Public Works Obscrvcf ................... .................................................... 70.00
Public Works Observer ............................................................................ 80.00
REAL PROPERTYSPRVIrTA
Spy3r. - Real Property Services ...................................................................
98-00
Sr. Real Property Agent ...................................... .....................................
92.00
RcalProperty Agent ................................................................................
84.00
Assistant Real Property Agent .....................................................................
64.00
Rcal r%%)Pcrty Technician .....................................................
50.00
................ I ....
SURVEYTNG
Spvsr. MVPI services ............................... I ................................... ".., ...
102.00
Sr. Survey An yst .................................................................................
82.00
Sr. Calculator .......................................................................................
82.00
Calculator11 .........................................................................................
70.00
CalculatorI ...........................................................................................
59.00
Survey Analyst H ....................................................................................
70.00.,
Survey Analyst I ............................... ................................... ..............
59.00'1..T,�, i..
................. ............................................ 1 ................
................................................
".C*
S 1.7; I ............
Ri;-(*
T P "'; . 7* .. ..
........... ....... .. . .......... . ..........................
l".00
Tb= -Man Field Party. .. - t
................. ........... . ...........................................
195.00
N:,
I of 3
CITY OF SANTA CLARITA
UtSOS-254-3538 JAN 28'94 14:09 No.021 P.13
� =. a :
SPECIAL DISIRYMS
Spvsr. Special Districts Services ...... .............. ** ...... 100.00
Sr Special Districts Coordinator .... ....... 90.00
':* ......... 84.00
SpMal Districts Coordinator ............... I - I ...........................................
Special Districts Analyst 11 ......................................................................... 67.00
Special Districts Analyst 7 .......................................................................... 56.00
PLANNINQ
NI a] Planner ....................... ............................................................ 102.00
Sr'.7lanner ........................................................................................... 92.00
Associate Planner ................................................................................... 76.00
Assistant Planner .................................................................................... 64.00
Planning Technicim ................................................................................ 46.00
PrinCijW CM=nunity Development Planner ..................................................... lazon
Sr. Community Development Planner ............................................................ 92.00
Associate Cbmmunity I)evelopment Flamer ......................................... .......... 76.00
AssistantCommunity Development Planner ..................................................... 64.00
Community DevelMment'llechnician ............ ............................................... 46,00
HIJILDINCI
Supervising Plan Chock Enginoor ................................................................
98.00
Plan Chock Engineer ...............................................................................
82.0U
Sr. Plans Examiner .................................................................................
79.00
PlansExaminer ......................................................................................
70.00
PlansExaminer Aide ...............................................................................
45.00
Spvsr. - Building Inspectf on ......................................................................
73.00
Building Inspector ..................................................................................
63.00
Sr. Peradt Spccialist
59.00
.................................................. .............................
Assistant Building Inspector .......................................................................
52.00
Permit Specialist ....................................................................................
45.00
BuildingOfficial ....................................................................................
98.00
Deputy Building Official ...........................................................................
88.00
LANDSCAPE ARCMMMIRE
Prinoipal LAndsca" Architect .....................................................................
92.00
Sr. Landscape Architect ............................................................................
76.00
Associate Landscape Architect ....................................................................
70.00
AssistantLandscqx Architect .....................................................................
59.00
COMPX= SERVICES
Division Manager - Services ..........................................................
�07u
u:rations
113.OD
Manalger-Computer .....................................................................
94.00
Sr. Software Engineer ..............................................................................
70.00...
Sr. Program Analyst ...................................................................... ;. .... ....
70.00 -* `
Program Analyst .................................................. .................... �.; ........ 59.W -:
Programmer . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1.6# . . . . . . . . . . . . . . . . . . . . . . . . . . 6.6.4.. 47.00
C4avuter Data Entry ...................................................................... ?I ....... 44.OD
Engineering Wadataskm Tlmc ......................................................... ........ 25.00
Personal Computer7'Time ...... . ................................................................... 15.00
2of 3
C,ITY OF SANTA CLARITA ID!805-254-3539
JAN 28'94 14:09 No.021 P.14
P" Raw
bzll=
Word Processing ................................... ............................................ $ Q.00
Cortsultation In counmdon with UdZmim md court app==E= will bc quoW acpwaidy.
A)Mdonal bMluZ clatsalficadons may be vddvd to tba &W%v listing during ft ymr as nm positions ut
cragod.
7he itbove schedule Is for suAght time. Overtime will be charged at 125 times the sbmdard hourly ratm
Sundays and holidays will bc clargul at 1.70 dam the standard lKarly rates.
It should. be noted tha the fmgoln wage rams an cUbalve t1troughlugic 3% 19%. The ram mq W
4usted afkar that &W to cotnpensm for labor adjusanents and other inentases in other costs.
of 3
Ap