Loading...
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