HomeMy WebLinkAbout2000-01-11 - AGENDA REPORTS - CERAMIC TILE PROJ P0001 (2)CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
DATE: January 11, 2000
City Manager Approval:
Item to be presented by: Ken PulskamD
SUBJECT: CERAMIC TILE PROJECT NO. P0001
DEPARTMENT: Field Services
RECOMMENDED ACTION
City Council approve the final plans and specifications and authorize staff to advertise for
bids for Project No. P0014, to install tile throughout City park facilities.
BACKGROUND
During the 1999/2000 budget process, the City Council approved $91,000 to install wall
and floor tiles throughout the park facilities, restrooms, and locker room areas. The
following parks were identified: Old Orchard, Valencia Meadows, Valencia Glen,
Bouquet Canyon, and Santa Clarita. When the plans and specifications are approved,
staff will be able to proceed with the bid process to select a contractor to complete the
project.
ALTERNATIVE ACTION
Other direction as determined by City Council.
FISCAL IMPACT
Funds in the amount of $91,000 have been budgeted for this project in Account
No. P0001001-8001.
ATTACHMENTS
Plans and specifications are available for review in the City Clerk Reading File.
RF:ss
S ABUILDBJG\CC-CerTl. doc
CONTRACT DOCUMENTS
FOR
CITY OF SANTA CLARITA TILE PRO3ECT
PRO3ECT NO. P0001-01
BID NO. PS -99-00-18
U.
0
CONTRACT DOCUMENTS
NO
CITY OF SANTA CLARITA TILE PROJECT
PROJECT NO. P0001-01
BID NO. PS -99-00-18
The City of Santa Clarita
Field Services Department
25663 Ave. Stanford
Santa Clarita, CA 91355
Contact: Ron Fierro
(661)286-4040
FAX: (661) 259-5721
TABLE OF CONTENTS
CITY OF SANTA CLARITA TILE PROJECT
PROJECT NO. P0001-01
Bid No. PS -99-00-18
NoticeInviting Bids.......................................................................................... A-1
Instructions to Bidders...................................................................................... B-1
Proposal........................................................................................................
C-1
BidSchedule.......................................................................................
C-2
Designation of Subcontractors.................................................................
C-3
References..........................................................................................
C-5
Non -Collusion Affidavit...........................................................................
C-7
Bidder's Information and Certification.........................................................
C-8
Proposal Guarantee (Bid Bond)................................................................
C-10
ContractAgreement.......................................................................................
D-1
Faithful Performance Bond......................................................................
D-4
Material and Labor (Payment) Bond..........................................................
D-5
GeneralSpecifications....................................................................................
E-1
SpecialProvisions.........................................................................................
F-1
NOTICE INVITING BIDS
CITY OF SANTA CLARITA TILE PROJECT
PROJECT NO. P0001-01
Bid No. PS -99-00-18
Sealed bids will be received by the City of Santa Clarita for installing floor and wall tile in selected restrooms,
which are located throughout the City's park facilities. The projects are located at Bouquet Canyon Park,
Newhall Park, Old Orchard Park, Santa Clarita Park, Valencia Glen Park and Valencia Meadows Park in the
City of Santa Clarita, California. Bids must be submitted at the City Clerk's Office, 23920 Valencia
Boulevard, Suite 301, Santa Clarita, California 91355, before 11 a.m. on February 14, 2000 at which time
or shortly thereafter they will be publicly opened and read.
Work shall be done in accordance with the contract documents known as: Ceramic Tile Project, Project No.
P0001-01, BID No. PS -99-00-18, a copy of which is on file and open for inspection at the City Clerk's Office.
The work is expected to cost approximately $80,000. The successful Bidder shall be licensed in accordance
With provisions of the Business and Professions Code and shall possess a State Contractor's License, Class
B or C-54 at the time a contract for this work is awarded.
All bidders are required to attend a mandaforypre-bid meeting scheduled for 8:OOam, February 1, 2000,
meeting at 24925 Newhall Ave, Santa Clanta CA 91321 (turn into Newhall Park and go all the way to the
back building).FAI URETOATrENDTHEPRE-WCONFElUXESHA LBECAUSEFORDISQUALIFICATIONS. Refer
to the contract documents for complete details concerning this project, including the Instructions to Bidders.
Contract documents may be purchased at the Field Services Corporate Yard, 25663 Ave Stanford, Santa
Clarita, CA 91355 for a non-refundable fee of $5 each; or a non-refundable fee of $15 each if mailed. For
further information, call Feld Services at (661) 294-2500 or project manager Maya Lampson at (661) 255-
4341.
All persons performing work shall be paid not less than the general prevailing rate of per diem wages as
determined by the California Department of Industrial Relations. Copies of the wage rates are available at
the City Clerk's Office. The rate of compensation for classifications not listed in the schedule but which may
be required for the work shall be commensurate and in accordance with rates specified for similar or
comparable classifications or for those performing similar or comparable duties.
As provided for in Section 22300 of the California Public Contract Code, the contractor may substitute
securities for monies withheld by the City to ensure performance under the contract.
Sharon Dawson, City Clerk
City of Santa Clarita
Publish three times: January 12th, 16th, and 23rd.
A-1
INSTRUCTIONS TO BIDDERS
CITY OF SANTA CLARITA TILE PROJECT
PROJECT NO. P0001-01
Bid No. PS -99-00-18
PROPOSALS
Use the proposal forms (Section C) provided by the Agency. Failure to meet this requirement will be cause
for bid disqualification. Exceptions, conditions, limitations, or provisions attached to a proposal will render
it irregular and may be cause for rejection. The completed proposal forms shall be without alterations or
erasures. Alternative proposals will not be considered unless specifically requested. No oral, telegraphic,
or telephonic proposal or modification will be considered.
Deliver proposals in a sealed envelope plainly marked on the outside, "SEALED BID FOR SANTA CLARITA
PARK SKYLIGHT REHAB. - PROJECT NO. P0001-01, BID No. PS -99-00-18 -- DO NOT OPEN WITH REGULAR
MAIL."
Proposals may be mailed or delivered by messenger; however, it is the Bidder's responsibility alone to
ensure delivery of the proposal to the hands of the Agency's City Clerk, Room 301, prior to the bid opening
time stipulated in the Notice Inviting Bids. Late proposals will not be considered.
Proposals shall be accompanied by one of the following forms of Bidder's security:
(a) Cash
(b) Cashier's check made payable to the City of Santa Clarita
(c) A certified check made payable to the City of Santa Ciarita
(d) A Bid Bond executed by an admitted surety insurer on the proposal form provided (Section C)
Bidder's security shall be in an amount equal to at least 10 percent of the amount bid. Proposals will not
be considered unless one of the forms of Bidder's security is enclosed with it.
TAXES AND FEES
No mention shall be made in the proposal of sales tax, use tax, or any other expenses, taxes, royalties or
fees. Amounts bid will be deemed and held to include all such costs.
B-1
DISQUALIFICATION OF BIDDERS
In the event that any bidder acting as a prime contractor has an interest in more than one proposal, all such
proposals 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 proposal as a prime contractor. The successful Bidder shall be licensed in accordance
With the provisions of the Business and Professions Code and shall possess a State Contractor's License,
Class B, C-17 or C-39 at the time a contract for this work is awarded.
Bidders shall thoroughly examine work site and the conditions and encumbrances related thereto, the plans
and specifications, and the proposal and .contract forms thereof. Bid submission shall be conclusive
evidence that Bidder has thoroughly investigated and is satisfied as to the character, quality, and scope of
work to be performed, the quantities of material to be provided, the conditions to be encountered, and the
requirements of the proposal, plans, specifications, and other contract documents.
Bidders must satisfy themselves by personal examination 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 project.
EQUIVALENT MATERIALS
Requests for consideration of procedures, equipment, and materials offered as equivalents must be
submitted in writing within 35 days after award of the contract, to allow sufficient time for complete
consideration by the Agency without causing delay to the work. The Agency will be the sole judge as to
whether proposed procedures, equipment, or materials are equivalent to that specified in the contract
documents.
AWARD OF CONTRACT
The Bid Schedule includes a base bid. Contract award, if made, will be to the lowest responsible bidder as
determined solely by the Agency. The Agency reserves the right to reject any or all proposals, to waive any
irregularity, and to take the bids under advisement for a period of 90 days, all as may be required to provide
for the best interests of the Agency.
39
PROPOSAL
CITY OF SANTA CLARITA TILE PROJECT
PROJECT NO. P0001-01
FMISTIMi
TO THE CITY OF SANTA CLARITA, AS AGENCY:
In accordance with Agency'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 therefor, 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, and all other contract documents. In the case of discrepancies in the amounts bid,
unit prices shall govern over extended amounts, and the sum total of the extended amounts shall govern
over words.
If awarded a contract, Bidder agrees that within 10 days of notice of award, it will enter into a contract with
Agency at the unit and/or lump sum prices set forth in the following Bid Schedule, and will file all necessary
bonds and insurance certificates. If the successful Bidder fails to comply with this requirement, Bidder's
security shall be forfeited to the Agency, and this bid and the acceptance hereof may, at the Agency's
option, be considered null and void.
Bidder understands that a bid is required for the entire work described. Bidder agrees that the intent of
the plans and specifications is to prescribe the details for the construction and completion of the scope of
work described. Bidder further agrees that the bid price provided includes all labor, material, equipment,
tools, supplies, transportation costs, appurtenant expenses, taxes, royalties, and fees required to complete
the work in a satisfactory and workmanlike manner. Bidder agrees that sundry items required to complete
the work, but not shown or specified, shall be provided at no additional cost and in accordance with the best
standard practice of the trade. Bidder further agrees that work shown or specified, but not identified in the
Bid Schedule, will not be paid for separately but shall be considered to be included in the price bid for other
items of work.
Bidder further understands that the Agency reserves the right to increase or decrease the amount of any
quantity shown, and to delete any item from the contract in its entirety. Final compensation under the
contract will be based upon the actual quantities of work satisfactorily completed.
Sign Name
Print Name
Title
C-1
DESIGNATION OF SUBCONTRACTORS
Listed below are the name and location of the place of each subcontractor who. will perform work or labor or
render service in excess of 1/2 of 1 percent of the prime Contractor's total bid:
Name:
Business Address:
Telephone No.
Contractor's License No. Class Expiration Date
Bid Schedule Item Nos. Dollar Value of Work:
Description of Work
----------------- --------------------------------
Name:
Business Address:
Telephone No.
Contractor's License No.
Bid Schedule Item Nos.
Description of Work
Class
Dollar Value of Work:
Expiration Date
--------------------------------------------------
Name:
Business Address:
Telephone No.
Contractor's License No.
Bid Schedule Item Nos.
Description of Work _
Class Expiration Date
Dollar Value of Work:
C-3
Name:
Business Address:
Telephone No.
Contractor's License No.
Bid Schedule Item Nos.
Description of Work _
Class Expiration Date
Dollar Value of Work:
------------------ --------------------------------
Name:
Business Address:
Telephone No.
Contractor's License No.
Bid Schedule Item Nos.
Description of Work _
_ Class
Dollar Value of Work:
Expiration Date
------------------ --------------------------------
Name:
Business Address:
Telephone No.
Contractor's License No.
Bid Schedule Item Nos.
Description of Work _
DESIGSUB.DOC
C-4
Class
Dollar Value of Work:
Expiration Date
[29=4�L�1��
Contractor's Name:
Who the work was done for:
Address:
Telephone No:
Contact Person:
Date Work Completed
Contractor's Name:
Who the work was done for:
Address:
Telephone No:
Contact Person:
Date Work Completed: _
Contractor's Name:
Who the work was done for:
Address:
Telephone No:
Contact Person:
Date Work Completed:_
C-5
REFERENCES
Sub -Contractor's Name:
Reference:
Who the work was done for:
Address:
Telephone No:
Contact Person:
Date Work Completed:
Sub -Contractor's Name:
Reference:
Who the work was done for:
Address:
Telephone No:
Contact Person:
Date Work Completed:
Sub -Contractor's Name:
Reference:
Who the work was done for:
Address:
Telephone No:
Contact Person:
Date Work Completed:
DESIGSUB.DOC
C-6
NON -COLLUSION AFFIDAVIT
CITY OF SANTA CLARITA TILE PROJECT
PROJECT NO. P0001-01
Bid No. PS -99-00-18
TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT
STATE OF CALIFORNIA )
) ss.
COUNTY OF LOS ANGELES )
being first duly sworn, deposes and says that he or she is
Of
the party making the foregoing bid; 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.
SIGNATURES MUST BE WITNESSED BY NOTARY.
ATTACH ACKNOWLEDGEMENT. Sign Name
Print Name
Title
Contractor's License No.
C-7
BIDDER'S INFORMATION AND CERTIFICATION
Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury.
Bidder certifies that minority business enterprise subcontractors have been afforded full opportunity to
submit bids in response to the notice and have not be discriminated against on the basis of race, color,
national origin, ancestry, sex, or religion in consideration for award.
Bidder's Name:
Business Address
Telephone:
Fax:
State Contractor's License No. & Class:
Original Date Issued: Expiration Date:
Number of Years Firm Has Been in Business:
The following are the names, titles, addresses, and phone numbers of all individuals, firm members,
partners, joint venturers, and/or corporate officers having a principal interest in this proposal:
Name and Title:
Address:
Telephone:
Name and Title:
Address:
Telephone:
RM
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 venturer are as follows:
All current and prior DBA's, 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 '19
SIGNATURES MUST BE WITNESSED BY NOTARY.
ATTACH ACKNOWLEDGEMENT.
C-9
Sign Name
Print Name
Title
PROPOSAL GUARANTEE (BID BOND)
CITY OF SANTA CLARITA TILE PROJECT
PROJECT NO. P0001-01
Bid No. PS -99-00-18
KNOW ALL MEN BY THESE PRESENTS that
as Bidder,
,"
as Surety, are held and firmly bound unto the City of Santa Clarita, as Agency, in the penal sum of
dollars ($_ ) which is ten percent (10%) of the total amount bid by
Bidder to Agency 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 Agency
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 Agency.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
day of 19
Surety Name:
Address:
Signed By:
(CORPORATE SEAL) Print Name and
SIGNATURES MUST BE Bidder Name:
NOTARIZED. ATTACH Address:
ACKNOWLEDGEMENTS.
Signed By:
Print Name and
C-10
CONTRACT AGREEMENT
CITY OF SANTA CLARITA TILE PROJECT
PROJECT NO. P0001-01
Bid No. PS -99-00-18
This Contract Agreement is made and entered into for the above -stated project this day
Of . 19 . BY AND BETWEEN the City of Santa Clarita, as Agency,
and
as Contractor.
WITNESSETH that Agency 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
reference specifications, details, standard drawings, special drawings and appendices; together with this
Contract 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 ensure 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 II
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 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 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 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.
D-1
ARTICLE V
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 diem
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.
ARTICLE VI
Contractor agrees to indemnify, defend and hold harmless Agency and all of its officers and agents from
any claims, demand, 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 VII
Contractor affirms that the signatures, titles, and seals set forth hereinafter in execution of this Contract
Agreement represent all individuals, firm members, partners, joint ventures, and/or corporate officers
having principal interest herein.
D-2
IN WITNESS WHEREOF 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 Contract Agreement to be executed in triplicate by setting hereunto their names, titles, hands, and seals
as of the date first written above.
CONTRACTOR: Contractor Name:
Address:
SIGNATURES MUST BE Signed By:
NOTARIZED. ATTACH Print Name and
ACKNOWLEDGEMENTS
r.WQ[ V
Attest:
Contractor's License No.
Agency Business License No.
Federal Tax Identification No.
City Manager of the City of Santa Clarita
City Clerk of the City of Santa Clarita
Approved as to Form:
City Attorney of the City of Santa Clarita
FOW
Date
Date
Date
FAITHFUL PERFORMANCE BOND
CITY OF SANTA CLARITA TILE PROJECT
PROJECT NO. P0001-01
Bid No. PS -99-00-18
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 percent (100%) 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 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. Notice of such
alterations is hereby waived by Surety.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
day of .19
Surety Name:
Address:
Signed By:
(CORPORATE SEAL) Print Name and Title:
SIGNATURES MUST BE Bidder Name:
NOTARIZED. ATTACH Address:
ACKNOWLEDGMENTS.
Signed By:
Print Name and Title:
M
MATERIAL AND LABOR (PAYMENT) BOND
CITY OF SANTA CLARITA TILE PROJECT
PROJECT NO. P0001-01
Bid No. PS -99-00-18
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 percent (100%) 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 Agency for the above -stated project, if Contractor
or any subcontractor fails to pay for any labor or material of any kind used in the performance of the work
to 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. Notice of said alterations is hereby waived by Surety.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
day of . 19
Surety Name:
Address:
Signed By:
(CORPORATE SEAL) Print Name and Title:
SIGNATURES MUST BE Bidder Name:
NOTARIZED. ATTACH Address:
ACKNOWLEDGMENTS.
Signed By:
Print Name and Title:
D-5
GENERAL SPECIFICATIONS
CITY OF SANTA CLARITA TILE PROJECT
PROJECT NO. P0001-01
Bid No. PS -99-00-18
INTENT OF CONTRACT
The intent of the plans and specifications is to prescribe the details for the construction and completion of
the scope of work described. The Contractor shall furnish all labor, materials, equipment, tools, supplies,
and transportation to do the work involved in executing the contract in a satisfactory and workmanlike
manner. Sundry items required to complete the work but not shown or specified shall be provided at no
additional cost and in accordance with the best standard practice of the trade. Work shown or specified,
but not identified in the Bid Schedule, shall be considered to be included in the price bid for other items of
work.
LOCATION OF WORK
The projects are located at the following locations:
Bouquet Canyon Park
28127 Wellston Drive
Saugus, CA 91350
Newhall Park
24933 Newhall Avenue
Newhall, CA 91321
Old Orchard Park
25023 N. Avenida Rotella
Valencia, CA 91355
Santa Clarita Park
27285 Seco Canyon Road
Saugus, CA 91350
Valencia Glen Park
23750 Via Gavola
Valencia, CA 91355
Valencia Meadows Park
25671 Fedala Road
Valencia, CA 91355
SCOPE OF WORK — BASE BID
The Base Bid for the project generally consists of the installation of tile in various restrooms throughout the
E-1
City's park facilities.
E-2
The "install Tile" bid item shall include:
Install:
Specs to be written by Dal -Tile
TIME OF COMPLETION
The Contractor shall complete all work in every detail within 60 working days. Working days shall start on
the date established in the Agency -issued Notice to Proceed and shall end on the date the Agency accepts
all work as being completed in accordance with the contract documents. No additional time will be granted
for procurement of the skylights.
STANDARD SPECIFICATIONS
Standard specs to be written by Dal -Tile.
Conflicts between the Standard Specifications, Special Provisions, Appendices, and Manufacturer's
instructions and recommendations shall be brought to the attention of the Agency prior to the performance
of work. Unless otherwise directed, the more strict requirement, as determined solely by the Agency, shall
govern.
The following changes are made to the Standard Specifications:
SUBSECTION 6-8 COMPLETION AND ACCEPTANCE
Before the project is approved or signed off, a final walkthrough of the project including, but not limited to,
the Field Services Supervisor or designate must be completed to verify all repairs are acceptable.
SUBSECTION 6-9 LIQUIDATED DAMAGES
Liquidated damages for failure of the CONTRACTOR to complete the work within the time allowed are
hereby amended to be two -hundred -fifty dollars ($250) per day.
SUBSECTION 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS
The second paragraph of Subsection 7-9 of the Standard Specifications is hereby deleted and replaced with
the following:
The CONTRACTOR shall replace, relocate and re-establish all existing improvements within the project limits
which are not designated for removal which are damaged or removed as a result of his operations or as
required by the Plans and Specifications. If damaged or removed due to Contractor's operations, they shall
be restored or replaced in as nearly the original condition and location as possible.
Any changes, relocation or improvements must be identified and listed on a scaled set of plans for the City's
E-3
future reference (3 sets should be provided to city before project will be accepted). Any materials used
must be consistent with existing materials and meet approval of the Park Supervisor or designate.
The following sentence is added at the end of the third paragraph of Subsection 7-9:
Landscaping shall be restored to its original condition or better, at least equal to the existing trees, lawns,
and shrubbery. Any trees, turf or shrubbery which dies or is damaged beyond acceptance during the
project due to interruption of normal programmed irrigation shall be removed and replaced with similar type
and sized plant material. Likewise, any turf that dies during the project will be replaced with sod.
The last paragraph of Subsection 7-9 of the Standard Specifications is hereby deleted and replaced with the
following:
All costs to the CONTRACTOR for protecting, removing, restoring, relocating, repairing, replacing or
reestablishing existing improvements for which no specified bid item is listed shall be included in related
items of work and no additional compensation will be allowed.
Property which must be protected from damage includes but is not limited to: trees and tree limbs, concrete
walkways, irrigation and electrical boxes, light standards, and turf. Property, which has been damaged in
any manner or to any degree shall be restored to its pre-existing condition, insofar as is practicable, before
the project will be accepted and payment for work made.
E-4
COST BREAKDOWN AND SUBMITTAL
Please provide a cost proposal for demolition and installation of tile according to drawings and specifications
at the following locations:
Men's and Women's restrooms:
A. Bouquet Canyon Park
$
B. Newhall Park
$
C. Old Orchard Park
$
D. Santa Clarita Park
$
E. Valencia Glen Park
$
F. Valencia Meadows Park
$
Lobby, office and locker room of the following Aquatics buildings:
G. Valencia Glen
$
H. Valencia Meadows
$
Total cost of project
Sign Name
Print Name
E-5
SPECIAL PROVISIONS
FOR
CITY OF SANTA CLARITA TILE PROJECT
PROJECT NO. P0001-01
Bid No. PS -99-00-18
General Requirements
Certified payrolls must be submitted on this project. Payment will be withheld pending compliance
with this requirement.
Protection of adjacent property from damage includes but is not limited to: trees and tree limbs,
concrete walkways, irrigation and electrical control boxes, light standards, and turf. Adjacent
property shall be restored to its pre-existing condition, insofar as is practicable, before the project
will be accepted and payment for work made.
Tile — Base Bid
As an indication of the type and quality of tile that will be accepted, Dal -Tile "Natural Hues"
Will be used in various colors
Contractor shall bring conflicts between these specifications/special provisions and the
manufacturer's installation instructions to the attention of the Agency for resolution prior to
performing the work.
F-1